36 minute read

Starting a new business?

The City of Arcadia reserves the right to accept in whole or part or reject any and all proposals and to waive any informalities in the proposal process, and all proposals are binding for a period of ninety (90) days after the proposal opening and may be retained by the City for examination and comparison, as specified in the proposal documents. The award of this contract shall be made by the Arcadia City Council.

CITY OF ARCADIA PURCHASING OFFICE

Advertisement

/s/ Linda Rodriguez Assistant City Clerk

Dated: February 13, 2023

Publish: February 13, February 16, and February 20, 2023

ARCADIA WEEKLY

Monrovia City Notices

Notice Inviting Bids For Lower Cloverleaf Reservoir Rehabilitation Project

NOTICE IS HEREBY GIVEN that the City of Monrovia, California (“City”) invites sealed Bids for the Project. The City will receive such Bids at the City Clerk’s office, City Hall, 415 South Ivy Avenue, Monrovia, California 91016 up to 2:00 p.m. on March 8, 2023, at which time they will be publicly opened and read aloud.

All Bids must be made on the form furnished by the City. Each Bid must be submitted in a sealed envelope addressed to the City Clerk with the Project name and identification number typed or clearly printed on the lower left corner of the envelope. Bids must remain valid and shall not be subject to withdrawal for sixty (60) Days after the Bid opening date.

INCORPORATION OF STANDARD SPECIFICATIONS - The 2021 edition of “Standard Specifications for Public Works Construction” (“Standard Specifications”), as amended by the Contract Documents, is incorporated into the Contract Documents by reference.

SCOPE OF WORK - The Project includes, without limitation, furnishing all necessary labor, materials, equipment, and other incidental and appurtenant Work necessary to satisfactorily complete the Project, as more specifically described in the Contract Documents. This Work will be performed in strict conformance with the Contract Documents, permits from regulatory agencies with jurisdiction, and applicable regulations. The quantity of Work to be performed and materials to be furnished are approximations only, being given as a basis for the comparison of Bids. Actual quantities of Work to be performed may vary at the discretion of the City Engineer.

The Project Includes:

Demolition of: Remove existing AC Pavement, AC Berm, Concrete, saw-cut and remove existing storm drain structure, lower existing grate, Remove and Salvage existing chain link fence and gate, Excavation and Grading for all structures in the project.

Construction of: AC Pavement, 6” PCC Concrete Pavement, Concrete Retaining Wall, PCC Curb, Concrete Catch Basin, C-900 PVC Pipe 24”, Pipe Fittings and Flanged Flap Valve, Extend 2” PVC pipe, Install Salvaged Fence and Gate, Galvanized Metal Handrail, Raise existing Sewer Manhole (off site), Protect In Place Existing Structures, Mobilization, Demobilization, Bond, and Insurance.

The Engineer’s Estimate for this project is $ 199,900.00

OBTAINING BID DOCUMENTS - Project Bid Documents, will be available on “Box” and can be access by invitation only. Interested bidders are to contact James Merrell at james.merrell@merrelljohnson.com and request access to the project documents. The interested bidder must provide the name of the company, the company address, the contractor’s license number, and name of contact person and email address of contact person. The bidder will then be invited and given access to the bid documents. Bid documents maybe viewed and downloaded to the bidder’s email site.

MANDATORY PRE-BID MEETING AND SITE VISIT - A mandatory pre-bid meeting will be held on Thursday February 21, 2023, at 10:00 a.m. at City of Monrovia Public Works Building at 600 South Mountain Ave. Every Potential Bidder is required to attend the prebid meeting and project site visit. Failure of a Bidder to attend will render that Bidder’s Bid non-responsive. No allowances for cost adjustments will be made if a Bidder fails to adequately examine the Project site before submitting a Bid.

TRENCHES AND OPEN EXCAVATIONS. Pursuant to Labor Code Section 6707, if this Project involves construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each bid submitted in response hereto shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which shall conform to applicable safety orders.

REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS - In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall 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, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)].

PREVAILING WAGES - In accordance with Labor Code Section 1770 et seq., the Project is a “public work”. The selected Bidder (Contractor) and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations (“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Director of Public Works and are available to any interested party upon request. The Contractor shall post a copy of the DIR’s determination of the prevailing rate of per diem wages at each job site. This Project is subject to compliance monitoring and enforcement by the DIR.

BONDS - Each Bid must be accompanied by a cash deposit, cashier’s check, certified check, or Bidder’s Bond issued by a Surety insurer, made payable to the City and in an amount not less than ten percent (10%) of the total Bid submitted. Personal or company checks are not acceptable. Upon Contract award, the Contractor shall provide faithful performance and payment Bonds, each in a sum equal to the Contract Price. All Bonds must be issued by a California admitted Surety insurer using the forms set forth in the Contract Documents, or in any other form approved by the City Attorney. Failure to enter into the Contract with the City, including the submission of all required Bonds and insurance coverage, within fifteen (15) Days after the date of the mailing of written notice of contract award to the Bidder, shall subject the Bid security to forfeiture to the extent provided by law.

LICENSES - Each Bidder shall possess a valid Class “A” (General Engineering) Contractor’s license issued by the California State Contractors License Board at the time of the Bid submission. The successful Contractor will be required to obtain a current City business license.

RETENTION SUBSTITUTION - Five percent (5%) of any progress payment will be withheld as retention. In accordance with Public Contract Code Section 22300, and at the request and expense of the Contractor, securities equivalent to the amount withheld may be deposited with the City or with a State or federally chartered bank as escrow agent, which shall then pay such moneys to the Contractor. Upon satisfactory completion of the Project, the securities shall be returned to the Contractor. Alternatively, the Contractor may request that the City make payments of earned retentions directly to an escrow agent at the Contractor’s expense. No such substitutions shall be accepted until all related documents are approved by the City Attorney.

LIQUIDATED DAMAGES - Liquidated damages shall accrue in the amount of $2,500.00 for each Day that Work remains incomplete beyond the Project completion deadline specified in the Contract Documents.

BIDDING PROCESS - The City reserves the right to reject any Bid or all Bids, and to waive any irregularities or informalities in any Bid or in the bidding, as deemed to be in its best interest.

/s/ Alice D. Atkins, MMC, City Clerk

Publish Thursday, February 9 and 16, 2023

MONROVIA WEEKLY

El Monte City Notices

INVITATION TO BID

Pursuant to Public Contract Code Sections 1600 and 1601, all bids or proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/ portal/portal.cfm?CompanyID=43375 by 2:00 pm Pacific Standard

Time on or before March 9, 2023 for the project listed below. A bid submitted after the time set shall not be considered. Bidders are required to submit (upload) all items listed in the section 4(d) of In- structions to Bidders, including a copy of the required Bidder’s Bond and acknowledgement of all addendums. Bids will be received by the City via the electronic submission up to the date and time shown in the Notice of Inviting Bids. The City will be responsible for bid tabulations. Bids will be opened and read out loud by the City Clerk’s Office in Council Chambers at the date and time stated in the Notice of Inviting Bids. Bid results will be made available to the public on the City’s website in the electronic bid management system once the bid tabulation has been completed.

The foregoing notwithstanding, the award of any contract shall be subject to approval by the City Council at a duly noticed City Council meeting and the City Council reserves the right to reject all Bids.

The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The Bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the Bidder certifies that the Bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the electronic bid as its Bid proposal, the Bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents.

Sidewalk & Curb Ramp Reconstruction Project (PHASE 2), CIP 052

The proposed work consists of but not limited to removal and reconstruction of sidewalk, curb and gutter, driveway approaches, AC pavement, curbs, tree and stump removal, adjust to grade of water meter box, sidewalk grinding, construct ADA curb ramp, and all other work as indicated in the construction documents. It is the goal of this project to improve pedestrian safety, mobility and access within the City. The City Engineer’s estimate for the project is Four Hundred Thousand Dollars ($400,000).

This is a federally assisted construction contract. Federal Labor Standards Provisions outlined in the HUD-4010 form, including prevailing wage requirements of the Davis-Bacon and Related Acts (DBRA), will be enforced.

The “current Federal Wage Decision” is the one in effect ten (10) days prior to the bid opening date and can be found online at http://www.wdol.gov In the event of a conflict between federal and state wage rates, the higher of the two will prevail. “The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment.” This Project is a “public work,” and thus, the Contractor and any Subcontractors must pay wages in accordance with the determination of the Director of the Department of Industrial Relations (“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Director of Public Works and are available to any interested party upon request. The contractor shall post a copy of the DIR’s determination of the prevailing rate of per diem wages at each job site.

Section 3 Statement: This is a HUD Section 3 construction contract. First preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference will be given to a bidder who provides a reasonable bid and commits to achieving the Section 3 employment, training, and subcontracting opportunity goals by submitting a Declaration of Intent to comply with Section 3 requirements, including benchmarks. A Section 3 MANDATORY Pre-Bid Meeting will be held at 10:00am on Thursday, February 23, 2023 at El Monte Aquatic Center (Conference Room A), 11001 Mildred St, El Monte, CA, 91731, to discuss the Section 3 bid preference and goals. A bidder who is not responsive to the Section 3 requirements of the Housing Development Act of 1968 (as amended), will not receive consideration for a bid preference.

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 unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. It is not a violation 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.

Completion of Work: All work shall be completed within fortyfive (45) working days from the date designated on the Notice to Proceed. Liquidated damages as provided for in the General Conditions of the Contract shall be in the sum of One Thousand Dollars ($1,000.00) for each and every day as defined therein for each different scope of work as defined by the Base Bid and each change order except as otherwise specified in the General Conditions.

Contract Documents: Specifications and contract documents are posted in the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375. All Bidders must first register as a vendor on the City of El Monte PlanetBids System website to participate in a Bid or to be added to a prospective Bidders list. Only those parties that have registered with the City as a plan holder on a particular project will receive the addendum(a) for that project. The City is not responsible for notifications to those parties who do not directly register as a plan holder on the City’s database. It is the responsibility of all perspective Bidders to register on the City’s database to ensure receipt of any addendum(a) prior to Bid submittals. Additionally, information on any addendum(a) issued for any bid specifications for any project will be available on the City website at: https://www.planetbids.com/portal/portal.cfm?CompanyID=43375. The City reserves the right to reject as nonresponsive any bid that fails to include the information required by any addendum(a) posted on the City website.

Questions: Project-specific questions must be submitted in writing through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375 by 4:00 p.m. Pacific Standard Time on or before Tuesday February 28, 2023. All posted questions will be answered in writing and conveyed via written addenda to all Bidders via posting on PlanetBids.

Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be held on Thursday February 23, 2023, 10:00 a.m. at El Monte Aquatic Center (Conference Room A), 11001 Mildred St, El Monte, CA, 91731. Every Bidder is required to attend the pre-bid meeting. Failure of a Bidder to attend will render that Bidder’s Bid non-responsive. No allowances for cost adjustments will be made if a Bidder fails to adequately examine the Project before submitting a Bid.

In light of the new health order issued by the Los Angeles County Department of Public Health lifting the indoor mask mandate [for fully vaccinated individuals], effective Friday, March 4, 2022, the City of El Monte COVID-19 Prevention Plan will remain in effect. All employees and customers entering a City facility will be required to wear at least a face-covering or mask regardless of vaccination status. If you plan to wear a face-covering instead of a surgical mask or well-fitting respirators (e.g., N95 and KN95), please ensure that the face covering is a tightly woven fabric or non-woven material with no visible holes or openings covering the nose and mouth.

Submission of Proposals: All Bids or Proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375 no later than the date and time prescribed. All Bids must be signed by an authorized representative.

All required sections, including pricing, shall be submitted (uploaded) to PlanetBids via the website. The Bidder shall attach Subcontractor(s) Listing, Experience Form, Copy of Bid Security, and all other documents as listed in the BIDDER’S CHECKLIST to the PlanetBids Attachments Tab. The system will not accept a Bid for which any required information is missing. Prior to the Bid due date and time, all Bidders shall submit the original Bid Security to:

Office of the City Clerk

City of El Monte – City Hall East 11333 Valley Blvd El Monte CA, 91731

The award of the contract by the City Council is contingent upon the Bidder submitting the required bonds and insurance, as described in the Contract, prior to the Bid due date and time. If the Bidder fails to comply with these requirements, the City may award the contract to the second or third lowest Bidder and the Bid security of the lowest Bidder may be forfeited.

Bids Remain Sealed Until Due Date and Time. Electronic Bids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https). Bids submitted prior to the due date and time are not available for review by anyone other than the submitter, who will have until the due date and time to change, rescind or retrieve its bid should they desire to do so. Upon the Bidder’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a Bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. All Bid submission information must be fully transferred from the Bidder server to the bid system server before bid closing. Bids still transmitting at the time of bid closing will not be accepted. Bidders will receive an e-bid confirmation number with a time stamp from the bid management system indicating their bid was submitted successfully. The City will only receive those bids that were transmitted successfully. DO NOT FAX OR EMAIL.

Bid Security: Each proposal must be accompanied by a Bid Security in the form of a cashier’s check, certified check, or bid bond executed on the prescribed form, in an amount not less than ten percent (10%) of the total bid price payable to the City of El Monte. Bidders are hereby notified that in accordance with the provisions of Public Contract Code section 22300, securities may be substituted for any monies which the City may withhold pursuant to the terms of this Contract to ensure performance.

Prior to the bid due date and time, all Bidders shall submit the original Bid Security to the City Clerk. Proof of delivery that is date/ time stamped and signed for by the City Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of delivery shall be submitted with the bid package by the bid due date.

Contractor's License: Bidder must possess a current Class_”A”

- General Engineering Contractor license or Class “C-8” – Concrete Contractor issued by the State of California, at the time the bid is submitted.

Contractor Registration: All Bidders and listed subcontractors must have registered with the California State Department of Industrial Relations pursuant to Labor Code section 1725.5 prior to submitting a Bid. Furthermore, a Contractor and all subcontractors must be registered pursuant to Labor Code section 1725.5 before entering into a contract to work on a public project.

City’s Right to Postpone Opening of Bids. The City reserves the right to postpone the date and time for the opening of Bids at any time prior to the date and time initially announced in this Invitation to Bid in accordance with applicable law.

Opening of Bids. Bids will be received by the City via the electronic submission up to the date and time shown in the Notice of Inviting Bids. The City will be responsible for bid tabulations. Bids will be opened and read out loud by the City Clerk’s Office in Council Chambers at the date and time stated in the Notice of Inviting Bids. Bid results will be made available to the public on the City’s website and in the electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=43375 once the bid tabulation has been completed.

Award: The award shall be made to the lowest responsible Bidder whose proposal complies with the specified requirements. The foregoing notwithstanding, the award of any contract shall be subject to approval by the City Council at a duly noticed City Council meeting. Contractor shall execute the Contract within ten (10) days after it has received the Contract from the City. The City reserves the right to waive any irregularity in the proposals. No bid may be withdrawn for a period of sixty (60) days after the opening of bids.

Rejection of Bids: The City reserves the right to reject any and all Bids. The City further reserves the right to waive immaterial irregularities in any Bid. Any Bid not conforming to the intent and purpose of the Contract Documents may be rejected. The City reserves the right to make all awards in the best interest of the City.

Disqualification of Bidder: If there is a reason to believe that collusion exists among any Bidders, none of the Bids of the participants in such collusion will be considered and the City may likewise elect to reject all bids received.

Wage Rates: Bidders are hereby notified that the California Department of Industrial Relations has determined the general prevailing rate of wages for each craft, classification, or type of worker needed to execute the work. Copies of the current schedules for prevailing wages applicable to this project are on file in the City’s office. It shall be mandatory for the Contractor and any subcontractor under it to pay not less than the said specified rates to laborers and workmen employed by them in the execution of the Contract. The contractor’s duty to pay State prevailing wages can be found under Labor Code, Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment.

This public works construction project is also funded in whole or in part with federal funds. Accordingly, federal labor standards provisions including prevailing wage requirements of the Davis-Bacon and Related Acts (DBRA) will be enforced. In the event of a conflict between Federal and State prevailing wage rates, the higher of the two will prevail.

Bonds: The successful Bidder will be required to furnish a payment bond in an amount equal to one hundred percent (100%) of the Contract price, and a faithful performance bond in an amount equal to one hundred percent (100%) of the Contract price.

Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in 24 CFR 85.36 OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer, or agent of the sub-recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved.

Publish February 16 & February 20, 2023

EL MONTE EXAMINER

Invitation To Bid

Pursuant to Public Contract Code Sections 1600 and 1601, all bids or proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/ portal/portal.cfm?CompanyID=43375 by 2:00 pm Pacific Standard Time on or before March 9, 2023 for the project listed below. A bid submitted after the time set shall not be considered. Bidders are required to submit (upload) all items listed in the section 4(d) of Instructions to Bidders, including a copy of the required Bidder’s Bond and acknowledgement of all addendums. Bids will be received by the City via the electronic submission up to the date and time shown in the Notice of Inviting Bids. The City will be responsible for bid tabulations. Bids will be opened and read out loud by the City Clerk’s Office in Council Chambers at the date and time stated in the Notice of Inviting Bids. Bid results will be made available to the public on the City’s website in the electronic bid management system once the bid tabulation has been completed.

The foregoing notwithstanding, the award of any contract shall be subject to approval by the City Council at a duly noticed City Council meeting and the City Council reserves the right to reject all Bids.

The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The Bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the Bidder certifies that the Bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the electronic bid as its Bid proposal, the Bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents.

Sidewalk & Curb Ramp Reconstruction Project (PHASE 3), CIP 052

The proposed work consists of but not limited to removal and reconstruction of sidewalk, curb and gutter, driveway approaches, AC pavement, curbs, tree and stump removal, adjust to grade of utility meter box, sidewalk grinding, construct ADA curb ramp, and all other work as indicated in the construction documents. It is the goal of this project to improve pedestrian safety, mobility and access within the City. The City Engineer’s estimate for the project is Four Hundred Thousand Dollars ($400,000).

This is a federally assisted construction contract. Federal Labor Standards Provisions outlined in the HUD-4010 form, including prevailing wage requirements of the Davis-Bacon and Related Acts (DBRA), will be enforced.

The “current Federal Wage Decision” is the one in effect ten (10) days prior to the bid opening date and can be found online at http://www.wdol.gov In the event of a conflict between federal and state wage rates, the higher of the two will prevail. “The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment.” This Project is a “public work,” and thus, the Contractor and any Subcontractors must pay wages in accordance with the determination of the Director of the Department of Industrial Relations (“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Director of Public Works and are available to any interested party upon request. The contractor shall post a copy of the DIR’s determination of the prevailing rate of per diem wages at each job site.

Section 3 Statement: This is a HUD Section 3 construction contract. First preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference will be given to a bidder who provides a reasonable bid and commits to achieving the Section 3 employment, training, and subcontracting opportunity goals by submitting a Declaration of Intent to comply with Section 3 requirements, including benchmarks. A Section 3 MANDATORY Pre-Bid Meeting will be held at 10:00am on Thursday, February 23, 2023 at El Monte Aquatic Center (Conference Room A), 11001 Mildred St, El Monte, CA, 91731, to discuss the Section 3 bid preference and goals. A bidder who is not responsive to the Section 3 requirements of the Housing Development Act of 1968 (as amended), will not receive consideration for a bid preference.

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 unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. It is not a violation 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.

Completion of Work: All work shall be completed within fortyfive (45) working days from the date designated on the Notice to Proceed. Liquidated damages as provided for in the General Conditions of the Contract shall be in the sum of One Thousand Dollars ($1,000.00) for each and every day as defined therein for each different scope of work as defined by the Base Bid and each change order except as otherwise specified in the General Conditions.

Obtaining Contract Documents: Specifications and contract documents are posted in the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375. All Bidders must first register as a vendor on the City of El Monte PlanetBids System website to participate in a Bid or to be added to a prospective Bidders list. Only those parties that have registered with the City as a plan holder on a particular project will receive the addendum(a) for that project. The City is not responsible for notifications to those parties who do not directly register as a plan holder on the City’s database. It is the responsibility of all perspective Bidders to register on the City’s database to ensure receipt of any addendum(a) prior to Bid submittals. Additionally, information on any addendum(a) issued for any bid specifications for any project will be available on the City website at: https://www.planetbids.com/portal/portal.cfm?CompanyID=43375. The City reserves the right to reject as nonresponsive any bid that fails to include the information required by any addendum(a) posted on the City website.

Questions: Project-specific questions must be submitted in writing through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375 by 4:00 p.m. Pacific Standard Time on or before Tuesday February 28, 2023. All posted questions will be answered in writing and conveyed via written addenda to all Bidders via posting on PlanetBids.

Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be held on Thursday February 23, 2023, 10:00 a.m. at El Monte Aquatic Center (Conference Room A), 11001 Mildred St, El Monte, CA, 91731. Every Bidder is required to attend the pre-bid meeting. Failure of a Bidder to attend will render that Bidder’s Bid non-responsive. No allowances for cost adjustments will be made if a Bidder fails to adequately examine the Project before submitting a Bid.

In light of the new health order issued by the Los Angeles County Department of Public Health lifting the indoor mask mandate [for fully vaccinated individuals], effective Friday, March 4, 2022, the City of El Monte COVID-19 Prevention Plan will remain in effect. All employees and customers entering a City facility will be required to wear at least a face-covering or mask regardless of vaccination status. If you plan to wear a face-covering instead of a surgical mask or well-fitting respirators (e.g., N95 and KN95), please ensure that the face covering is a tightly woven fabric or non-woven material with no visible holes or openings covering the nose and mouth.

Submission of Proposals: All Bids or Proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal. cfm?CompanyID=43375 no later than the date and time prescribed. All Bids must be signed by an authorized representative.

All required sections, including pricing, shall be submitted (uploaded) to PlanetBids via the website. The Bidder shall attach Subcontractor(s) Listing, Experience Form, Copy of Bid Security, and all other documents as listed in the BIDDER’S CHECKLIST to the PlanetBids Attachments Tab. The system will not accept a Bid for which any required information is missing. Prior to the Bid due date and time, all Bidders shall submit the original Bid Security to:

Office of the City Clerk

City of El Monte – City Hall East 11333 Valley Blvd El Monte CA, 91731

The award of the contract by the City Council is contingent upon the Bidder submitting the required bonds and insurance, as described in the Contract, prior to the Bid due date and time. If the Bidder fails to comply with these requirements, the City may award the contract to the second or third lowest Bidder and the Bid security of the lowest Bidder may be forfeited.

Bids Remain Sealed Until Due Date and Time. Electronic Bids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https). Bids submitted prior to the due date and time are not available for review by anyone other than the submitter, who will have until the due date and time to change, rescind or retrieve its bid should they desire to do so. Upon the Bidder’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a Bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. All Bid submission information must be fully transferred from the Bidder server to the bid system server before bid closing. Bids still transmitting at the time of bid closing will not be accepted. Bidders will receive an e-bid confirmation number with a time stamp from the bid management system indicating their bid was submitted successfully. The City will only receive those bids that were transmitted successfully. DO NOT FAX OR EMAIL.

Bid Security: Each proposal must be accompanied by a Bid Security in the form of a cashier’s check, certified check, or bid bond executed on the prescribed form, in an amount not less than ten percent (10%) of the total bid price payable to the City of El Monte. Bidders are hereby notified that in accordance with the provisions of Public Contract Code section 22300, securities may be substituted for any monies which the City may withhold pursuant to the terms of this Contract to ensure performance.

Prior to the bid due date and time, all Bidders shall submit the original Bid Security to the City Clerk. Proof of delivery that is date/time stamped and signed for by the City Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of delivery shall be submitted with the bid package by the bid due date.

Contractor's License: Bidder must possess a current Class_”A” - General Engineering Contractor license or Class “C-8” – Concrete Contractor issued by the State of California, at the time the bid is submitted.

Contractor Registration: All Bidders and listed subcontractors must have registered with the California State Department of Industrial Relations pursuant to Labor Code section 1725.5 prior to submitting a Bid. Furthermore, a Contractor and all subcontractors must be registered pursuant to Labor Code section 1725.5 before entering into a contract to work on a public project.

City’s Right to Postpone Opening of Bids. The City reserves the right to postpone the date and time for the opening of Bids at any time prior to the date and time initially announced in this Invitation to Bid in accordance with applicable law.

Opening of Bids. Bids will be received by the City via the electronic submission up to the date and time shown in the Notice of Inviting Bids. The City will be responsible for bid tabulations. Bids will be opened and read out loud by the City Clerk’s Office in Council Chambers at the date and time stated in the Notice of Inviting Bids. Bid results will be made available to the public on the City’s website and in the electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=43375 once the bid tabulation has been completed.

Award: The award shall be made to the lowest responsible Bidder whose proposal complies with the specified requirements. The foregoing notwithstanding, the award of any contract shall be subject to approval by the City Council at a duly noticed City Council meeting. Contractor shall execute the Contract within ten (10) days after it has received the Contract from the City. The City reserves the right to waive any irregularity in the proposals. No bid may be withdrawn for a period of sixty (60) days after the opening of bids. Rejection of Bids: The City reserves the right to reject any and all Bids. The City further reserves the right to waive immaterial irregularities in any Bid. Any Bid not conforming to the intent and purpose of the Contract Documents may be rejected. The City reserves the right to make all awards in the best interest of the City.

Disqualification of Bidder: If there is a reason to believe that collusion exists among any Bidders, none of the Bids of the participants in such collusion will be considered and the City may likewise elect to reject all bids received.

Wage Rates: Bidders are hereby notified that the California Department of Industrial Relations has determined the general prevailing rate of wages for each craft, classification, or type of worker needed to execute the work. Copies of the current schedules for prevailing wages applicable to this project are on file in the City’s office. It shall be mandatory for the Contractor and any subcontractor under it to pay not less than the said specified rates to laborers and workmen employed by them in the execution of the Contract. The contractor’s duty to pay State prevailing wages can be found under Labor Code, Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment.

This public works construction project is also funded in whole or in part with federal funds. Accordingly, federal labor standards provisions including prevailing wage requirements of the Davis-Bacon and Related Acts (DBRA) will be enforced. In the event of a conflict between Federal and State prevailing wage rates, the higher of the two will prevail.

Bonds: The successful Bidder will be required to furnish a payment bond in an amount equal to one hundred percent (100%) of the Contract price, and a faithful performance bond in an amount equal to one hundred percent (100%) of the Contract price.

Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in 24 CFR 85.36 OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer, or agent of the sub-recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved.

Publish February 16 & February 20, 2023

EL MONTE EXAMINER

CITY OF EL MONTE PLANNING COMMISSION

NOTICE OF PUBLIC HEARING

Hablamos Español favor de hablar con Jeni Colon (626) 580-2088

TO: All Interested Parties

FROM: City of El Monte Planning Division

PROPERTY 3342-3358 Santa Anita Avenue

LOCATION: (APN Nos. : 8579-005-003 & 8579-005-024 thru -028)

APPLICATION: Tentative Parcel Map (TPM) No. 83565, Design Review (DR) No. 18-21, and Conditional Use Permit (CUP) Nos. 15-21 & 16-21

REQUEST: The applicant is proposing to construct a new 4,851 square foot (SF) drive-thru restaurant, to be operated by “Chick-Fil-A”, on an approximate 1.89-acre (or 82,344 SF) property that will consist of two (2) drive-thru lanes that can accommodate 29 queuing vehicles. The drive-thru will include two (2) vehicle canopies with a combined total of 3,185 SF. A total of 100 indoor dining seats are proposed within the restaurant and 44 outdoor dining seats are proposed at the front entryway of the restaurant. In addition, approximately 16,158 SF of landscaping is proposed for the site. The sub- ject property is located within the C-3 (General Commercial) zone. This request is made pursuant to Chapters 16.10, 17.122, and 17.123 of the El Monte Municipal Code (EMMC).

APPLICANT: Robert Lombardi 4G Development

P.O. Box 270571 San Diego, CA 92198

PROPERTY GSL Development, LLC

OWNER: 732 S. Walnut Avenue San Dimas, CA 91773

ENVIRONMENTAL Article 19. Categorical Exemptions – Class 1, DOCUMENTATION: Section 15332 (Infill Development Projects) in accordance with the requirements of the California Environmental Quality Act (CEQA) of 1970 and the CEQA Guidelines, as amended.

PLACE OF The Planning Commission will hold a public HEARING: hearing to receive testimony, orally and in writing, on the proposed project. The public hearing is scheduled as follows:

Date: Tuesday, February 28, 2023

Time: 7:00 p.m.

Place: El Monte City Hall East – Council Chambers 11333 Valley Boulevard, El Monte, California

Members of the public wishing to observe/participate may do so in one of the following ways:

(1) Attend the meeting in person at the City’s Council Chambers. All COVID-19 safety precautions (e.g.wearing a mask and social distancing) shall be followed at all times.

(2) Turn your TV to Channel 3.

(2) City’s website at http://www.elmonteca.gov/378/Council-Meeting-Videos.

(3) Call-in Conference Line at (669) 444-9171; Meeting ID 890 6173 4276, then press #, press # again when prompted for participant ID.

Members of the public wishing to provide questions/comments during the meeting by doing the following:

(1) Call-in Conference Line at (669) 444-9171; Meeting ID 890 6173 4276, then press #, press # again when prompted for participant ID. Once admitted into the meeting, press *9 to request to speak.

(2) E-mail – All interested parties can submit questions/comments in advance to the Planning Division’s general e-mail address: planning@elmonteca.gov. All questions/comments must be received by the Planning Division no later than 3:00 pm on February 28, 2023. The staff report on this matter will be available on or about February 23, 2023 on the City of El Monte website, which may be accessed at https://www.ci.el-monte.ca.us/AgendaCenter/Planning-Commission-2 or by e-mailing tbu@elmonteca.gov.

Americans With Disabilities Act

In compliance with Section 202 of the Americans with Disabilities Act of 1990 (42 U.S.C. Sec. 12132) and the federal rules and regulations adopted in implementation thereof, the Agenda will be made available in appropriate alternative formats to persons with a disability. Should you need special assistance to participate in this meeting, please contact the City Clerk’s Office by calling (626) 580-2016. Notification 48 hours prior to the meeting will enable the City to make reasonable arrangements to ensure accessibility to this meeting

Persons wishing to comment on the environmental documentation or proposed application may do so orally or in writing at the public hearing or in writing prior to the meeting date. Written comments shall be sent to Tony Bu; El Monte City Hall West; 11333 Valley Boulevard; El Monte, CA 91731 or at tbu@elmonteca.gov. If you challenge the decision of the City Planning Commission, in court, you may be limited to raising only those issues you or someone else raised at the public hearing described in this notice, or in written correspondence delivered to the City Planning Commission at, or prior to, the public hearing. For further information regarding this application please contact Tony Bu at (626) 580-2152. Monday through Thursday, except legal holidays, between the hours of 7:00 a.m. and 5:30 p.m.

Published On: Thursday, February 16, 2023

Mailed On: Wednesday, February 15, 2023

City of El Monte Planning Commission

Tony Bu, Planning Commission Secretary

Publish February 16, 2023

EL MONTE EXAMINER

Probate Notices

NOTICE OF PETITION TO ADMINISTER ESTATE OF ANIL MEHTA CASE NO. 22STPB09449

To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the will or estate, or both, of: ANIL MEHTA

A PETITION FOR PROBATE has been filed by Geeta Mehta in the Superior Court of California, County of ing 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 on 03/17/2023 at 8:30 am in Dept. 2D located at 111 N. HILL ST. LOS ANGELES CA 90012 STANLEY MOSK COURTHOUSE

IF YOU OBJECT to the granting of the petition, you should appear at the hearing and state 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 (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: Alexander L. Conti (#155945)

23 Corporate Plaza Dr., #150 Newport Beach, CA 92660

Telephone: 949-791-8555

2/9, 2/13, 2/16/23

CNS-3667409#

ARCADIA WEEKLY

NOTICE OF PETITION TO ADMINISTER ESTATE OF:

TONY CHIN

CASE NO. 23STPB01309

To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of TONY CHIN.

A PETITION FOR PROBATE has been filed by TERRENCE CHIN in the Superior Court of California, County of LOS ANGELES.

THE PETITION FOR PROBATE requests that TERRENCE CHIN 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: 03/24/23 at 8:30AM in Dept. 67 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 your objections or file written objections with the court before the hearing. Your appearance may be in person or by your attorney.

(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

CARMELA BOMBAY - SBN 309680 SAN GABRIEL VALLEY TRUST & PROBATE CENTER

1252 N SAN DIMAS CANYON RD SAN DIMAS CA 91773 2/13, 2/16, 2/20/23

CNS-3669324# SAN GABRIEL SUN

NOTICE OF PETITION TO ADMINISTER ESTATE OF: PAULINE WHITE AKA PAULINE L. WHITE CASE NO. 23STPB01079

To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of PAULINE WHITE AKA PAULINE L. WHITE.

A PETITION FOR PROBATE has been filed by CHARLENE KAY BLUNDELL in the Superior Court of California, County of LOS ANGELES. THE PETITION FOR PROBATE requests that CHARLENE KAY BLUNDELL 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: 03/10/23 at 8:30AM in Dept. 79 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 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 BRITTANY DUKE, ESQ. - SBN 279489

BARBARO, CHINEN, PITZER & DUKE LLP

301 E COLORADO BLVD., #700 PASADENA CA 91101 2/13, 2/16, 2/20/23

CNS-3669288# MONROVIA WEEKLY

NOTICE OF PETITION TO ADMINISTER ESTATE OF:

SHEREE COOMER

Los Angeles.

THE PETITION FOR PROBATE requests that Geeta Mehta be appointed as personal representative to administer the estate of the decedent.

THE PETITION requests the decedent's WILL and codicils, if any, be admitted to probate. The will and any codicils are available for examination in the file kept by the court.

THE PETITION requests authority to administer the estate under the Independent Administration of Estates Act with full authority . (This authority will allow the personal representative to take many actions without obtain-

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

CASE NO. 23STPB01355

To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the WILL or estate, or both of SHEREE COOMER.

A PETITION FOR PROBATE has been filed by AARON COOMER in the Superior Court of California, County of LOS ANGELES.

THE PETITION FOR PROBATE requests that AARON COOMER 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

This article is from: