
December 9, 2021 Page 7
PUBLIC NOTICES
fOr mOrE INfOrmaTION CaLL 310-322-1830
Fictitious Business
Name Statement
2021233985
The following person(s) is (are) doing
business as CODE RED COUNTER
SURVEILLANCE, 2305 W 185ST,
TORRANCE, CA 90504, LOS ANGELES
COUNTY. Registered Owner(s): BILLY D
CANNON, 2305 W 185TH ST, TORRANCE,
CA 90504. This business is being conducted
by an Individual. The registrant commenced
to transact business under the fictitious
business name or names listed above
on: 10/2021. Signed: BILLY D CANNON,
OWNER. This statement was filed with the
County Recorder of Los Angeles County on
October 26, 2021.
NOTICE: This Fictitious Name Statement
expires on October 26, 2026. A new
Fictitious Business Name Statement must
be filed prior to October 26, 2026. Fictitious
Business Name in violation of the rights of
another under Federal, State, or Common
Law (See Section 14400 ET SEQ., Business
and Professions Code).
Lawndale Tribune: Pub. 11/18, 11/25,
12/2, 12/9/21 HL-2372
PUBLISH
YOUR
PUBLIC
NOTICES
HERE
ABANDONMENTS:
$125.00
ABC NOTICES:
$125.00
DBA
(Fictitious Business Name)
$75.00
NAME CHANGE:
$200.00
Other type of notice? Contact us
and we can give you a price.
For DBA’s email us at:
Fictitious Business
Name Statement
2021251411
The following person(s) is (are) doing
business as JIMENEZ SERVICES, 11875
FREEMAN AVE, HAWTHORNE, CA 90250,
LOS ANGELES COUNTY. Registered
Owner(s): GABRIEL JIMENEZ, 11875
FREEMAN AVE, HAWTHORE, CA 90250.
CALIFORNIA. This business is being
conducted by an Individual. The registrant
commenced to transact business under the
fictitious business name or names listed
above on: 06/2016. Signed: GABRIEL
JIMENEZ, OWNER. This statement was filed
with the County Recorder of Los Angeles
County on November 17, 2021.
NOTICE: This Fictitious Name Statement
expires on November 17, 2026. A new
Fictitious Business Name Statement must be
filed prior to November 17, 2026. Fictitious
Business Name in violation of the rights of
another under Federal, State, or Common
Law (See Section 14400 ET SEQ., Business
and Professions Code).
Hawthorne Press Tribune: Pub. 12/2,
12/9, 12/16, 12/23/21 HH-2399
Fictitious Business
Name Statement
2021256230
The following person(s) is (are) doing
business as MR. DRAINS ROOTER &
PLUMBING, 1200 W 83 RD ST, LOS
ANGELES, CA 90044, LOS ANGELES
COUNTY. Registered Owner(s): JOSUE
SAUCEDO, 1200 W 83 RD ST, LOS
ANGELES, CA 90044. This business is
being conducted by an Individual. The
registrant commenced to transact business
under the fictitious business name or names
listed above on: 09/2015. Signed: JOSUE
SAUCEDO, OWNER. This statement
was filed with the County Recorder of Los
Angeles County on November 23, 2021.
NOTICE: This Fictitious Name Statement
expires on November 23, 2026. A new
Fictitious Business Name Statement must be
filed prior to November 23, 2026. Fictitious
Business Name in violation of the rights of
another under Federal, State, or Common
Law (See Section 14400 ET SEQ., Business
and Professions Code).
Lawndale Tribune Pub. 12/2, 12/9,
12/16, 12/23/21 HL-2400
DEADLINES
OBITUARIES: Monday at noon.
CALENDAR ITEMS: Monday at noon.
PEOPLE ITEMS: Monday at noon.
CLASSIFIEDS: Tuesday at noon.
LEGAL NOTICES: Wednesday at 11:00 am.
REAL ESTATE ADS: Monday at noon.
AD CANCELLATIONS: Prior Thursday.
LATE CANCELLATIONS WILL BE
CHARGED 50% OF AD
The most wonderful time of the year is upon us!!! Let’s watch Hallmark Christmas movies!!
- WOOT!, - Mom
PUBLISH
YOUR
PUBLIC
NOTICES
HERE
ABANDONMENTS:
$125.00
ABC NOTICES:
$125.00
DBA
(Fictitious Business Name)
$75.00
NAME CHANGE:
$200.00
Other type of notice? Contact us
and we can give you a price.
For DBA’s email us at:
dba@heraldpublications.com
All other legal notices email us at:
legalnotices@heraldpublications.com
Any questions?
Call us at 310-322-1830
PUBLIC NOTICES
Order to Show Cause
for Change of Name
Case No. 21TRCP00418
Superior Court of California, County of LOS
ANGELES
Petition of: ADELYN GRACE PRATT for
Change of Name
TO ALL INTERESTED PERSONS:
Petitioner CASSANDRA LYNN PRATT AND
DUSTIN EUGENE PRATT filed a petition
with this court for a decree changing names
as follows:
ADELYN GRACE PRATT
to
ADELINE GRACE PRATT
The Court orders that all persons interested
in this matter appear before this court at the
hearing indicated below to show cause, if any,
why the petition for change of name should
not be granted. Any person objecting to the
name changes described above must file a
written objection that includes the reasons for
the objection at least two court days before
the matter is scheduled to be heard and must
appear at the hearing to show cause why the
petition should not be granted. If no written
objection is timely filed, the court may grant
the petition without a hearing.
Notice of Hearing:
Date: FEB 04, 2022, Time: 8:30 AM., Dept.: B
The address of the court is:
825 MAPLE AVE
TORRANCE, CA 90503
A copy of this Order to Show Cause shall
be published at least once each week for
four successive weeks prior to the date set
for hearing on the petition in the following
newspaper of general circulation, printed in
this county: HAWTHORNE PRESS TRIBUNE
Date: NOV. 22, 2021
GARY Y. TANAKA
Judge of the Superior Court
Hawthorne Press Tribune Pub. 11/25, 12/2,
12/9, 12/16/21
HH-27369
SECTION 1.0 - INVITATION TO SUBMIT
STATEMENTS OF QUALIFICATIONS
1.1. THE OPPORTUNITY
A. The City of Inglewood (City) is seeking
statements of qualifications (SOQs) from
consultants (Responders) experienced in a
broad range of right of way and real property
acquisition services to support the delivery of
the Inglewood Transit Connector (ITC) Project.
B. The purpose of this Request for Qualifications
(RFQ) is to establish an indefinite
delivery/indefinite quantity (IDIQ) contract with
consultants (Responder) qualified to provide
services associated with the acquisition of right
of way for the ITC project. The work will be
done on an as-needed basis and will cover
several disciplines to support the program.
C. Consultants will be included on a bench
of consultants and may assist the ITC Project’s
Real Estate Program, which consists of the
appraisal, acquisition of property and relocation
of displaced persons or businesses, and which
may include some or all of the services listed
below. Only firms included on the bench will
be eligible to perform the requested services.
D. The ITC project is an approximately 1.6-
mile long, three station, fully elevated, electrically
powered automated transit system (ATS) that
will connect passengers directly from the Metro
K Line’s (formerly known as the Crenshaw/
LAX Line) Downtown Inglewood station to
new housing and employment centers, and
regionally serving sports and entertainment
venues in the City of Inglewood including the
Forum, the SoFi Stadium, Hollywood Park and
the Intuit Dome. The Project will also create
a new transit connection to the Opening and
Closing Ceremonies of the 2028 Summer
Olympic Games at SoFi Stadium. Project
information, including completed studies are
further described in this RFQ.
E. The City intends to qualify one or more
Consultants in the services listed below that
will complete the following right-of-way and real
estate acquisition service on an as-needed
basis. The services are defined to include but
are not limited to:
• Appraisal
• Appraisal Review
• Acquisition and Negotiation
• Relocation
• Title and Escrow
• Environmental Investigation
• Project Management and Other Services
The above services are more particularly
described in Section 4.0 Scope of Services
(the “Services”). Respondents may submit
SOQs to qualify for a single category of the
requested services or for multiple categories
of the requested services.
1.2. THE PROCESS
A. This RFQ, any future RFQ Addenda and
questions and responses related to the RFQ
will be available on PlanetBids.
B. Responders may submit questions and
comments regarding this RFQ via PlanetBids
at the following link (https://pbsystem.planetbids.
com/portal/45619/portal-home) according to
the timeline provided below. Questions will be
answered and responded to in an addendum
to be posted on PlanetBids.
C. This procurement uses a Qualifications
Based Selection (QBS) process. Consultants
will be selected on the basis of demonstrated
competence and qualifications for the required
services. The City will request a cost information,
such as hourly rates, etc. from the highest ranked
Responder(s) selected for negotiation based
upon evaluation of statements of qualifications;
cost is not a consideration in determining the
most qualified firm(s).
D. The City seeks to qualify firms or teams
of firms that have demonstrated expertise and
ability in the following areas:
• Working on mid-to-large scale transit projects
and/or supporting public agencies with right-ofway
and/or real estate acquisition services for
a variety of uses.
• Working within the City and/or surrounding
areas, and successfully experience managing
real estate acquisition services for projects of
similar size and complexity, preferably in the
Los Angeles region.
• Coordinating right-of-way, real estate and
relocation services and activities with other
project team members and consultants on large
transit or other types of transportation projects.
• Providing right-of-way and real estate
acquisition services in compliance with the
requirements of oversight agencies and
jurisdictions, particularly the Federal Transit
Administration (FTA), and/or the California State
Transportation Agency (CalSTA), and/or the Los
Angeles County Metropolitan Transportation
Authority (METRO).
• Allocating sufficient, qualified resources to
ensure the timely, cost-effective delivery of the
Services (as herein defined) and acquisition of
property necessary for the Project.
E. Certified Disadvantaged Business Enterprise
(DBE) firms are encouraged to submit
statements of qualifications as Responder or
subcontractors on the Responder’s team. DBE
Firms must be certified as a DBE through the
California Unified Certification Program (CUCP).
The selected Responder will be required to
comply with the DBE goals that City establishes
for the Project and the Agreement.
F. This RFQ provides specific instructions
regarding SOQ format and other requirements.
Pertinent data about the specific operations
and the City of Inglewood are also included.
Additional information, terms and conditions are
provided in the Appendices section of this RFQ.
1.3. THE AGREEMENT
The selected Responder(s) will enter into an
Agreement with the City for an initial term of
three years. The City will have two consecutive
one-year options to extend the term of the
Agreement for an additional year, at the sole
discretion of the City Council. The resulting
Agreement will be eligible for federal funding
by the Federal Transit Agency (FTA), therefore,
the Agreement will include all federally required
contract provisions and this procurement is
subject to all applicable federal requirements.
1.4. THE FUNDING
The City is seeking funding from the FTA for
the ITC Project, and as such, any resulting
agreement will be subject to, and will include
terms necessary for compliance with, federal
contracting requirements. Required federal
contract terms are set forth in the Sample
Contract to this RFQ. As a potential recipient
of federal funding, the City has established a
DBE goal for the Agreement. The requirements
for DBE participation and the DBE program
are in addition to all other equal opportunity
employment requirements of the Agreement.
1.5. THE TIMELINE
The City intends to select individual firms and/or
teams of firms within approximately thirty days
following the submission deadline for SOQs.
The City may, at its own discretion, conduct
interviews and other evaluations of some, all,
or none of the applicants prior to selection. The
City of Inglewood will select the consulting firm
or firms that best meet(s) the needs of the City.
RFQ Process and Implementation
Schedule Date and Time
Public Release of Request for Qualifications
12/2/2021
Pre-Submittal Conference
12/09/2021 at 2:00 pm
Questions from Responders Due
12/13/2021 by 5:00 pm
Answers to Questions Posted on PlanetBids
12/17/2021
Deadline for SOQ Submittals
01/06/2022 by 4:00 pm
City Council Award (approx. date)
February 2022
1.6. THE CONTACT
For general and process questions concerning
this RFQ contact:
Bianca Plascencia, Procurement and
Contracts Coordinator
City of Inglewood
Office of Purchasing Division, 8th Floor
One Manchester Boulevard
Inglewood, CA 90301
310.412.5266
Louis Atwell, PE
City of Inglewood
Assistant City Manager
Public Works Director
Inglewood Daily News Pub. 12/2, 12/9/21
HI-27374
SECTION 1.0 - INVITATION TO
SUBMIT ELIGIBILITY DETERMINATION
REQUESTS
1.1. THE OPPORTUNITY
A. The City of Inglewood (City) is seeking
Eligibility Determination Requests (EDRs) from
Transit Technology Suppliers (Responders)
experienced in providing transit technology
solutions for the Inglewood Transit Connector
(ITC) Project for the City.
B. This ITC Project is an approximately 1.6-mile
long, three station, fully elevated, electrically
powered automated transit system (ATS) that
will connect passengers directly from the Los
Angeles County Metropolitan Transportation
Authority’s (“LA Metro”) Crenshaw / Los
Angeles International Airport (“LAX”) Line’s
Downtown Inglewood station to new housing
and employment centers, and regionally
serving sports and entertainment venues in
the City of Inglewood including the Forum, the
Los Angeles Sports and Entertainment District
(LASED) at Hollywood Park/SoFi Stadium and
the Intuit Dome. The Project will also create
a new transit connection to the Opening and
Closing Ceremonies of the 2028 Summer
Olympic Games at the SoFi Stadium. Project
information, including completed studies are
further described in this RFQ.
1.2. THE PROCESS
A. This RFQ, any future RFQ Addenda and
questions and responses related to the RFQ
will be available on PlanetBids.
B. Responders may submit questions and
comments regarding this RFQ via PlanetBids
at the following link (https://pbsystem.planetbids.
com/portal/45619/portal-home) according to
the timeline provided below. Questions will be
answered and responded to in an addendum
to be posted on PlanetBids.
C. This RFQ establishes a Qualifications
Based Selection (QBS) process, using the
evaluation criteria described in this RFQ, as
one of the first steps to be eligible to participate
in an anticipated future RFP and procurement
process as described below.
D. Participation by certified DBE firms in the
Project is encouraged. Participation goals
and requirements will be established as part
of the future RFP as described below. DBE
Firms must be certified as a DBE through the
California Unified Certification Program.
E. This RFQ provides specific instructions
regarding EDR format and other requirements.
Pertinent data about the Project are
also included.
F. Overall Procurement Process for Developer
1. The City anticipates that the Project will
be delivered through a hard bid design-buildfinance
operate-maintain (DBFOM) approach.
The selected Developer will be responsible for
the capital project delivery and subsequent
operations and maintenance period anticipated
to be from 20-30 years. The scope of work
and terms will be provided in a future RFP.
2. Through this Eligibility Determination Process,
the City will determine the eligibility of the
ATS Operating Systems proposed by Transit
Technology Suppliers seeking to participate in
the procurement for the Project.
3. Through a separate Request for Qualifications
(RFQ) process, the City expects to
establish a shortlist of responders capable
of delivering all components and aspects
necessary for a successful Project, except for
designing, building, operating and maintaining
the ATS System. The terms upon which eligible
Transit Technology Suppliers team with such
Shortlisted Responders, including the terms of
any financial/equity participation by the eligible
Transit Technology Suppliers (If applicable), is a
teaming issue to be addressed by the eligible
Transit Technology Suppliers and Shortlisted
Responders, provided the Shortlisted Responders
comply with the requirements set forth in
the Project procurement documents. As part
of the RFQ process to establish Shortlisted
Responders, the City will not consider the
technical qualifications of Transit Technology
Suppliers, whose eligibility is determined through
this Eligibility Determination Process.
4. The City intends to provide a period of
time for eligible Transit Technology Suppliers
and Shortlisted Responders to form Integrated
Proposer Teams to respond to the Request
for Proposals (RFP) seeking proposals for the
design-build-finance-operate-maintain (DBFOM)
delivery of the ITC Project.
5. The City will establish a date by which
Integrated Proposer Teams must submit their
integrated team information (e.g. org charts,
updated financial or qualification information,
etc.). City approval of the Integrated Proposer
Teams, among other things, may require the
submittal of the eligible Transit Technology
Supplier’s financial information demonstrating
its financial strength and capabilities to perform
the work. The City anticipates that the RFP will
include evaluation of the Integrated Proposer
Team’s structure, capability and approach to
delivering the Project, among other factors,
that are more detailed than the factors used
in the Eligibility Determination Process and the
separate RFQ process to establish Shortlisted
Responders.
6. Integrated Proposer Teams will each be
required to include in their Proposal a Transit
Technology Supplier that has been deemed
eligible by the City through the Eligibility Determination
Process.
7. The City does not represent, warrant or
guarantee that eligible Transit Technology
Suppliers will become part of any Integrated
Proposer Team or that they shall have a
particular scope of work within such team(s).
The Eligibility Determination Process will also
not result in the award of any contract.
8. Following the identification of Integrated
Proposer Teams, the City intends to issue a
draft RFP to the Integrated Proposer Teams
for review and comment, and the City may
schedule confidential one-on-one meetings to
exchange ideas and to discuss issues raised
by the Integrated Proposer Teams. Following
the conclusion of this process, the City
intends to issue a final RFP to the Integrated
Proposer Teams.
9. Eligible Transit Technology Suppliers may
be included in more than one Integrated Proposer
Team; provided that an eligible Transit
Technology Supplier that is also an Equity
Member of an Integrated Proposer Team is
forbidden from participating in any capacity
on any other Integrated Proposer Team. Any
eligible Transit Technology Supplier, and any
Integrated Proposer Team, that fails to comply
with this prohibition may be disqualified from
further participation for the Project.
10. Proposed ATS Operating Systems that
are deemed eligible will be further evaluated
during the RFP process in the context of the
Integrated Proposer Team’s proposal.
11. The anticipated ITC Project procurement
process and RFP are illustrated and briefly
described below.
1.3. THE AGREEMENT
There will not be an agreement resulting from
this first stage of the process. Only a notice of
eligibility will be developed at this time for firms
to be able to move forward in the subsequent
RFP process.
1.4. FEDERAL FUNDING
The City has elected to pursue a Capital
Investment Grant (“CIG”) from the Federal
Transit Administration (FTA) for the Project,
and as a result the Project and Contract will
be subject to federal requirements. Required
federal contract terms will be set forth in the
sample Contract in the future RFP.
Attachment 1, Form D (Commitments Regarding
Federal Requirements) requires Responders
to make representations with respect to certain
federal requirements and to acknowledge
the federal certifications that will be required
to be submitted with proposals in response
to the future RFP. A robust and credible plan
for complying with Buy America requirements
within the required time frame to successfully
deliver the Project is part of the Attachment 1,
Form D submittal. In addition, the approach
of Integrated Proposer Teams to meeting the
federal requirements is anticipated to be a
scored element of the proposal evaluations
as part of the future RFP process.
As a potential recipient of federal funding,
the City also will establish DBE goals and
requirements to be included in the future RFP.
1.5. THE TIMELINE
1.6. The City anticipates carrying out the procurement
process for selecting Eligible Transit
Technology Providers according to the following
schedule. The City may, at its own discretion,
conduct interviews and other evaluations of
some, all, or none of the Responders prior to
selection. The procurement schedule is subject
to modification at the sole discretion of the
City. The City will issue notice on PlanetBids
of any changes to the procurement schedule.
RFQ (FOR EDR) Process Date and Time
Public Release of Request for
Qualifications
12/6/2021
Pre-Submittal Conference
12/15/21 at 9:00 AM PT
Questions from Responders Due
1/5/22
Answers to Questions Posted on
PlanetBids
1/12/22
Deadline for EDR Submittals
(“EDR Due Date”)
1/26/22 at 4:00 pm PT
Publication of the Eligible
Transit Technology(ies)/ Suppliers
February/March 2022
1.7. THE CONTACT
For general and process questions concerning
this RFQ contact:
Bianca Plascencia, Procurement and Contracts
Coordinator
City of Inglewood
Office of Purchasing Division, 8th Floor
One Manchester Boulevard
Inglewood, CA 90301
310.412.5266
Louis Atwell, PE
City of Inglewood
Assistant City Manager
Public Works Director
Inglewood Daily News Pub. 12/2, 12/9/21
HI-27375
NOTICE TO CREDITORS OF BULK
SALE AND OF INTENTION TO
TRANSFER ALCOHOLIC BEVERAGE
LICENSE
(U.C.C. 6101 et seq.
and B & P 24074 et seq.)
Escrow No. 622461-SL
Notice is hereby given that a bulk sale of assets
and a transfer of alcoholic beverage license is
about to be made.
The names and addresses of the Seller/
Licensee are: TAI YOUN KANG and NAM
KANG/, 4500 WEST CENTURY BLVD,
INGLEWOOD, CA 90304
The Business is known as: WESTERNER
LIQUOR
The names and addresses of the Buyer/
Transferee are: CKKS LIQUORLAND INC, a
California Corporation, 4500 WEST CENTURY
BLVD, INGLEWOOD, CA 90304
As listed by the Seller/Licensee, all other
business names and addresses used by the
Seller/Licensee within three years before the
date such list was sent or delivered to the
Buyer/Transferee are: None
The assets to be sold are described in general
as: furniture, fixture and equipment, tradename,
goodwill, lease, leasehold improvement, covenant
not to compete, together with the following
described alcoholic beverage license(s): and
are located at: 4500 WEST CENTURY BLVD,
INGLEWOOD, CA 90304.
The kind of license to be transferred is: Lic.
No. 288924, 21-OFF-SALE GENERAL now
issued for the premises located at: 4500 WEST
CENTURY BLVD, INGLEWOOD, CA 90304
The anticipated date of the sale/transfer is
12/28/21 at the office of Metro Escrow, Inc.,
3600 Wilshire Blvd., Suite 326 Los Angeles,
CA 90010..
The amount of the purchase price or consideration
in connection with the transfer of the
license and business, including the estimated
inventory in the amount of $300,000.00, is
the sum of $1,300,000.00 which consists of
the following:
Description Amount
Check ... $1,300,000.00
It has been agreed between the Seller/Licensee
and the intended Buyer/Transferee, as required
by Sec. 24073 of the Business and Professions
Code, that the consideration for the transfer
of the business and license is to be paid only
after the transfer has been approved by the
Department of Alcoholic Beverage Control.
DATED: November 4, 2021
Seller:
S/ TAI YOUN KANG
S/ NAM KANG
Buyer:
CKKS LIQUORLAND INC, a California
Corporation
S/ By: KEVIN KWANGSEOK CHOI, CEO/CFO
12/9/21
CNS-3535216#
Hawthorne Press Tribune Pub. 12/9/21
HH-27380