04-04-2025星島日報(美西版)

最慳時間,又慳錢;最低利息,服務最好 只收 $99 手續費 英皇汽車玻璃公司 IN & OUT AUTO GLASS ★安裝★批發★零售 ★汽車門玻璃從 $69起 ★擋風玻璃從 $79起 ★倒後鏡玻璃從 $39起 華人最大型汽車玻璃中心,貨式齊全。 三藩市免費送貨,價錢最平, 自己安裝可省人工。 汽車玻璃直接向保險公司收費,即時安裝。 沙城店 2655 Land Ave Sacramento CA 95815 電話:916-568-6888 屋崙 1944 E.12th St Oakland, CA 94606 電話:510-261-3888 Hayward店 3685 Depot Rd., Hayward, CA 94545 電話:510-887-2888 三藩市店七天營業 221 Bayshore Blvd. S.F, CA 94124 電話:415-550-9100 服務 全灣區 灣區最平, 一試就知, 歡迎電話查價﹗ 日昇汽車服務 集團 (帝利市與三藩市交界) 總公司(近Alemany華美超市) 6050 Mission Street Daly City, CA 94014 Tel:(650)991-1888 分公司(三藩市肖化區唐人街) 2800 San Bruno Ave. San Francisco, CA 94134 Tel:(415)467-7399 1.Tune Up,Timing Belt 2.廢氣檢查(Star Smog Check) 3.電子四輪定位 4.換剎車皮 5.代理大量實惠優質輪胎,4條包安裝$275.99起 6. 設備先進,技術力量雄厚,服務完善,譽滿灣 區,是你的車輛服務首選! 信譽 品質 永恆的堅持 可做指定 Star Station 及普通 Smog Check (型號: 175/70 R13) *我們備有LED光猛耐用車頭燈安裝 WWW.SUNRISEAUTOSERVICE.COM 招聘半職或全職修車師傅,smog check 技工 營業時間: 9am - 5pm,星期四及日休息 輪胎代理總匯,我們備有各種尺寸現貨供應與 安裝,及完善的售後服務。 TSLA 輪胎現貨供應與安裝及四輪定位 NOTICE TO CONTRACTORS Sealed proposals will be received in the of¿ce of the Purchasing Division, East Bay Municipal Utility District, until 2:00 p.m. Wednesday, May 14, 2025 and will at that hour be publicly opened and read in the Board Room, Second Floor, of the District’s Administration Building, 375 11th Street, Oakland, California, for the ADMINISTRATION BUILDING ROOFING SYSTEMS REHABILITATION – UPPER TERRACES - SPECIFICATION 2196A. Work at the District’s 10-story Administration Building at 375 11th Street includes replacing and upgrading roo¿ng and waterproo¿ng system, drainage, retro¿tting davit arm supports, and designing, furnishing, and installing new exterior building access equipment for the 8th, 9th, and 10th Àoor terraces. Estimated cost of this work is between $9M and $11M. This project will require multiple trades and types of work; for example (note: this list is not all-inclusive): demolition, disposal, saw-cutting, concrete coring, excavation, concrete, rebar, waterproo¿ng, roo¿ng, painting, industrial coatings, structural steel, bolting, welding, plumbing, crane equipment, guardrails, ladders, trucking, and other required work and trades. For additional description and information, see Document 00 41 03 – Bid Form, Document 00 41 05 – Description of Bid Items, Section 01 11 00 – Summary of Work, and the remaining contract documents. The District will conduct a pre-bid jobsite inspection tour to familiarize prospective bidders with the project site and conditions. The inspection will be conducted on April 17, 2025, at 9 a.m. Bidders/bid walk attendees (Attendees) shall comply with the Alameda County health orders. Face coverings will be required at a facility if there is a declared Cal-OSHA Outbreak at the project site (applicable signs indicating as such will be posted). Attendees shall also cover their coughs/sneezes, practice hand washing, and shall not engage in physical contact. Attendees who disregard these health and safety requirements, as well as attendees who feel sick and/or have a cough or fever will not be allowed to attend. Attendees shall assemble at the District’s Administration Building, second Àoor security desk, 375 11th Street, Oakland, CA 94607. This is the only time that the Oakland Administration Building will be open for inspection. The inspection will last approximately two hours. No photography by the Attendees will be allowed. The District will take photographs, as requested by the Attendees, restricted to the work zone. The District will release photographs to Attendees after the bid walk, pending review by the District. All Attendees are required to have a photo ID and sign a con¿dentiality agreement not to share, sell, or publish photos. The Prime Contractor and its subcontractors are strongly encouraged to attend the jobsite inspection where a “sign-in” sheet will be provided. Requirements of the District’s Contract Equity Program including the Local Hire component will be discussed and explained at the jobsite inspection. For pre-bid jobsite inspection questions only, call Maura Bonnarens at (510) 287-1023. For other questions, refer to Document 00 30 05. To download a set of contract documents, visit the project website at https://construction-bids.ebmud.com/ CurrentorFutureBid.aspx?BidMode=Current. Project information, including plans, speci¿cations, plan holders list, bid results, etc., can be found at https://construction-bids.ebmud.com/CurrentorFutureBid. aspx?BidMode=Current. The District will make its best efforts to include information provided by bidders obtaining plans and speci¿cations, such as bidders’ names, addresses, phone and fax numbers, and email and website addresses, on the website plan holders list. For review purposes, prospective bidders may obtain the Contract Documents by downloading the ¿les from the District’s website. Prospective bidders who download the documents from the website shall register online or send an email to specs@ebmud.com (include ¿rst and last name, business name, address, phone number, fax number, email address, MBE/WBE status if applicable, and the speci¿cation you wish to be listed for) in order to be included on the Plan Holders List. Hardcopy sets of the Contract Documents will not be provided. In order to submit a bid, prospective bidders shall request an electronic bid package (electronic copies of all forms required for submitting a bid) via email. Bidders shall print the forms out and submit their bid proposals via hardcopy. Wet-signed copies of all forms are required. To request the bid package, prospective bidders shall visit the project website at Current Construction Bids at https://construction-bids.ebmud.com/Request.aspx and submit a request through the “Request a Bid Set” link. Proposals to perform the work shall be made on the forms provided and shall be submitted complete, including bid bond and list of subcontractors, in accordance with the requirements of the Speci¿cations. Bidders shall have an active Class A or Class B license from the Contractors’ State License Board at the time of submitting bid. All work covered by the contract shall be completed within ¿ve hundred and twenty (520) calendar days after the issuance of the Notice to Proceed. A bidder’s bond of not less than 10 percent of the total bid dollar amount is required. Performance and payment bonds for not less than 100 percent of the contract price are required. As provided in Section 22300 of the Public Contract Code of the State of California, the Contractor may substitute securities for monies withheld by the District to ensure performance of the work. In accordance with Public Contract Code Section 3400, the District has established a procedure which permits bidders to have their proposed unlisted “or equal” product or service submittals evaluated prior to the project bid opening. See Instructions To Bidders, Article 3 - “Submittals Prior To Opening Bid.” This procedure does not apply where products or services have been limited by speci¿c designation per Public Contract Code Section 3400 (c). The intent of the prequali¿cation process is not for bidders to submit all of their proposed “or equal” products, but only those that would, if rejected, affect the bidder’s bid amount. This is a public works contract. Prevailing wages are required on this contract. The prevailing wage rates are available on the Internet at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. A copy of the prevailing wage rates is on ¿le and available for inspection by any interested party on request at the District’s Speci¿cations and Engineering Support Section. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. All Contractors bidding on a public works project and all Subcontractors of any tier shall be registered with the State Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. If awarded a contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. As provided in Section 22300 of the Public Contract Code of the State of California, the Contractor may substitute securities for monies withheld by the District to ensure performance of the work. Rischa S. Cole Secretary of the District Oakland, California 3911011 NOTICE TO CONTRACTORS Sealed proposals will be received in the oႈce of the Purchasing Division, East Bay Municipal Utility District, 375 11th Street, First Floor, Oakland, California 94607, until 1:30 p.m. Wednesday, May 14, 2025, and will at that hour be publicly opened and read in the Board Room, Second Floor, of the District’s Administration Building, for the Main Wastewater Treatment Plant Oxygen Plant Rehabilitation (Rebid), under SD-428A. Work includes demolition and replacement of motors, valves, instruments, controls, and other appurtenances associated with the cryogenic oxygen production facility at East Bay Municipal Utility District’s Main Wastewater Treatment Plant (MWWTP). Existing pneumatic controls will be upgraded with new electronic instruments and controls. The work also includes re-coating of existing steel cold boxes, new controls, integration of controls into the MWWTP’s distributed controls system (DCS), ¿re protection, fall protection, seismic retro¿t of panels, and all materials, equipment, services, and construction inherent to the Work. Estimated cost of this work is between $9.6M and $11.7M. All work covered by the contract shall be completed as follows: Operational Completion within 902 calendar days after the issuance of the Notice to Proceed, and Final Completion within 962 calendar days after issuance of the Notice to Proceed. The District will conduct a mandatory pre-bid jobsite conference/inspection to familiarize prospective bidders with the project site and conditions. Prospective bidders shall attend a mandatory pre-bid conference, or their bid shall be deemed non-responsive. The District may hold additional pre-bid conferences at its discretion. Requests for additional pre-bid conferences shall be made at least two weeks prior to bid opening. Bidders/bid-walk attendees (Attendees) will be required to sign a waiver prior to entering the plant site. See Appendix A for waiver. A pre-bid meeting will be conducted on April 15, 2025 at 9:00 a.m. Bidders/bid walk attendees shall assemble at 2020 Wake Avenue, Oakland, California 94607. Pre-bid conferences are the only time that the Oxygen Plant will be open for inspection. The conference/inspection will last approximately 2 hours. No photography by the Attendees will be allowed. The District will take photographs, as requested by the Attendees, restricted to the work zone. The District will release photographs to Attendees after the bid walk, pending review by District. All Attendees are required to have a photo ID and sign a con¿dentiality agreement not to share, sell, or publish photos. The Prime Contractor and its subcontractors are strongly encouraged to attend the jobsite inspection where a “sign-in” sheet will be provided. Requirements of the District’s Contract Equity Program, including the pilot Local Hire component, will be discussed and explained at the pre-bid meeting. Project information, including plans, speci¿cations, plan holders list, bid results, etc., can be found at https://construction-bids.ebmud.com/CurrentorFutureBid.aspx?BidMode=Current. The District will make its best eႇorts to include information provided by bidders obtaining plans and speci¿cations, such as bidder’s names, addresses, phone and fax numbers, and email and website addresses, on the website plan holders list. For review purposes, prospective bidders may obtain the Contract Documents by downloading the ¿les from the District’s website. Prospective bidders who download the documents from the website shall register online or send an email to wwspecs@ebmud.com (include ¿rst and last name, business name, address, phone number, fax number, email address, MBE/WBE status if applicable, and the speci¿cation you wish to be listed for) in order to be included on the Plan Holders List. Hardcopy sets of the Contract Documents will not be provided. In order to submit a bid, prospective bidders shall request an electronic bid package (electronic copies of all forms required for submitting a bid) via email. Bidders shall print the forms out and submit their bid proposals via hardcopy. Wet-signed copies of all forms are required. To request the bid package, prospective bidders shall visit the project website at Current Construction Bids at https://construction-bids.ebmud.com/Request.aspx and submit a request through the “Request a Bid Set” link. Proposals to perform the work shall be made on the forms provided and shall be submitted complete, including bid bond and list of subcontractors, in accordance with the requirements of the Speci¿cations. Refer to Appendix C in the Speci¿cations for details pertaining to sole source products speci¿ed by the District. Bidders shall have an active Class A (General Engineering) license from the Contractors’ State License Board at the time of bid submission, which must remain valid throughout the duration of the contract. Refer to Article 21 of the Instruction to Bidders, Document 00 21 13. A bidder’s bond for not less than 10% of the total bid dollar amount is required. Performance and payment bonds for not less than 100% of the contract price are required. As provided in Section 22300 of the Public Contract Code of the State of California, the Contractor may substitute securities for monies withheld by the District to ensure performance of the work. In accordance with Public Contract Code Section 3400, the District has established a procedure which permits bidders to have their proposed unlisted “or equal” product or service submittals evaluated prior to the project bid opening. See Instructions To Bidders, Document 00 21 13, Article 3 - “Submittals Prior To Opening Bid.” This procedure does not apply where products or services have been limited by speci¿c designation per Public Contract Code Section 3400 (c). The intent of the prequali¿cation process is not for bidders to submit all of their proposed “or equal” products, but only those that would, if rejected, aႇect the bidder’s bid amount. This is a public works contract. Prevailing wages are required on this contract. The prevailing wage rates are available on the Internet at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm. A copy of the prevailing wage rates is on ¿le and available for inspection by any interested party on request at the District’s Wastewater Project and Construction Management Section. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Davis-Bacon prevailing wages are required on this contract. The Davis-Bacon prevailing wage rates are available on the Internet at https://www.wdol.gov/dba.aspx . The Contractor and its subcontractor of any tier shall pay no less than the locally prevailing wages and fringe bene¿ts paid on projects of a similar character. This project is subject to compliance monitoring and enforcement by the Department of Labor. All Contractors bidding on a public works project and all Subcontractors of any tier shall be registered with the State Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. If awarded a contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. As provided in Section 22300 of the Public Contract Code of the State of California, the Contractor may substitute securities for monies withheld by the District to ensure performance of the work. For information concerning this project, contact the District’s Construction Manager, Dominic La Marche, at 510-287-0779. Rischa S. Cole Secretary of the District Oakland, California CNSB # 3911342 廣告熱線: 650-808-8888 6 Knife Block ( 含刀 ) 特價 $59.00 請上 moremallda.com 訂購 04.04.2025 星期五 B5 南加 CBP表示,這批於過去六個月截獲的 貨物原產地為中國,通過空運 包裹運抵,目的地為美國各地。為了欺騙海 關,申報單上虛假標注為「合金迷你玩具」, 擬在美國多地分銷。 聯邦法律規定,跨州銷售或運輸的玩具 槍、仿真槍械及仿製武器必須在槍管插入螢 光橙色塞子或在兩側塗裝條紋。 洛杉磯海關現場行動主管謝麗爾-戴維 斯(Cheryl M. Davies)強調:若此類物品流入 街頭,後果不堪設想。仿真槍械即便無法正 常使用,仍極易被公眾和執法人員誤判為真 槍,這種誤認可能導致悲劇性事件。 美國海關及邊境保護局稱,許多消費者 可能將仿真槍視為「玩具槍」,但是它們的存 在會使調查變得複雜。截至目前,海關已查 扣1,000餘支仿真槍械,並銷毀953支仿真槍 械、111個仿製消音器及92個廢棄消音器。 消費者產品安全委員會一直在不懈努 力,防止仿真槍進入美國。「涉及這些物品的 事件可能會在犯罪現場造成混亂,妨礙證據 的清晰度,並最終妨礙執法工作,」官員表示。 聯邦法律要求,在州際銷售或運輸的玩 具槍、仿製槍支、仿真槍的槍管上必須插入 橙色火焰插頭或在槍管兩側標有條紋。 根據《加州刑法典》第12556條,公共場所 展示仿製武器屬違法行為,涵蓋仿真槍械、 氣槍、玩具槍、BB槍及霰彈槍等類型。初犯 將被處以100美元罰款,第二次犯罪將被處以 300美元罰款,第三次犯罪將被處以輕罪。 從2022財政年度至今,全美各大入境口 岸已累計查扣近2900件仿真槍枝。執法人員 提醒業者與個人消費者,進口或持有違規仿 真槍枝不僅違法,也可能在不經意間構成公 共安全威脅。此次洛杉磯機場的查扣行動, 正是對潛在風險的一記警鐘。 ▍洛杉磯訊 ▍ 近期,派駐洛杉磯國際機場(LAX)的美國海關及邊境保護局(CBP)官員查獲了逾 千支仿真槍械,並針對玩具槍安全隱患發出警示。 3月21日,洛杉磯國際機場(LAX)一名餐 廳服務員遭遇種族歧視事件,兩名顧客在收 據頂端寫下侮辱性留言:「無證移民沒小費, 滾回墨西哥」。根據KTLA5報導,在LAX國 際航站樓Planet Hollywood餐廳工作的吉爾莫奧爾蒂斯(Guillermo Ortiz)表示,21日他在臨 近下班時接待了這兩人。在看到那張帳單之 前,他為這兩位顧客的服務過程很順利,「但 從他們的眼神能察覺出異樣。」 奧爾蒂斯表示,那對顧客離開約20分鐘 後,他打開帳單夾,看到的不是小費,而是 充滿惡意的字句。「真的讓我很難受。我不是 墨西哥人,我是波多黎各人(Puerto Rican), 我妻子是墨西哥人,可不論你的背景是什 麼,都不該被這樣對待。他們看到我長得像 西裔,可能就覺得我是非法移民。天知道他 們怎麼想的。」根據餐廳規定,帳單已包含 18.5%的小費,但顧客若不滿意可自行取消。 「我只是照規矩處理,沒想到卻收到這麼一條 留言。賬單打開後,沒有任何小費金額,只 有一句傷人的話」,他說。 奧爾蒂斯從2014年開始做服務員,這是第 一次遇到這種事。由於顧客使用現金付賬,且 當時已離開現場,已經無法追蹤其身份。 奧爾蒂斯認為,是當前移民政策輿論助長 了此類行為,「這和川普現在說的那些話有關, 讓一些人開始覺得可以理直氣壯地歧視別人」。 也有一些觀點認為,兩名顧客留下侮辱 性語言,是對機場餐廳「強加」小費的不滿。 奧爾蒂斯表示,無論顧客留下那張紙條的真 正意圖是什麼,都不會損害他熱愛這份工 作。儘管遭遇羞辱,他仍以工作為榮:「我靠 這份工作養育子女、支撐家庭。」 餐廳管理層已獲悉此事,公司總部正在 調查。但遺憾的是,這家餐廳將於本週六永 久關閉,奧爾蒂斯屆時將面臨失業。洛杉磯訊 ■顧客留字辱罵服務生:無證移民沒有小 費,滾回墨西哥。 KTLA5 產自中國 申報為「合金迷你玩具」 洛國際機場截獲上千把仿真槍 「無證移民沒有小費 滾回墨西哥」LAX餐廳服務員遭種族歧視 美國消費品安全委員會(CPSC) 代 理 主 席 彼 得· 富 門(Peter Feldman)表示:委員會將協同海關在 各口岸嚴防非法產品流入美國市場,特 別是來自中國的商品。 ■仿真槍的申報單上,虛假標注為「合金迷你玩 具」。 CBP提供 ■洛杉磯國際機場今年共查獲得逾千支仿 製槍,均來自中國。 CBP提供

RkJQdWJsaXNoZXIy MTIyMjc2OQ==