Page 6

Lawndale_FB_042816_FNL_lorez

Page 6 April 28, 2016 PUBLIC NOTICES NOTICE TO CREDITORS OF Alnita Tramell LOS ANGELES SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES Notice is hereby given to the creditors and contingent creditors of the abovenamed decedent, that all persons having claims against the decedent are required to file them with the Superior Court, at Los Angeles, and mail a copy to Kenya S. Stewart, wherein the decedent was the settler, at 3501 w. 80th St Inglewood, Ca 90305, within the later of four months after (4/28/2016 ). or, if notice is mailed or personally delivered to you, 60 days after the date this notice is mailed or personally delivered to you. A claim form may be obtained from the court clerk. For your protection, you are encouraged to file your claim by certified mail, with return receipt requested. Inglewood News Pub. 4/28, 5/5, 5/12/16 HI-25089 NOTICE INVITING BIDS Sealed proposals will be received by the City Clerk of the City of Hawthorne, California at the office of the City Clerk, located on the first floor in City Hall, 4455 West 126th Street, Hawthorne, California until 4:00 P.M., Tuesday, May 24, 2016. Proposals will be publicly opened and recorded on a Bid List at 4:30 P.M. of the same day in the City Clerk’s Office. Bidders, as well as the general public, are invited to view the proceedings. Proposals will be read at a meeting of the City Council starting at 6:00 P.M., Tuesday, May 24, 2016 for the following: Storm Drain Improvements & Installation of Infiltration Chambers on Hawthorne Blvd. Proposition 84 (IRWM) (City project # 15-06) SCOPE OF WORK The work consists of excavation and removal of existing pavement, concrete and asphalt paving, construction of storm drain pipes and manhole, drywells, Infiltration chambers, and adjustment of utilities and all other work necessary to complete the improvements in accordance with the Plans and Specifications. Payment for preparing SWPPP and State WDID# NPDES permit and required field offices shall be considered as included in the price bid for all other items of work as specified in the project specifications. ESTIMATED QUANTITIES ITEM ITEM DESCRIPTION UNIT QUANTITY 1 Construction Survey per sections 2-9.2 & 2-9.5 of the project specifications. LS 1 2 Traffic control plans and implementation of traffic Control as specified in sections 7-10.1 through 7-10.6 of the project specifications LS 1 3 Provide and Install Asphalt Concrete (PG-64-16) TONS 1200 4 Provide and Install ARHM TONS 250 5 Provide and Install CMB for AC pavement CY 1300 6 Excavation (unclassified) including deep excavation for infiltration chambers CY 10,000 7 Provide and install 3” Sch. 80 PVC sleeve including all necessary boring or trenching, required backfilling etc. per detail on plan C-6 LF 550 8 Install 18” (or 3 of 10”f) ADS HP polypropylene pipe or equal LF 550 9 Install Complete Infiltration chamber System from El Segundo Blvd. to 126th St. including crushed stone and rock dust backfill material, system components (manifolds, underline perforated drains, inspection ports, chambers, flap gate, pipe connection etc.), geotextiles, and all manufacturer’s recommended components complete in place, excluding excavation, inlet and outlet structures per detail 1, plan SD-4. Unit volume for this bid shall be chamber storage volume. CF 4,851 10 Install complete Infiltration chamber System from R/R to Broadway including crushed stone and rock dust backfill material, system components (manifolds, underline perforated drains, inspection ports, chambers, flap gate, pipe connection etc.), geotextiles, and all manufacturer’s recommended components complete in place, excluding excavation, inlet and outlet structures per detail 1, plan SD-4. Unit volume for this bid shall be chamber storage volume. CF 3,326 11 Install complete Infiltration chamber System from Broadway to 120th St. including crushed stone and rock dust backfill material, system components (manifolds, underline perforated drains, inspection ports, chambers, flap gate, pipe connection etc.), geotextiles, and all manufacturer’s recommended components complete in place, excluding excavation, inlet and outlet structures per detail 1, plan SD-4. Unit volume for this bid shall be chamber storage volume. CF 6,050 12 Provide and Install Infiltration chamber inlet and outlet structure per detail, plan SD-4 EA 12 13 Construct 2’ Dia. drywells with Geotextile, 24” Sch. 80 PVC and Crushed Stone Backfill in infiltration chamber system per detail 1, plan SD-4 EA 23 14 Construct pipe to pipe junction structure per SPPWC Std. 331-3 EA 7 15 Remove and reconstruct 7’ Wide Catch Basin per SPPWC Std. 303-3 w/ local depression EA 2 16 Striping per plan S-1 LS 1 17 Construct 12” PCC street median curb with 8” CMB including AC or concrete slot patch w/ slurry base where occur per detail 4, plan C-6 LF 3,150 18 Construct 8” PCC pavement with 8“ CMB SF 1,000 19 Install Connector Pipe Screen (CPS) unit at curb opening catch basin’s 12”-36” outlet pipe dimension, G2 construction or American Stormwater CPS system or approved equal EA 8 CLASSIFICATION OF CONTRACTORS Contractors bidding this project must possess a valid State of California A Contractors’ License. MANDATORY PRE-BID JOB WALK A pre-bid site inspection will be conducted at the Hawthorne City hall located at 4455 W. 126th Street Hawthorne, CA 90250, on Thursday, May 12, 2016 at 10:00 A.M. BIDS WILL BE NULL AND VOID IF CONTRACTOR DOES NOT ATTEND THIS PRE-BID WALK. SUBMISSION OF PROPOSALS Proposals must be submitted on the blank forms prepared and furnished for that purpose, which may be obtained at the office of the Hawthorne City Engineer. Bidders may also obtain copies of the Plans and Specifications for the contemplated work. (See “NOTE” under Project Information section.) No bid will be considered unless it conforms to the Proposal Requirements and Conditions. The City Council of the City of Hawthorne, also referred to as the City, reserves the right to reject any and all proposals. Bids must be returned in the special envelopes provided, marked “SEALED BIDS”, and addressed to the City Clerk. Each proposal shall be accompanied by one of the following forms of bidder’s security: cash, cashier’s check, certified check, or bidder’s bond, equal to ten percent (10%) of the bid price. A list of subcontractors shall be submitted with the bid on the form provided by the City. NONDISCRIMINATION In performance of the terms of this contract, the Contractor shall not engage in, nor permit such subcontractors as he may employ from engaging in discrimination in employment of persons because of race, color, place of nation origin or ancestry, sex, age or religion of such persons. PERFORMANCE RETENTIONS The successful bidder will be required to provide for performance security as provided by law. Requirements for performance retentions may be satisfied by deposit or securities specified in Section 16430 of the Government Code and in accordance with Section 22300 of the Public Contract Code. WAGES AND EQUAL EMPLOYMENT OPPORTUNITIES This proposed Contract is under and subject to Executive Order 11246, as amended, of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. The EEO requirements, labor provisions, and wage rates are included in the Specifications and Bid documents and are available for inspection at the City Clerk’s Office, City Hall, City of Hawthorne. NOTICE IS FURTHER GIVEN that pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general federal prevailing rate of per diem wages in accordance with the law to be paid for the construction of the above entitled Works and Improvements and General Prevailing rate for holiday and overtime work in this locality for each craft. The schedule has been obtained from the U.S. Department for Housing and Urban Development for Community Block Grant Programs of the type and nature proposed by the City, and reference is hereby made to copies thereof on file in the Office of the City Engineer, which said copies are available to any interested party upon request. Further, a copy shall be posted at the job site during the course of construction. All Contractors submitting bids must conform to current federal minimum prevailing wages. In addition to the Contractor’s obligations as to minimum wages rates, the Contractor shall abide by all other provisions and requirements stipulated in Sections 1770-1780, inclusive, of the Labor Code of the State of California, including, but not limited to, those dealing with the employment of registered apprentices. The responsibility of compliance with Section 1777.5 of the Labor Code shall be with the prime contractor. LABOR COMPLIANCE PROGRAM: This project is subject to the Department of Industrial Relations approved Labor Compliance Program (LCP). This is a Public Works project and will require the payment of prevailing wages. In accordance with Senate Bill 854, as of January 1, 2015, no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. AMERICANS WITH DISABILITIES ACT: By signing this Grant Agreement, Grantee assures State that it complies with the Americans with Disabilities Act (ADA) of 1990, (42 U.S.C., 12101 et seq.), which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. CHILD SUPPORT COMPLIANCE ACT: The Grantee acknowledges in accordance with Public Contract Code 7110, that: a) The Contractor recognizes the importance of child and family support obligations and shall fully comply with all applicable state and federal laws relating to child and family support enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the Family Code; and b) The Grantee, to the best of its knowledge is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department. DBE REQUIREMENTS The bidder shall make good faith efforts, as defined in Title 49 of the Code of Federal Regulations, Part 26, and the State of California, Department of Transportation Disadvantaged Business Enterprise (DBE) Program Plan. The City of Hawthorne established an AADPL of 11%. PROJECT INFORMATION Plans and Specifications are available for purchase at Hawthorne City Hall, Department of Public Works, Engineering Division (second floor), located at: 4455 West 126th Street, Hawthorne, CA 90250, (310) 349-2980. NOTE TO PROSPECTIVE BIDDERS: THE COST OF PLANS AND SPECIFICATIONS IS $150.00 (non-refundable). AN ADDITIONAL $25.00 WILL BE CHARGED IF MAILING IS NECESSARY, OR $50.00 IF FEDERAL EXPRESS MAILING OPTION IS REQUIRED. (There will be no fee required for mailing if prospective bidder prefers to have plans and specifications sent and billed via Bidder’s FED’EX account number.) If you have any questions regarding this project, please contact Heecheol Kwon, Associate Engineer, Departmentof Public Works, at email hkwon@cityofhawthorne. org or fax# (310)978-9862. Hawthorne Press Tribune Pub. 4/28, 5/5/16 HH-25088 follow us on twitter @heraldpub


Lawndale_FB_042816_FNL_lorez
To see the actual publication please follow the link above