Pricing is $0.12 per character and runs for a week. Discounts for 4 weeks and more. Affidavits maybe extra. To get a quote or place ad in our Classified section, please contact John at john@nwasianweekly.com.
Employment
Request for Proposals for Transportation Projects Database & Online Applications Upgrade
The Puget Sound Regional Council (PSRC) is requesting proposals from firms to provide Transportation Projects Database & Online Applications Upgrade Services.
Budget: Not to exceed $150,000
Due: All proposals must be received by 4:00pm (PDT) October 6, 2023
More Info: https://www.psrc.org/about/request-proposals or by contacting Liana Lopez at 206-971-3290 or Llopez@psrc.org.
Proposals will be subject to PSRC’s review and selection process. PSRC promotes equal employment opportunity in the evaluation and award of consultant contracts, and complies with applicable federal, state, and local laws, regulations, and procedures.
Puget Sound Regional Council
1011 Western Ave Ste 500
Seattle, WA 98104
Phone: 206-464-7090 www.psrc.org
Kitsap Transit
60 Washington Avenue, Suite 200, Bremerton, WA 98337 | https://www.governmentjobs.com/careers/kitsaptransit/
Vehicle Maintenance Worker 2
Closes: Friday, August 18th, 2023
Pay Range: $24.64/hr – $27.21/hr
OVERVIEW Fueling transit coaches and performing other servicing duties: checking and dispensing oil, coolant and transmission fluid. Sweeping and cleaning the interior and exterior of buses, buildings, offices, houses, etc., moving vehicles to be serviced. The Vehicle Maintenance department has several shifts on weekdays and Saturdays.
MINIMUM QUALIFICATIONS & ENTRY REQUIREMENTS • Obtain and maintain a Class B WA State CDL & passenger endorsement – air brake restriction removed within 120 days of hire. • Work a varied schedule including weekends, holidays and any shift. • Must pass a pre-employment physical examination and drug screen. • Must possess a valid WA State Driver’s license and have excellent driving record. • High-school graduation and six (6) months experience servicing and cleaning vehicles and buildings, offices, houses, etc…
ESSENTIAL DUTIES • Check power steering fluid leaks and tire pressure • Add air to tires • Provide roadside service • Complete maintenance records
Working Conditions/Physical Requirements: You must be able to perform work in a standing position 65% of the time with walking estimated about 35% of the shift. You must also have the ability to lift and carry 50 pounds without assistance and lift up to 75 pounds with assistance, climb ladders up to 12 feet, perform frequent balancing, stooping, reaching, grasping, and fingering actions. About 75% of your time will be spent outside in all weather conditions. You must be able to operate transit vehicles and large service equipment. The successful candidate will be expected to meet the qualifications for the position and perform the essential duties with or without reasonable accommodations.
APPLICATION PROCESS Only on-line applications will be accepted and must include a completed application with job history listed and supplemental questions. Incomplete application packets will not be considered.
BENEFITS: Generous benefits package including: Medical, Dental and Vision for employee and dependents, shortterm disability and life insurance. Kitsap Transit also participates in the WA State Public Employees’ Retirement Plan (PERS) and a generous general leave accrual and 11 holidays.
Selection Process – Applicants who meet the minimum requirements may be scheduled for a variety of tests to demonstrate knowledge, and skills for the position as well as an interview. Kitsap Transit is an Equal Employment Opportunity Employer You can find Kitsap Transit’s EEO Policy at https://www.kitsaptransit.com/uploads/pdf/eeo-policystatement.pdf Please contact Marianne Rajan, Human Resources Manager at (360) 478-5852 if you have any questions. REASONABLE ACCOMMODATION Kitsap Transit is committed to providing access and reasonable accommodation in its services, programs, activities, and employment for individuals with disabilities. To request disability accommodation in the hiring process, contact jobapplada@kitsaptransit.com or 360-479-4348 (TDD).
VETERANS SCORING If you qualify for the Veterans Scoring Criteria under RCW 41.04.005 and 41.04.010, you must answer all questions regarding Veterans Scoring Criteria Status Declaration in the application and upload a copy of the substantiating document as listed in the application. For question regarding the job announcement and/or application: Marisol Castro marisolc@kitsaptransit.com or (360) 475-0211
Notice
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000974 OPENS: 10/26/2023
Charge Management Solutions for BEBs and Trolley Coaches
Pre-Submittal Conference: Monday, 9/25/2023 at 2:00 PM via the link provided in the solicitation
KC000964 OPENS: 10/6/2023
ITB-Food Products
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000973, Engineering Services to Replace 4 Interior Header at Cedar Hills Regional Landfill; by King County Procurement and Payables Section until 12:00 PM on October 16, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price for Phase 1: $229,075
Total Estimated Price for all Phases: $606,375 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Debbie Hall, debhall@kingcounty.gov, 206-263-7873
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
- GC/CM SERVICES FOR ELLIOTT WEST WET WEATHER TREATMENT STATION REQUEST FOR INFORMATION – KING COUNTY WASTEWATER TREATMENT DIVISION
PURPOSE: King County Wastewater Treatment Division (WTD) held an Open House on 9/14/23 requesting industry comments on its upcoming GC/CM Services for Elliott West Wet Weather Treatment Station, located in Seattle, WA. King County anticipates utilizing the General Contractor/ Construction Manager (GCCM) delivery method, pending CPARB Project Review Committee approval.
King County is providing prospective Proposers an opportunity to provide feedback, particularly on the items within the formal Request for Information (RFI) questionnaire. Responses to the RFI will assist in formulation of the PRC application.
KING COUNTY’S E-PROCUREMENT SUPPLIER PORTAL
The official advertisement (RFI KC000986) for this project will be published through King County’s E-Procurement system. To receive future notifications, please be sure your firm is registered in King County’s E-Procurement Supplier Portal.
For registration information, please visit:
https://kingcounty.gov/depts/finance-business-operations/procurement/for-business/register.aspx
For additional information, please visit:
Elliott West Wet Weather Treatment Station website at https://kingcounty.gov/en/dept/dnrp/waste-services/wastewater-treatment/capital-projects/elliott-west-upgrade
PROJECT LOCATION: Elliott West Wet Weather Treatment Station, 545 Elliott Ave W., Seattle, WA, 98119
PROJECT BACKGROUND: King County WTD desires to upgrade the screens, treatment,
and disinfection through the GC/CM delivery method of this 240 MGD peak flow facility.
CONSTRUCTION ESTIMATE: $200,000,000
TARGET SCHEDULE: GC/CM RFP Publication: Q1 2024, GC/CM Contract Execution: Q2/Q3 2024
EQUITY AND SOCIAL JUSTICE GOALS: KC will establish a minimum required level for the participation of small and diverse businesses for this contract. The goals will be expressed as a percentage of the total contract value to be performed by OMWBE certified firms. To ensure success at meeting the diverse small business goals and to promote support and mentoring of small businesses, KC will also require the submission of an Equity and Social Justice (ESJ) Innovation Plan.
POTENTIAL FUNDING SOURCES: King County Utility Funds, Washington State Revolving Fund, Water Infrastructure Finance and Innovation Act (WIFIA)
BID DUE DATE: 10/04/23
BID DUE TIME: 1:00PM
KCHA will accept submittals from Qualified Consultants for Environmental Review Services This is an on‐call term contract for projects that may occur throughout the King County area. RFQ documents can be downloaded from our website: https://www.kcha.org/business/professional/open
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000835 OPENS: 10/13/2023
RFP-Pre-Selection of UV Equipment Supplier Contractor
KC000895 OPENS: 10/11/2023
RFQ-North Seattle Public Health Dental Clinic Janitorial Services
2nd In-person site visit/ walk-thru will be conducted on September 14th, 2023, 12:00PM @ North Seattle Public Health Dental Clinic 12359 Lake City Way NE, Seattle, WA 98125
KC000968 OPENS: 9/28/2023
Telematic Solution for BEB’s and Trolley Coaches
Pre-Submittal Conference: Monday, 9/18/2023 at 2:00 PM via the link provided in the solicitation
KC000942 OPENS: 9/28/2023
ITB – Battery Recycling Services
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000963, Engineering Services for White Center Ponds Cells 2 and 3 Retrofit Project; by King County Procurement and Payables Section until 12:00 PM on October 11, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price for Phase 1: $645,056
Total Estimated Price for all Phases: $900,000
It is anticipated that this project will be funded in part by the Washington State Department of Ecology Stormwater Financial Assistance Program. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for proposals.
Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Debbie Hall, debhall@kingcounty.gov, 206-263-7873
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Sealed bids will be received for KC000969, Electrical Construction Work Order 2023-2024; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 9/28/2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 12% minimum Apprentice Utilization Requirement on this contract.
There is a 10% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
Brief Scope: The work under this Contract includes performing industrial electrical repairs, replacements, minor modifications, testing of electrical equipment, instrumentation, controls installation, and safety improvements.
Estimated contract price: $2,000,000
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000972, Construction Management Services for the West Duwamish CSO project; by King County Procurement and Payables Section until 12:00 PM on October 6, 2023.
Total Estimated Price for Phase 1: $500,000
Total Estimated Price for all Phases: $5,000,000
Response due date: October 6, 2023
This project is anticipated to be funded in part by the United States Environmental Protection Agency through the Washington State Water Pollution Control Revolving Fund Program (Revolving Fund), and subject to certain federally mandated contract provisions.
In accordance with EPA’s policy on the utilization of socially and economically disadvantaged individuals and disadvantaged business enterprises in procurement, where subconsulting opportunities are available the Contractor shall make good faith efforts to ensure to the fullest extent possible that it subcontracts with Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. The applicable MBE/WBE fair share objectives/goals negotiated with EPA by the State of Washington Office of Minority and Women’s Business Enterprises are 10% MBE and 4% WBE. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all proposers that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
It is anticipated that this project will be funded in part by the Washington State Department of
Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for proposals.
Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Debbie Hall, debhall@kingcounty.gov, 206-263-7873
Request for Proposals for Transportation Projects Database & Online Applications Upgrade
The Puget Sound Regional Council (PSRC) is requesting proposals from firms to provide Transportation Projects Database & Online Applications Upgrade Services.
Budget: Not to exceed $150,000
Due: All proposals must be received by 4:00pm (PDT) October 6, 2023
More Info: https://www.psrc.org/about/request-proposals or by contacting Liana Lopez at 206-971-3290 or Llopez@psrc.org.
Proposals will be subject to PSRC’s review and selection process. PSRC promotes equal employment opportunity in the evaluation and award of consultant contracts, and complies with applicable federal, state, and local laws, regulations, and procedures.
Puget Sound Regional Council
1011 Western Ave Ste 500
Seattle, WA 98104
Phone: 206-464-7090 www.psrc.org
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
INFORMATIONAL OPEN HOUSE: PROGRAM MANAGER/OWNER ADVISOR SERVICES (MULTIPLE CONTRACTS) – KING COUNTY WASTEWATER TREATMENT DIVISION
King County Wastewater Treatment Division (WTD) is hosting a virtual Informational Open House for interested firms to hear information about upcoming contracting opportunities for program manager/owner advisor (PMOA) services. To encourage early teaming arrangements, we hope interested firms attend. For additional event details, visit WTD’s Upcoming Contract Opportunities page (https://tinyurl.com/WTDContractingOpportunities).
BACKGROUND: WTD is in the process of establishing capital delivery programs at several of our facilities. As part of this effort, WTD will be seeking Program Manager/Owner Advisor consultant support for our South plant, Brightwater, and Off-site programs. The selected consultant(s) will provide program management development and implementation services for the projects planned at this facility over the next six years in capital improvements program (6-year CIP). In addition, the selected consultant(s) could be asked to provide owner advisory services for any projects selected for collaborative delivery in the 6-year CIP at this facility.
VIRTUAL OPEN HOUSE (via MS Teams):
Meeting Date/Time: September 21, 2023 at 2:00pm Pacific Time (US and Canada)
Duration: 1 hour
MS Teams Meeting Link (Registration is required): https://tinyurl.com/WTDOpenhouse-09212023
Once registered, you will receive an email confirmation that will include the meeting link with the option to save a meeting reminder on your calendar.
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Sealed bids will be received for KC000932, SMALL GENERATORS REPLACEMENT GROUP 1; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 10/10/2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 15% minimum Apprentice Utilization Requirement on this contract.
There is a Minority Business Enterprise (MBE) Goal: 10% of the Contract Price.
There is a Women Business Enterprise (WBE) Goal: 6% of the Contract Price.
The work on the project includes all tools, labor, equipment, and materials necessary to complete removal of existing standby generators, and installation of new small standby power generators and existing equipment at a total of four (4) regulator stations. The work will also include the installation of temporary power generators to ensure continuous operation during the construction process as well as miscellaneous structural and electrical modifications such as new equipment pads, and electrical terminations, and all related work.
Estimated contract price: $1,202,459.00
Pre-Bid: Please see Section 00 10 00 for details
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000877 OPENS: 9/28/2023
Concession Services for Marymoor Park, Clise Mansion and Clise Grounds
KC000961 OPENS: 9/28/2023
RFQ-Financial Consulting and Technical Assistance for New Medicaid Program
KC000913 OPENS: 9/21/2023
ITB-Marine Law Enforcement Patrol Vessel and Trailer
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000971, Engineering and Related Services for RapidRide A and F Line Improvements for Metro Transit Department; by King County Procurement and Payables Section until 12:00 PM on October 3, 2023.
This contract may include Federal Transit Administration funding, and is subject to certain federally mandated contract provisions. There is a 22% minimum requirement for Washington State Office of Minority and Women’s Business Enterprises Certified Federal Small Business Enterprise (SBE) firms on this contract.
This Contract may include Washington State Department of Transportation (WSDOT) Regional Mobility Grant funding, and is subject to the appropriations of the State of Washington.
Total Estimated Price for Phase 1: $580,000
Total Estimated Price for all Phases: $1,600,000
King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all proposers that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Alice Phoenix, alice.phoenix@kingcounty.gov, 206-263-9311
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
GC/CM SERVICES FOR ELLIOTT WEST WET WEATHER TREATMENT STATION OPEN HOUSE AND REQUEST FOR INFORMATION – KING COUNTY WASTEWATER TREATMENT DIVISION
PURPOSE: King County Wastewater Treatment Division (WTD) is holding an Open House requesting industry comments on its upcoming GC/CM Services for Elliott West Wet Weather Treatment Station, located in Seattle, WA. King County anticipates utilizing the General Contractor/ Construction Manager (GCCM) delivery method, pending CPARB Project Review Committee approval.
For additional information, please visit:
Elliott West Wet Weather Treatment Station website at https://kingcounty.gov/en/dept/dnrp/waste-services/wastewater-treatment/capital-projects/elliott-west-upgrade Upcoming Contract Opportunities site at https://tinyurl.com/WTDContractingOpportunities.
Questions? Contact Rowena Johnson, Capital Project Manager (rowena.johnson@kingcounty.gov; (206) 477-5851), OR Diane Navarro (dinavarro@kingcounty.gov; (206) 477-6985)
PROJECT VIRTUAL OPEN HOUSE (via Teams):
Meeting Date/Time: September 14, 2023 at 10:00am Pacific Time (US and Canada)
Duration: 1 hour MS Teams Meeting Link (Registration is required): https://tinyurl.com/WTDOpenhouse-09142023
Once registered, you will receive an email confirmation that will include the meeting link with
the option to save a meeting reminder on your calendar.
PROJECT LOCATION: Elliott West Wet Weather Treatment Station, 545 Elliott Ave W., Seattle, WA, 98119
PROJECT BACKGROUND: King County WTD desires to upgrade the screens, treatment, and disinfection through the GC/CM delivery method of this 240 MGD peak flow facility.
CONSTRUCTION ESTIMATE: $200,000,000
TARGET SCHEDULE: A RFI will be published in conjunction with this meeting on September 14, 2023, GC/CM RFP Publication: Q1 2024, GC/CM Contract Execution: Q2/Q3 2024
EQUITY AND SOCIAL JUSTICE GOALS: KC will establish a minimum required level for the participation of small and diverse businesses for this contract. The goals will be expressed as a percentage of the total contract value to be performed by OMWBE certified firms. To ensure success at meeting the diverse small business goals and to promote support and mentoring of small businesses, KC will also require the submission of an Equity and Social Justice (ESJ) Innovation Plan.
POTENTIAL FUNDING SOURCES: King County Utility Funds, Washington State Revolving Fund, Water Infrastructure Finance and Innovation Act (WIFIA)
KING COUNTY’S E-PROCUREMENT SUPPLIER PORTAL
The official advertisement for this project will be published through King County’s E-Procurement system. To receive future notifications, please be sure your firm is registered in King County’s E-Procurement Supplier Portal.
For registration information, please visit:
https://kingcounty.gov/depts/finance-business-operations/procurement/for-business/register.aspx
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC0000202853 OPENS: 9/25/2023
Vehicle / Vessel Licensing Subagent for Bothell – North Central King County
Please contact the Contract Specialist for more information on this solicitation Vicki Nakamichi; Vicki.Nakamichi@kingcounty.gov; (206) 263-9299 and Teresa Davis; teresa.davis@kingcounty.gov (206) 263-9273
KC000895 OPENS: 10/11/2023
Janitorial Services for Public Health North Dental Clinic
Pre-Submittal Conference: Thursday, 8/31/2023 at 11:00 AM.
North Seattle Public Health Dental Clinic
12359 Lake City Way NE, Seattle, WA 98125
BID DUE DATE: 09/20/23
BID DUE TIME: 1:00PM
REQUEST FOR BIDS
KCHA will accept submittals from Qualified Consultants for Pipe Video & Cleaning Services. This is an on‐call term contract for projects that may occur throughout the King County area. RFQ documents can be downloaded from our website: https://www.kcha.org/business/professional/open
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000948, Work Order Health Through Housing A&E Services for Emergent Needs; by King County Procurement and Payables Section until 12:00 PM on September 26, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price: $2,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Taylor Lee, talee@kingcounty.gov, 206-263-3173
PUBLIC NOTICE
The King County Housing Authority (KCHA) announces the availability of its draft 2024 Moving to Work (MTW) Plan. Moving to Work is a U.S. Department of Housing and Urban Development (HUD) demonstration program, which allows housing authorities to establish local programs and policies in order to (1) increase the housing choices of low-income families, (2) help residents achieve economic independence, and (3) increase the cost-effectiveness of federal housing programs. As an MTW participant, KCHA develops and shares an annual plan which outlines and identifies proposed changes to policies and programs that KCHA may undertake in 2024. KCHA will hold an in-person Public Hearing to review and receive comments on Tuesday September 12, 2023 at 4PM at the Seola Gardens Community Center, located at 11215 5th Ave. SW, Seattle, WA 98146. In addition, KCHA will also hold a virtual Public Hearing to solicit public comments on Wednesday September 13, 2023 at 6:00PM on the meeting platform, Zoom. Attendees may connect to the virtual meeting at the following web address: https://kcha-org.zoom.us/j/84013370197?pwd=KzIvWmJMOTcxaEFRc0diYlZYQ0lyUT09.
Additional instructions on accessing the virtual Public Hearing are available at www.kcha.org. A copy of the draft plan will be available for review beginning September 25th, 2023 at www.kcha.org or upon request by contacting Andrew Calkins at 206-574-1106. Written comments may be submitted by mail to the following address: KCHA MTW Plan, Attn: Andrew Calkins, 600 Andover Park W., Seattle, WA, 98188. All comments should be received by September 29th, 2023.
King County Housing Authority (KCHA)
Janitorial Services – Proposal
PROPOSAL DUE DATE: September 14, 2023
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS KCHA is soliciting bids for Janitorial Cleaning Services Contract for commercial and residential apartment properties located in King County. Women and Minority owned companies are strongly encouraged to submit proposals. Proposals are due Thursday, September 14th , 2023. Proposals are available at kcha.org/business/Janitorial/open or via email August 24, 2023. Contact David Miller, Facilities Manager at KCHA (206) 574-1214 or Davidm@kcha.org
BID DUE DATE: 09/13/23
REQUEST FOR BIDS
KCHA will accept bids from Qualified General Contractors for the Pepper Tree Envelope project located in Shoreline, WA. Bid documents and drawings can be downloaded from our website: www.kcha.org/business/construction/open
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000962 OPENS: 9/14/2023
Capacity Counsel Services Roster – Supplemental to RFQ 1229-20 and KC000504
KC000893 OPENS: 9/12/2023
Trailer parts & Related Supplies
KC000949 OPENS: 9/21/2023
Automotive Body and Paint Repair Services
KC000833 OPENS: 9/18/2023
ITB Boiler Maintenance Services and Parts
BID DUE DATE: 09/06/23
REQUEST FOR BIDS
KCHA will accept submittals from Qualified Consultants for Mechanical & Electrical Services. This is an on‐call term contract for projects that may occur throughout the King County area. RFQ documents can be downloaded from our website: https://www.kcha.org/business/professional/open
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC000943, KING COUNTY INTERNATIONAL AIRPORT PAVEMENT IMPROVEMENTS WORK ORDER; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30pm on September 7, 2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 10% minimum Apprentice Utilization Requirement on this contract.
There is a 12% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
The Contract work consists of paving and drainage maintenance improvements at the Airport. Work includes, but is not limited to, clearing, excavation, removal, and disposal of existing site materials; placing finished and curbing of unreinforced and reinforced slabs; paving with Portland Cement Concrete and/or asphalt concrete; installations of stormwater drainage structures and piping, emergency snow removal, installation and removal of pavement paint markings, emergency pavement repairs and other miscellaneous site improvements.
Estimated contract price: $2,000,000.00
Pre-Bid(s): Please see Section 00 10 00 for details
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
King County Housing
Authority (KCHA)
Security Guard Services – Proposal
PROPOSAL DUE DATE: September 7, 2023
REQUEST FOR PROPOSALS
KCHA is soliciting bids for Security Guard Services Task Order Contract for commercial and residential apartment properties located in King, Thurston and Skagit Counties. Women and Minority owned companies are strongly encouraged to submit proposals. Proposals are due Thursday, September 7 th, 2023. Proposals are available at kcha.org/business/Security/open or via email August 17, 2023. Contact Ponha Lim, Director of Safety and Security at KCHA (206) 693-6402 or Ponhal@kcha.org
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000944 OPENS: 9/19/2023
Sand, Rock and Gravel ( Pool Bid)
KC000814 OPENS: 9/5/2023
King County Internet Service Provider
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000939, Work Order Multidisciplinary Engineering Services for Solid Waste Landfill Systems and Facilities; by King County Procurement and Payables Section until 12:00 PM on September 13, 2023.
There is a 15% minimum requirement for King County Certified Small Contractor and Supplier (SCS) firms on this contract.
King County intends to award two contracts from this RFP.
Total Estimated Price: $2,000,000 (each) Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Corinne Easter, corinne.easter@kingcounty.gov, 206-477-8556
BID DUE DATE: 09/06/23
REQUEST FOR BIDS
KCHA will accept bids from Qualified General Contractors for the Southridge House Fire Monitoring System project located in Federal Way, WA 98003. Bid documents and drawings can be downloaded from our website: www.kcha.org/business/construction/open
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000946, Work Order Multidisciplinary Engineering Services for Water and Land Resources Division; by King County Procurement and Payables Section until 12:00 PM on September 11, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
King County intends to award two contracts from this RFP.
Total Estimated Price: $2,500,000 (each)
It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for proposals. Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Taylor Lee, talee@kingcounty.gov, 206-263-3173
New Kirkland Heights LLLP Solar Installation at Kirkland Heights Apartments
BID DUE DATE: August 28, 2023 at 2:00 p.m.
REQUEST FOR BIDS
New Kirkland Heights LLLP, c/o King County Housing Authority, is seeking qualified contractors interested in submitting bids for the Kirkland Heights Redevelopment – Solar Installation project. The Solar Installation project is the installation of 23 solar photovoltaic arrays to be added to 23 buildings per the design specifications in the bid documents for a total average of 1,198kwh/yr of solar power generation, and other tasks as described in the bid documents. The property is located at 13310 NE 133rd St, Kirkland, WA 98034. There is one scheduled pre-bid meeting at the property (in the Community Building next to Building 15) on Thursday, August 17 at 2:00 p.m. Bidders are strongly encouraged to attend the pre-bid meeting. All bids must be received by New Kirkland Heights LLLP no later than the above due date and time. No Bids will be accepted after that date and time. If you have questions, please contact Nate Kraus at nathank@kcha.org.
Bid packets will be available for download on Monday, August 14, 2023 at 2:00 p.m., on KCHA’s website at http://www.kcha.org/business/construction/open/
Request for Proposals
King County Housing Authority is issuing a competitive Request for Proposal (RFP) from qualified applicants to provide telephonic and in-person interpretation, including video remote interpretation, written translation, and ASL services for residents and staff. To submit an application, view the RFPs on our website: https://www.kcha.org/business/professional/open/. Applications due on Thursday, August 24, 2023 at 3 PM PST.
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000951 OPENS: 8/31/2023
Technical Services for Supervisory Control & Data Acquisition System (SCADA) Sof
KC000950 OPENS: 8/28/2023
ITB-Work and Safety Footwear
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC000937, WPTP & West Section Mechanical Construction Work Order 2024-2025; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30:59 PM on 8/28/2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 15% minimum Apprentice Utilization Requirement on this contract.
There is a 15% minimum requirement for King County Certified Small Contractors and Suppliers
Brief Scope: The purpose of the Contract is to deliver small to medium-sized mechanical asset management projects at the West Point Treatment Plant and/or West Section. All work is location based at the Plant and/or West Section and is issued by work order. The work will be mechanical repair and improvements to supporting systems and structures. The work will take place within an operating wastewater treatment facility or active West Section facility.
Estimated contract price: $4,000,000
Pre-Bid: Please see Section 00 10 00 for details.
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000708 OPENS: 9/6/2023
Banking Services
Pre-Submittal Conference: Tuesday, 8/8/2023 at 1:30 PM via the link provided in the solicitation
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC000852, WPTP and West Section Electrical Construction Work Order 2024 – 2025; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 08/22/2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 15% minimum Apprentice Utilization Requirement on this contract.
There is a 12% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
Brief Scope: The purpose of the Contract is to deliver small to medium-sized asset management projects at the West Point Treatment Plant. All work is location based at the Plant. The work will be multi-disciplinary, including electrical and instrumentation/controls work. The work will take place within an operating wastewater treatment facility.
Estimated contract price: $4,000,000
Pre-Bid(s): Please see Section 00 10 00 @Invitation to Bid for details
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000925, Engineering and Related Services to Daylight the East Branch Riverton Creek for Metro Transit Department; by King County Procurement and Payables Section until 12:00 PM on August 28, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price for Phase 1: $420,000
Total Estimated Price for all Phases: $1,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Alice Phoenix, alice.phoenix@kingcounty.gov, 206-263-9311
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000931, NEPA Services for the 14R/32L Runway Rehabilitation; by King County Procurement and Payables Section until 12:00 PM on August 25, 2023.
This contract is funded by the Federal Aviation Administration. There is a 15% minimum requirement for Washington State Office of Minority and Women’s Business Enterprises Certified Federal Small Business Enterprise (SBE) firms on this contract.
Total Estimated Price: $350,000
King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all proposers that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Taylor Lee, talee@kingcounty.gov, 206-263-3173
Siding Replacement at Carriage House Apartments
BID DUE DATE: August 29, 2023 at 2:00 pm
REQUEST FOR BIDS
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000899, Geological Services for Cedar Hills Regional Landfill Groundwater; by King County Procurement and Payables Section until 12:00 PM on August 23, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price for Phase 1: $472,000
Total Estimated Price for all Phases: $3,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Taylor Lee, talee@kingcounty.gov, 206-263-3173
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000858 OPENS: 8/16/2023
Adult Basic Education (ABE) Services
KC000892 OPENS: 8/10/2023
Automotive Chemical, Brake Cleaners, and Paint
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Sealed bids will be received for KC000927, Cedar Hills Interim Facility Relocation – Bow Lake Bench; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30:59 PM on 08/10/2023. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Section 00 10 00 for details.
There is a 15% minimum Apprentice Utilization Requirement on this contract.
There is a 15% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
Scope: The purpose of the project is to complete a tenant improvement and ADA compliant updates to a King County-supplied modular building which will be relocated by the County. The work includes but is not limited to foundation and site preparation, installation of ADA compliant prefabricated ramp and stairs, installation, paving and striping of ADA compliant parking space, security fencing and gates, tenant improvements to the modular building such as wall and window modifications, new flooring, cabinetry, doors, HVAC, Electrical, lighting, etc. The contractor will also be responsible for coordinating security camera and lighting installation and new server cabinets and access with King County.
Estimated contract price: $ 1,129,892.00
Pre-Bid: Please see Section 00 10 00 for details.
Prospective bidders can view more details at: https://kingcounty.gov/procurement/solicitations
Complete Invitation to Bid Documents, including all project details, specifications, and contact information are available on our web page at: https://kingcounty.gov/procurement/supplierportal
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000933, Health Through Housing A&E Services for Planning, Design, and Tenant Improvements for Multiple Housing Sites; by King County Procurement and Payables Section until 12:00 PM on August 21, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price: $10,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Jenny Sebero, jsebero@kingcounty.gov, 206-263-5738
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000923, Engineering Services for Black Diamond Trunk Capacity Upgrade Design; by King County Procurement and Payables Section until 12:00 PM on August 17, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price for Phase 1: $2,000,000
Total Estimated Price for all Phases: $17,200,000
King County reserves the right to amend the Contract to add additional phases. The County also reserves the right to let the Contract expire at the completion of Phase 1 and to select another consultant to perform the additional phases.
This project is anticipated to be funded in part by the United States Environmental Protection Agency through the Washington State Water Pollution Control Revolving Fund Program (Revolving Fund), and subject to certain federally mandated contract provisions.
In accordance with EPA’s policy on the utilization of socially and economically disadvantaged individuals and disadvantaged business enterprises in procurement, where subconsulting opportunities are available the Contractor shall make good faith efforts to ensure to the fullest extent possible that it subcontracts with Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. The applicable MBE/WBE fair share objectives/goals negotiated with EPA by the State of Washington Office of Minority and Women’s Business Enterprises are 10% MBE and 4% WBE. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for proposals. Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Melissa Jordan, mejordan@kingcounty.gov, 206-263-4005
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000844-2 OPENS: 8/14/2023
Electrical Supplies and Components
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000900, Engineering Services for the NE Woodinville Duvall Rd and W Snoqualmie Valley Rd NE Intersection Improvements; by King County Procurement and Payables Section until 12:00 PM on August 8, 2023.
DBE PARTICIPATION:
Future phases(s) may be funded in part by the Federal Highway Administration (FHWA) at which time a Disadvantaged Business Enterprise (DBE) goal may be assigned.
Total Estimated Price for Phase 1: $280,000
Total Estimated Price for all Phases: $700,900
SUMMARY OF WORK: This work may be funded, in part, by the Federal Highway Administration (FHWA) and applicable federal requirements apply. The purpose of this project is to design and construct improvements to the intersection of NE Woodinville Duvall Rd at W Snoqualmie Valley Rd NE. This will include performing a feasibility analysis of the alternatives and developing Plans, Specifications and Estimates (PS&E) documents for construction pf a new intersection, bridge, fish passage, culvert, drainage systems, and stream improvements. A Professional Engineer and Registered Landscape Architect will be required for this work. Estimated start date of project is December 2023. Estimated completion date of project is for Phase 1. King County reserves the right to amend the Contract to add additional phases. The County also reserves the right to let the Contract expire at the completion of Phase 1 and to select another consultant to perform the additional phases.
AMERICANS WITH DISABILTIES ACT (ADA): King County, in accordance with Section 504 of the Rehabilitation Act and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities.
TITLE VI COMPLIANCE: King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that any contract entered into pursuant to
this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Consultants are advised that federally funded projects will be held to Federal EEO requirements. Consultants will be held to King County’s ADA and Civil Rights provisions.
The contractor, subrecipient, or subcontractor shall not discriminate on the basis of race, color, or national origin in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages, or (4) Disqualifying the contractor from bidding as non-responsible.
Response due date: August 8, 2023
Dates of publication in the Seattle Times: July 12, 2023 and July 19, 2023 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Samol Hefley, shefley@kingcounty.gov, 206-477-6195
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS/PROPOSERS
Sealed submittals will be received by the King County Procurement and Payables Section through the County’s E-Procurement Supplier Portal for the following solicitations.
The list of current solicitations in E-Procurement, resources on how to register as a supplier, express interest, communicate with the Contract Specialist, successfully submit a response and other information is provided on the County’s website: https://kingcounty.gov/procurement/solicitations
King County encourages minority business enterprise participation. King County does not discriminate based on disability in its programs, services, and employment opportunities for persons with disabilities.
KC000905 OPENS: 7/31/2023
RFP-Cyber Security Workshops and Conference Coordination
Project Name: Seattle-Tacoma International Airport (SEA) North Main Terminal Redevelopment Project (NMTRP)
Project Owner: Alaska Air Group / Port of Seattle
Project Description: Hensel Phelps is the design-build contractor for the redevelopment of the check-in lobby zones 6 and 7, security screening checkpoint 5, and the development of the promenade for additional passenger processing and tenant space.
Hensel Phelps requests proposals for the following bid packages:
8.02 Interior Metal Wall Panels, Metal Base, Linear Wall Covering, Escalator Cladding
8.03 Millwork
8.04 Exterior Metal Wall Panels, Sheet Metal Flashing and Trim, and Louvers
8.08 Ticketing Level Decorative Walls
Additional information, and registration for the bid packages and the virtual pre-bid meeting can be found at: https://app.buildingconnected.com/public/5952a6381f4eb50f0065b583
Bid Dates and Times:
July 19, 2029, 4:00 PM PDT
Company Address, Phone Number, and Email:
Hensel Phelps Construction Company
15375 SE 30th Place Suite 110 Bellevue, WA 98007
425.646.2660 PNWBids@henselphelps.com
EOE: Hensel Phelps is an Equal Opportunity Employer and Contractor. We encourage and actively solicit proposals/bids from qualified Small, Minority, Woman, Disadvantaged, HUBZone, Disabled Veteran and Veteran Owned trade partners and suppliers on all our projects.
Contractor’s License #: CC HENSEPC843LC
Hensel Phelps is an AGC member.
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000901, Work Order Construction Management Services for Cedar Hills Regional Landfill; by King County Procurement and Payables Section until 12:00 PM on August 4, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
Total Estimated Price: $31,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Samol Hefley, shefley@kingcounty.gov, 206-477-6195
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000924, Engineering Services for Runway 14R-32L Rehabilitation and Taxiway Modifications Project; by King County Procurement and Payables Section until 12:00 PM on August 7, 2023.
This contract is funded by the Federal Aviation Administration. There is a 15% minimum requirement for Washington State Office of Minority and Women’s Business Enterprises Certified Federal Small Business Enterprise (SBE) firms on this contract.
Total Estimated Price for Phase 1: $1,000,000
Total Estimated Price for all Phases: $5,400,000
King County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Proposers that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Jenny Sebero, jsebero@kingcounty.gov, 206-263-5738
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC000929, Work Order A&E Services for Major Improvement, Repair, and Maintenance of Solid Waste Closed Landfills; by King County Procurement and Payables Section until 12:00 PM on August 2, 2023.
This contract includes development and submittal of an Equity and Social Justice (ESJ) Innovation Plan. The ESJ Innovation Plan details the approach, strategies, and actionable steps that will be taken to maximize the participation of Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) firms. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.
King County intends to award one contract from this RFP.
Total Estimated Price: $1,000,000 Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Debbie Hall, debhall@kingcounty.gov, 206-263-7873
We subscribed to the Seattle Chinese Post for many years. Is this publication still available for annual subscriptions in printed media, mailed weekly?
Thank you,
Robert and Yeh Chow Atherton
Hi Robert. Yes, it is still available. Please contact our office at 206-223-5559. Thank you for reading!