Page 2

Lawndale_FB_042816_FNL_lorez

Page 2 April 28, 2016 PUBLIC NOTICES Request for Proposals City of Hawthorne Development Opportunity Integrated Commercial (Hotel/Restaurant/Retail) The City of Hawthorne is soliciting proposals from qualified firms, organizations, and/or developers who are interested in acquiring and developing a 4.3 acre site located near City Hall. The City desires to attract a private developer to purchase and develop the site into a high quality integrated commercial development with hotel, restaurant, and retail uses. To participate in this bidding process and obtain further information please contact Maria Majcherek, Associate Planner, at 310-349- 2972 or at mmajcherek@cityofhawthorne.org The deadline to submit proposals is no later than May 17, 2016 by 3:00 p.m. Hawthorne Press Tribune Pub. 4/21, 4/28/16 “The best thing to hold onto in life is eachother” - audrey hepburn HH-25074 TSG No.: 8577563 TS No.: CA1500270937 FHA/VA/PMI No.: APN: 4078-011-034 Property Address: 4714 WEST 149TH STREET LAWNDALE, CA 90260 NOTICE OF TRUSTEE’S SALE YOU ARE IN DEFAULT UNDER A DEED OF TRUST, DATED 06/22/2012. UNLESS YOU TAKE ACTION TO PROTECT YOUR PROPERTY, IT MAY BE SOLD AT A PUBLIC SALE. IF YOU NEED AN EXPLANATION OF THE NATURE OF THE PROCEEDING AGAINST YOU, YOU SHOULD CONTACT A LAWYER. On 05/11/2016 at 10:00 A.M., First American Title Insurance Company, as duly appointed Trustee under and pursuant to Deed of Trust recorded 07/02/2012, as Instrument No. 20120980574, in book , page , , of Official Records in the office of the County Recorder of LOS ANGELES County, State of California. Executed by: MILTON G. ALVAREZ, A MARRIED MAN AS HIS SOLE AND SEPARATE PROPERTY, WILL SELL AT PUBLIC AUCTION TO HIGHEST BIDDER FOR CASH, CASHIER’S CHECK/CASH EQUIVALENT or other form of payment authorized by 2924h(b), (Payable at time of sale in lawful money of the United States) Behind the fountain located in Civic Center Plaza, 400 Civic Center Plaza, Pomona CA All right, title and interest conveyed to and now held by it under said Deed of Trust in the property situated in said County and State described as: AS MORE FULLY DESCRIBED IN THE ABOVE MENTIONED DEED OF TRUST APN# 4078-011-034 The street address and other common designation, if any, of the real property described above is purported to be: 4714 WEST 149TH STREET, LAWNDALE, CA 90260 The undersigned Trustee disclaims any liability for any incorrectness of the street address and other common designation, if any, shown herein. Said sale will be made, but without covenant or warranty, expressed or implied, regarding title, possession, or encumbrances, to pay the remaining principal sum of the note(s) secured by said Deed of Trust, with interest thereon, as provided in said note(s), advances, under the terms of said Deed of Trust, fees, charges and expenses of the Trustee and of the trusts created by said Deed of Trust. The total amount of the unpaid balance of the obligation secured by the property to be sold and reasonable estimated costs, expenses and advances at the time of the initial publication of the Notice of Sale is $254,005.60. The beneficiary under said Deed of Trust has deposited all documents evidencing the obligations secured by the Deed of Trust and has declared all sums secured thereby immediately due and payable, and has caused a written Notice of Default and Election to Sell to be executed. The undersigned caused said Notice of Default and Election to Sell to be recorded in the County where the real property is located. NOTICE TO POTENTIAL BIDDERS: If you are considering bidding on this property lien, you should understand that there are risks involved in bidding at a trustee auction. You will be bidding on a lien, not on the property itself. Placing the highest bid at a trustee auction does not automatically entitle you to free and clear ownership of the property. You should also be aware that the lien being auctioned off may be a junior lien. If you are the highest bidder at the auction, you are or may be responsible for paying off all liens senior to the lien being auctioned off, before you can receive clear title to the property. You are encouraged to investigate the existence, priority, and size of outstanding liens that may exist on this property by contacting the county recorder’s office or a title insurance company, either of which may charge you a fee for this information. If you consult either of these resources, you should be aware that the same lender may hold more than one mortgage or deed of trust on the property. NOTICE TO PROPERTY OWNER: The sale date shown on this notice of sale may be postponed one or more times by the mortgagee, beneficiary, trustee, or a court, pursuant to Section 2924g of the California Civil Code. The law requires that information about trustee sale postponements be made available to you and to the public, as a courtesy to those not present at the sale. If you wish to learn whether your sale date has been postponed, and if applicable, the rescheduled time and date for the sale of this property, you may call (916)939-0772 or visit this Internet Web http://search.nationwideposting. com/propertySearchTerms.aspx, using the file number assigned to this case CA1500270937 Information about postponements that are very short in duration or that occur close in time to the scheduled sale may not immediately be reflected in the telephone information or on the Internet Web site. The best way to verify postponement information is to attend the scheduled sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The Purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee’s attorney. Date: First American Title Insurance Company 6 Campus Cir, Bldg 6, 1st Floor Westlake, TX 76262 First American Title Insurance Company MAY BE ACTING AS A DEBT COLLECTOR ATTEMPTING TO COLLECT A DEBT. ANY INFORMATION OBTAINED MAY BE USED FOR THAT PURPOSE FOR TRUSTEES SALE INFORMATION PLEASE CALL (916)939- 0772NPP0278519 To: LAWNDALE TRIBUNE 04/21/2016, 04/28/2016, 05/05/2016 Lawndale Tribune Pub. 4/21, 4/28, 5/5/16 HL-25071 NOTICE INVITING BIDS DISTRICT HAWTHORNE SCHOOL DISTRICT PROJECT IDENTIFICATION Carpet and Flooring Time and Material PROJECT NO Service Bid Number M15-16-17 BIDS DUE BY May 10, 2016 at 10:00 AM Sharp! SUBMIT BIDS TO Hawthorne School District 13021 S. Yukon Ave. Hawthorne, California 90250 BID AND CONTRACT DOCUMENTS AVAILABLE http://www.hawthorne.k12.ca.us/bids DEADLINE FOR RFI’s May 3, 2016; 4:00 PM NOTICE IS HEREBY GIVEN that the Hawthorne School District of Los Angeles County, California, acting by and through its Governing Board, hereinafter referred to as the “Owner” or “District”, will receive prior to the above stated time and date sealed bids for the award of a Contract for the following: SERVICE BID NO. M15-16-17 CARPET AND FLOORING TIME AND MATERIAL. All bids shall be made and presented only on the forms presented by the Owner. Bids shall be received in the Office of the Hawthorne School District at 13021 S. Yukon Ave., Hawthorne, California 90250 and shall be opened and publicly read aloud at the above state time and place. Any bids received after the time specified above or after any extensions due to material changes shall be returned unopened. Allocate extra time due to parking restrictions when submitting bids. Minimum contract term is one (1) year. Quoted prices must stay in effect for one (1) year after award of bid and may be extended upon mutual consent of District and Contractor for an additional four (4) years in accordance with provisions contained in Education Code Section17596 and the bid documents. CONTRACTOR should consult the General Conditions, Supplementary Conditions, and General Requirements regarding Milestones and Liquidated Damages. Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code, and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active Class C15 License at the time of bid and throughout the duration of this Contract. The Contractor’s California State License number shall be clearly stated on the bidder’s proposal Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents. Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions. In accordance with California Public Contract Code Section 22300, the Owner will permit the substitution of securities for any moneys withheld by the Owner to ensure performance under the Contract. Prevailing wages are applicable to the Project. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon any subcontractor under such Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in the Labor Code, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. The Contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE). Separate payment and performance bonds, each in an amount equal to 100% of the total Contract amount issued by a California admitted surety as defined in California Code of Civil Procedure Section 995.120, are required, and shall be provided to the Owner prior to execution of the Contract and shall be in the form set forth in the Contract Documents. It is each bidder’s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount Ten Percent (10%) of Maximum amount of Bid. Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District. No Withdrawal of Bid Proposals. No Bidder shall withdraw its Bid Proposal for a period of ninety (90) days after the award of the Contract by the District’s Board of Education. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor’s performance under the Contract will be permitted at the request and expense of the Contractor. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have thirty (30) days following action by the District’s Board of Education to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention. The failure of the Bidder to make such written request to the District within said thirty (30) day period shall be deemed a waiver of the Bidder’s rights under California Public Contract Code §22300. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals, make multiple awards, or to waive any irregularities or informalities in any Bid Proposal or in the bidding. Award of Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Education to the responsible Bidder submitting the lowest responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with this Notice and the Instructions for Bidders. Inquiries and Clarifications. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc., shall be submitted to the District in writing at least seven (7) days before the bid opening date. The District will respond at its earliest possible opportunity. Verbal communication by either party with regard to this matter is invalid. Inquiries shall be sent in writing to Aneska Ines Kekula at ikekula@hawthorne.k12.ca.us or (310) 675-9464 by May 3, 2016, at 4:00 PM It is each bidder’s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. Aneska Ines Kekula Purchasing Director HAWTHORNE SCHOOL DISTRICT Los Angeles County, State of California FOR: The Board of Trustees Publication: Herald Publication and Hawthorne School District online 1st Publication: April 21, 2016 2nd Publication: April 28, 2016 Hawthorne Press Tribune Pub. 4/21, 4/28/16 HH-25076 LIEN SALE: 2009 TOYOTA CAMRY VIN: 4T1BE46K69U826380 To be sold: 5/5/2016 AT 9:00 AM. Address: MI MECHANIC AUTO REPAIR 25029 S. VERMONT AVE. HARBOR CITY, CA 90710 S & B LIEN SALES INGLEWOOD NEWS: 4/28/2016 HI-25080 NOTICE OF PETITION TO ADMINISTER ESTATE OF: WILLIE LEE HAMPTON AKA WILLIE L. HAMPTON CASE NO. BP173281 To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of WILLIE LEE HAMPTON AKA WILLIE L. HAMPTON. A PETITION FOR PROBATE has been filed by JANISE Y. KING in the Superior Court of California, County of LOS ANGELES. THE PETITION FOR PROBATE requests that JANISE Y. KING be appointed as personal representative to administer the estate of the decedent. THE PETITION requests authority to administer the estate under the Independent Administration of Estates Act . (This authority will allow the personal representative to take many actions without obtaining court approval. Before taking certain very important actions, however, the personal representative will be required to give notice to interested persons unless they have waived notice or consented to the proposed action.) The independent administration authority will be granted unless an interested person files an objection to the petition and shows good cause why the court should not grant the authority. A HEARING on the petition will be held in this court as follows: 05/26/16 at 8:30AM in Dept. 11 located at 111 N. HILL ST., LOS ANGELES, CA 90012 IF YOU OBJECT to the granting of the petition, you should appear at the hearing and state PUBLISH YOUR PUBLIC NOTICES HERE ABANDONMENTS: your objections or file written objections with the court before the hearing. Your appearance may be in person or by your attorney. IF YOU ARE A CREDITOR or a contingent creditor of the decedent, you must file your claim with the court and mail a copy to the personal representative appointed by the court within the later of either (1) four months from the date of first issuance of letters to a general personal representative, as defined in section 58(b) of the California Probate Code, or (2) 60 days from the date of mailing or personal delivery to you of a notice under section 9052 of the California Probate Code. Other California statutes and legal authority may affect your rights as a creditor. You may want to consult with an attorney knowledgeable in California law. YOU MAY EXAMINE the file kept by the court. If you are a person interested in the estate, you may file with the court a Request for Special Notice (form DE-154) of the filing of an inventory and appraisal of estate assets or of any petition or account as provided in Probate Code section 1250. A Request for Special Notice form is available from the court clerk. Attorney for Petitioner CHRISANGELA WALSTON, ESQ. - SBN 201416 LAW OFFICE OF CHRISANGELA WALSTON 110 S LA BREA AV #240 INGLEWOOD CA 90301 4/28, 5/5, 5/12/16 CNS-2873610# Inglewood News Pub. 4/28, 5/5, 5/12/16 HI-25084 $125.00 ABC NOTICES: $125.00 DBA (Fictitious Business Name): $75.00 NAME CHANGE: $125.00 Other type of notice? Contact us and we can give you a price. For DBA’s email us at: dba@heraldpu blications.com All other legal notices email us at: legalnotices@heraldpublications.com Any questions? Call us at 310-322-1830 COMMUNITIES COUNT CITY OF INGLEWOOD INVITATION TO SUBMIT BID (Specifications and Conditions Governing Bid Award) Project Subject to Bid: “STREETS and ALLEYS REHABILITATION PROJECT, FY 2015-16” The City of Inglewood invites and will receive bids duly filed as provided herein for the furnishing of labor and materials and/or the completion of the above-designated project. A mandatory informational meeting for interested bidders will be conducted on Tuesday, May 10, 2016, at 10:30 a.m. at the Public Works Department, on the Third Floor of the Inglewood City Hall, One Manchester Boulevard, CA, 90301. Please call the Project Manager, Hunter Nguyen, at (310) 412-8768, or email at (hhunter@ cityofinglewood.org), should you require further information. Each bid, to be considered, must be delivered to and received by the City Clerk no later than 11:00 a.m. on May 18, 2016, at the Office of the City Clerk, First Floor of Inglewood City Hall, One Manchester Boulevard, Inglewood, CA, 90301. Each bid shall be submitted and completed in all particulars using the form entitled, “Bidder’s Proposal and Statement”, attached hereto and must be enclosed, together with the requisite bid security, in a sealed envelope addressed to the City Clerk with the designation of the project “STREETS and ALLEYS REHABILITATION PROJECT, FY 2015-16” appearing thereon. Each bid shall state the unit price of each item if called for on the Bidder’s Proposal and Statement form. In the event alternative bids are called for in said form, each alternative bid shall be completed. Bids will be opened in public in the City Clerk’s Office and will then and there be announced to all persons present. Specifications and other Bid Documents for the above items are on file in the Public Works Department and may be obtained upon request. Each bid must be accompanied by a deposit in the form of cash, a cashier’s or certified check made payable to the City of Inglewood, or a bid bond, for an amount of not less than ten percent (10%) of the aggregate amount of the bid, as a guarantee that the successful bidder will, within the time specified, enter into an agreement as provided in the Bid Document and furnish bonds when required in the Special Provisions: one for Faithful Performance in the amount of the Contract Sum, and one for Contractor’s Labor and Materials in the amount of the Contract Sum. The City Council reserves the right to reject any or all bids and to waive any irregularities in any bid, and to take bids under advisement for a period not to exceed sixty (60) days from and after the date bids are opened and announced. Attention is directed to the provisions of Labor Code § 1725.5: No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations (with limited expectations for this requirement for bid purposes only under Labor Code Section 1771.1a). No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations. All contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner for all new projects awarded on or after April 1, 2015. The Labor Commissioner may excuse contractors and subcontractors on a project that is under the jurisdiction of one of the four legacy DIR-approved labor compliance programs (Caltrans, City of Los Angeles, Los Angeles Unified School District and County of Sacramento) or that is covered by a qualified project labor agreement. The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Attention is directed to the provisions of Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under them. The Contractor or any subcontractor shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards and administration of the apprenticeship program may be obtained from the Director of Industrial Relations, San Francisco, CA, or the Division of Apprenticeship Standards and its branch offices. Notice is hereby given that the City Council has ascertained the prevailing rates of per diem wages in the locality in which the work is to be done for each craft or type of workman or mechanic needed to execute the Contract in accordance with the provisions of Section 1770, etc. seq. of the Labor Code; said prevailing rates are on file in the Office of the City Clerk and are incorporated herein by reference. Copies shall be made available to any interested party on request. Attention is directed to the provisions of Public Contract Code Section 10164 concerning Contractor’s licensing laws. This Contract requires a Class A Contractor’s License. In addition, a City of Inglewood business license will also be required. The successful bidder must obtain, and maintain current until completion of the Project, an Inglewood City Business License. This Notice is given by order of the City Administrator of the City of Inglewood, California, and is dated this __28th___ day of __April_, 2016. Artie Fields, City Manager City of Inglewood, California Inglewood News Pub. 4/28/16 HI-25085 CITY OF INGLEWOOD INVITATION TO SUBMIT BID (Specifications and Conditions Governing Bid Award) Project Subject to Bid: “CRENSHAW BLVD. & 84TH Pl. HSIP PROJECT” The City of Inglewood invites and will receive bids duly filed as provided herein for the furnishing of labor and materials and/or the completion of the above-designated project. A mandatory job walk meeting for interested bidders will be conducted on Wednesday, May 18, 2016 at 10:00 a.m. at the Public Works Department, on the Third Floor of Inglewood City Hall, One Manchester Boulevard, CA, 90301. Interested bidders who arrive for the meeting after 10:30 a.m. will not be eligible to submit bid proposals. Call the project Manager Kenrick Sanderlin or Alan Mai at (310) 412-5333 should you require further information. Each bid to be considered must be delivered to and received by the City Clerk no later than 11:00 a.m. on Wednesday, June 8, 2016 at the Office of the City Clerk, First Floor of Inglewood City Hall, One Manchester Boulevard, Inglewood, CA, 90301. Each bid shall be submitted and completed in all particulars using the form entitled, “Bidder’s Proposal and Statement” attached hereto and must be enclosed, together with the requisite bid security, in a sealed envelope addressed to the City Clerk with the designation of the project “CRENSHAW BLVD. & 84TH Pl. HSIP PROJECT” appearing thereon. Each bid shall state the unit price of each item if called for on the Bidder’s Proposal and Statement form. In the event alternative bids are called for in said form, each alternative bid shall be completed. Bids will be opened in public in the City Clerk’s Office and will then and there be announced to all persons present. Specifications and other Bid Documents for the above items are on file in the Public Works Department and may be obtained upon request. Each bid must be accompanied by a deposit in the form of cash, a cashier’s or certified check made payable to the City of Inglewood, or a bid bond, for an amount of not less than ten percent (10%) of the aggregate of the bid, as a guarantee that the successful bidder will, within the time specified, enter into an agreement as provided in the Bid Document and furnish bonds when required in the Special Provisions: one for Faithful Performance in the amount of the Contract Sum, and one for Contractor’s Labor and Materials in the amount of the Contract Sum. The City Council reserves the right to reject any or all bids and to waive any irregularities in any bid, and to take bids under advisement for a period not to exceed sixty (60) days from and after the date bids are opened and announced. Attention is directed to the provisions of Section 1773 of the Labor Code, the State prevailing wage rates for this project have been determined by the Director of the California Department of Industrial Relations (DIR) and are set fort on the DIR website: http://www.dir.ca.gov/DLSR/ PWD and are printed in the Specifications. The Federal prevailing wage rates for this project are also set forth in the Specifications, and addenda to modify the Federal and State wage rates, if necessary, will be issued to holders of the Specifications. If there is a difference between the State wage rates and Federal wage rates for similar classification of labor, Contractor and subcontractors shall pay not less than the higher of two. Lower State wage rates for classifications not specifically listed in the Federal wage determination will not be accepted; this includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determination. Attention is directed to the provisions of Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under them. The Contractor or any subcontractor shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards and administration of the apprenticeship program may be obtained from the Director of Industrial Relations, San Francisco, CA, or the Division of Apprenticeship Standards and its branch offices. Notice is hereby given that the City Council has ascertained the prevailing rates of per diem wages in the locality in which the work is to be done for each craft or type of workman or mechanic needed to execute the Contract in accordance with the provisions of Section 1770, et. seq. of the Labor Code; said prevailing rates are on file in the Office of the City Clerk and are incorporated herein by reference. Copies shall be made available to any interested party on request. Attention is directed to the provisions of Public Contract Code Section 10164 concerning Contractor’s licensing laws. This Contract requires a Class A and/or C10 Contractor License. The successful bidder must obtain, and maintain current until completion of the Project, an Inglewood City Business License. This Notice is given by order of the City Manager of the City of Inglewood, California, and is dated this ___28th____ day of ___April____, 2016. Artie Fields, City Manager City of Inglewood, California Inglewood News Pub. 4/28/16 HI-25086


Lawndale_FB_042816_FNL_lorez
To see the actual publication please follow the link above