54 MONTEREY COUNTY WEEKLY MARCH 12-18, 2026 www.montereycountynow.com classifieds Legal Notices includes the stove, oven, refrigerator, and bathroom mirrors. 3. The sale is subject to current taxes, covenants, conditions, restrictions, reservations, right of way and easements of record, with any encumbrances of record to be satisfied from the purchase price. 4. The property is to be sold on an “as is” basis, except for title, with no repairs to be made by Seller. 5. An offer on the property in the total amount of $480,000.00 has been accepted by Dennis Leroy Gee and Melba M. Gee, Co-Administrators, subject to court confirmation, and a REPORT OF SALE AND PETITION FOR ORDER CONFIRMING SALE OF REAL PROPERTY has been filed in these proceedings, which Report and Petition have been set for hearing on April 1, 2026, at 9:00 a.m. in Dept. 13 of the Monterey Superior Court located at 1200 Aguajito Road, Monterey, CA 93940, and notice made to all interested parties. THE PURPOSE OF THIS NOTICE IS TO INVITE BIDS OVER THE ACCEPTED OFFER, in accordance with the provisions of California Probate Code section 10311. By statute, the initial overbid must be in the amount of $504,500.00. 6. Overbids are invited for this property and must be in writing and presented on April 1, 2026 at 9:00 am in Department 13 of the Superior Court of the State of California, for the County of Monterey, 1200 Aguajito Rd., Monterey, California 93940. Bid forms may be obtained from the attorney for the Co-Administrators, Lisa M. Kajani, at the address shown herein or at the Superior Court on the morning of the hearing. 7. The property will be sold on the following terms: a. Written bids only presented at confirmation hearing; b. Overbid deposit of 10% by cashier’s check payable to “Estate of William F. Wong” required at court confirmation hearing; c. Buyer pays escrow, title, and closing costs; d. Sale subject to overbid under Probate Code; e. Closing by April 16, 2026; f. Property sold “as-is” with no repairs or improvements to be made by Seller; g. Seller is exclusively represented by Catherine Gheen of Gheen Properties. Total commission to Seller’s Agent is 3% and no greater than 2% to Buyer’s Agent, if any; h. If Buyer defaults after Court confirmation, the Order Confirming Sale may be vacated, which may result in Buyer’s forfeiture of full deposit, or any amount the Court may determine to satisfy any deficiency of sale price, costs, or other losses by Seller; and i. Subject to any requirements imposed by California law and Court and subject to Court confirmation of the sale. 8. The Co-Administrators reserve the right to refuse to accept any bids. 9. For further information, contact attorney Lisa M. Kajani, Kramer Radin, LLP, 280 Second Street, Suite 100, Los Altos, California 94022, telephone (650) 941-8600. Dated: March 2, 2026. Publication dates March 5, 12, 19, 2026 NOTICE OF PETITION TO ADMINISTER ESTATE OF DAVID J. MESSMER: Case Number 26PR000074. Filed Feb. 20, 2026. To all heirs, beneficiaries, creditors, contingent creditors, and persons who may otherwise be interested in the will or estate, or both, of DAVID J. MESSMER. A PETITION FOR PROBATE HAS BEEN FILED BY EDWARD MESSMER in the Superior Court of California, County of Monterey. THE PETITION FOR PROBATE requests that EDWARD MESSMER 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. (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 on Mar. 25, 2026 at 9:00am in Dept 13. The address of the court is Superior Court of California, County of Monterey, 1200 Aguajito Rd, Monterey, CA 93940. 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: Vincent C. Catania, 215 W. Franklin St Ste 310, Monterey, CA 93940, 831DOCUMENT 00 1113 CITY OF SEASIDE NOTICE INVITING BIDS 1.INVITATION TO BID 1.1. Notice Inviting Bids: Bid proposals for furnishing all labor, materials, tools, equipment and incidentals for the construction of 2026 Citywide CDBG ADA Curb Ramp Project, in Seaside, California, in accordance with these Plans and Specifications, will be received electronically via the City’s e-Procurement Portal, PlanetBids, until 2:00pm, March 26th, 2026 (“Bid Opening Date”), at which time they will be electronically opened, read, and publicly available on the City’s e-Procurement Portal. Owner will receive bid proposals electronically via the City’s e-Procurement Portal. 1.2. Project Description: In general, the work consists of, but is not limited to, the demolition and construction of concrete curb, gutter, sidewalk, curb ramps, signage and striping, adjustment of utilities, concrete and hot mix asphalt pavement and all necessary storm water pollution protection and traffic control requirements. The intent of the project is to construct as many curb ramps as funding allows. The current project CDBG funding available for construction is estimated at $250,000, additional funding may be added. Unit and per each pricing from the bid schedule may be awarded in any quantity needed. Quantities shown in the bid schedule are for low bid comparison purposes only and do not represent the contract quantities. The project is located at various streets with the City of Seaside, Monterey County. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY: (Executive Order 11246). This project is Federally-funded through a Community Development Block Grant from the United States Department of Housing and Urban Development (HUD). SECTION 3 STATEMENT: This is a HUD Section 3 covered construction contract and requires compliance with the hiring goals outlined in Section 3 of the Housing and Urban Development Act. Bidders must complete and sign the Declaration of Intent to Comply with Section 3 Requirements form and submit with bid. Failure to do so may disqualify the bid. The awarded prime contractor must work with the Labor Compliance Officer to create Section 3 Commitment and Outreach Efforts plans. The Contractor must, to the greatest extent possible, provide training, employment, contracting, and other economic opportunities to low and very low-income persons and local businesses. The benchmark for Section 3 workers is set at 25% or more of the total number of labor hours to be worked on the Project. The benchmark for Targeted Section 3 workers is set at 5% or more of the total number of labor hours worked on the Project. Contractor is allowed to count the Targeted Section 3 worker hours from the Section 3 worker hours. The benchmark for Section 3 Business Concern is set at 10% or more of the total construction dollars to be awarded to local and qualified Section 3 businesses. The benchmark for Section 3 Business Concern is set at 3% or more of the total non-construction dollars to be awarded to local and qualified Section 3 businesses. MINORITY AND WOMEN-OWNED BUSINESSES: (W/MBE) Executive Orders 11625, 12432, and 12138, which state that recipients of federal assistance shall take affirmative action to encourage participation by minority and women-owned business enterprises. Contractor will use its best efforts to afford small businesses, minority business enterprises, and women’s business enterprises the maximum practicable opportunity to participate in the performance of this Contract. As used in this Contract, the terms “small business” means a business that meets the criteria set forth in section 3(a) of the Small Business Act, as amended (15 U.S.C. 632), and “minority and women’s business enterprise” means a business at least fifty one (51) percent owned and controlled by minority group members or women. The W/MBE Goal for this project is one percent (1%). All apprentices employed on this job, including those employed by lower-tier contractors, must be enrolled in a federally recognized apprenticeship program. All workers not enrolled as active apprentices must be paid the journeyman rate for the applicable trade for work performed. To be in compliance with the apprentice requirements the successful contractor must: employ enrolled apprentices; request apprentices; employ apprentices within the allowable apprentice-to-journeyman ratio; employ apprentices under the supervision of a journeyman; pay apprentices the correct prevailing wage and fringe benefits; pay the correct Apprentice Training Contribution. Notice is also hereby given that all Bidders may be required to furnish a sworn statement of their financial responsibility, technical ability and experience before award is made to any particular Bidder. The Contractor will be required to maintain and distribute certified payroll records in compliance with Section 1776 of the California Labor Code. Provision is made for security substitution on payment withholds as provided in Public Contract Code Sections 22200 and 22300. All CDBG Federal Requirements are enumerated in the Appendix 1 packet. Contractors shall submit fully executed form from Appendix 1 with their bid. 1.3. Procurement of Bidding Documents: Procurement of Bidding Documents: Specifications, including instructions to Bidders and all necessary contract documents and forms, are available online at https://vendors.planetbids.com/ portal/73033/portal-home. In order to download project documents, you must register as a vendor, at no cost, through the City’s e-Procurement Portal. Potential bidders, subcontractors and suppliers are responsible for reviewing the complete bidding documents, including all addenda, prior to submitting their bid via PlanetBids. They are also advised to check the City’s e-Procurement Portal periodically and prior to submitting their bid. Prior to the Bid Opening Date, bids may be withdrawn through the City’s e-Procurement Portal by means of the responding Contractor “unsubmitting” their proposal in PlanetBids. After withdrawing a previously submitted proposal, the responding Contractor may submit another proposal at any time up to the deadline for submitting proposals. 1.4. Instructions: Bidders shall refer to Document 00 2113 (Instructions to Bidders) for required documents and items to be submitted via the City’s e-Procurement Portal, PlanetBids, no later than the time and date set forth in Paragraph 1.01 above. 1.5. Mandatory Section 3 Pre-Bid Conference: A mandatory Section 3 pre-bid conference is scheduled for 10:00 AM on Wednesday, March 19, 2026, at Seaside City Hall, 440 Harcourt Avenue, Seaside, CA. This conference will allow bidders to review the project specifications and plans. 1.6. Bid Preparation Cost: Bidders are solely responsible for the cost of preparing their Bids. 1.7. Reservation of Rights: Owner specifically reserves the right, in its sole discretion, to reject any or all Bids, to re-bid, or to waive inconsequential defects in bidding not involving time, price or quality of the work. Owner may reject any and all Bids and waive any minor irregularities in the Bids. 2.LEGAL REQUIREMENTS 2.1. Required Contractor’s License(s): A California Class “A” contractors license is required of the prime contractor to bid this contract. 2.2. Lowest Bid Determination: The determination of lowest bid shall be based upon the Total Base Bid shown at the bottom of the Schedule of Bid Prices section 00 4113 02. In the event inconsistencies in the bid schedule are identified, the correct extension of the each item will be accepted and as determined by the Engineer. 2.3. Prevailing Wage Laws: The successful Bidder must comply with all prevailing wage laws applicable to the Project, and related requirements contained in the Contract Documents. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at http://www.dir.ca.gov/OPRL/PWD/index.htm and are deemed included in the Bidding Documents. Upon request, Owner will make available copies to any interested party. Also, the successful Bidder shall post the applicable prevailing wage rates at the Site. D avis-Bacon Prevailing Wage: This is a federally assisted project and is being funded through the U. S. Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) Program. The Prime Contractor for this project must be eligible for the award of a contract receiving federal assistance. The Contractor shall comply with Federal Labor Standards Provisions (HUD 4010 attached hereto this bid package) and Davis-Bacon prevailing wages as determined to be applicable. Davis-Bacon Act WD#CA20260018 Modification 1 Dated January 30, 2026 is incorporated herein by reference. In the event of discrepancies between the minimum wage determinations made by the California Director of Industrial Relations and by the U.S. Department of Labor, the higher value shall apply. Any subcontract/agreement resulting from the prime contract must contain the same language pertaining to Federal labor standards and applicable wage rates. This applies to CDBG funded projects, regardless of the project amount. 2.4. Contractor Registration Requirements: No contractor or subcontractor may be listed on a bid proposal for a public works project or may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 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. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2.5. Notice of Compliance Monitoring: This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2.6. Federal Requirements: The project is receiving Federal Community Development Block Grant Funds (CDBG) and the successful bidder shall be subject to and comply with the federal requirements applicable to this work. As applicable, federal approval of the contractor, subcontractors, and required documents will be obtained before the Agency awards the contract, and also be required to submit documents to the appropriate federal agency and/or division as work progresses. These submission requirements are subject to modifications. The Federal requirements provisions applicable hereto include, but are not limited to the following: • Federal Labor Standards Provisions • Equal Employment opportunity • Section 3 of the HUD Act of 1968 • Minority/Women Owned Business Enterprises (MBE/WBE) • Executive Order #11246 • Davis Bacon Act – Prevailing Wages • Copeland Act (“Anti Kickback” Requirements) • Lead-Based Poisoning Prevention • Adherence to Air & Water Quality Standards • Non-Debarment Bidding contractors must review and certify to the understanding of specified regulation and requirements, see Document 00 4546 Bidders Certification.
RkJQdWJsaXNoZXIy MjAzNjQ1NQ==