Pricing is $0.14 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 email to classified@nwasianweekly.com.
Employment
Transportation and Land Use Planner
Sal: $8,375.88–$11,264.84/month. Plan and develop transit solutions, integrate land use and transportation policies, and manage capital projects. Req: Bachelor’s in planning (or related field) + 5 years’ experience + valid WA driver’s license. Benefits: Medical, dental, vision, PERS retirement, PTO, and holidays. Apply at: governmentjobs.com/careers/kitsaptransit. Open until filled.
Kitsap Transit is an Equal Employment Opportunity Employer.
Mechanic
Sal: $38.03–$41.92/hr. Diagnose and repair diesel/gasoline vehicles, including engines, brakes, and electrical systems. Req: High school diploma, Class B CDL, and 4 years’ mechanic experience (or equivalent training). Benefits: Medical, dental, vision, PERS, PTO, holidays, and ASE pay incentives. Apply at: governmentjobs.com/careers/kitsaptransit. Open until filled.
Kitsap Transit is an Equal Employment Opportunity Employer.
Bus Operators (Routed & ACCESS)
Sal: $23.68–$25.13/hr. Provide transit services, assist passengers, and operate vehicles safely. Req: High school diploma, valid WA driver’s license, and CDL training provided. Benefits: Medical, dental, PTO, retirement, and career advancement. Apply at: governmentjobs.com/careers/kitsaptransit. Open until filled.
Kitsap Transit is an Equal Employment Opportunity Employer.
Notice
King County Housing Authority (KCHA)
Asphalt Replacements at Multiple Properties
BID DUE DATE: March 27, 2025 at 1:00 pm
REQUEST FOR BIDS
King County Housing Authority (KCHA) is seeking qualified contractors interested in submitting Bids for the Asphalt Replacements at Multiple Properties. Work includes, but is not limited to, asphalt paving, extruded concrete curbs, poured-in-place concrete vertical curbs, poured-in-place curbs and gutters, speed bumps, wheel stops and painted striping at locations indicated on the plans. There is an optional pre-bid meeting at the properties on Wednesday, March 5, 2025 at 10:00 a.m. Bid packets are available for download on KCHA’s website at http://www.kcha.org/business/construction/open/.
This will be a Sealed Bid; all Bids must be received in a Sealed Envelope marked as “Bid Documents: Asphalt Replacement”. All Bids must be received and time and date stamped at KCHA no later than the stated due date and time. No Bids will be accepted after that date and time. No Fax or Email Bids will be accepted. Estimate: $824,307.00.
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.
KC001277 OPENS: 2/26/2025
FURNISH COMPOST, APPLICATION SERVICES, AND RELATED MATERIAL
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC001339, Construction Management Services for the Black River Pump Station Project; by King County Procurement and Payables Section until 12:00 PM on March 5, 2025.
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: $5,831,810
Prospective proposers can view more details at: https://kingcounty.gov/procurement/solicitations
Contact: Corinne Easter, corinne.easter@kingcounty.gov, 206-477-8556
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001366, 2023 BRIDGE RAILING UPGRADES REBID; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30:59 PM on 02/18/2025. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Invitation to Bid 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.
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 bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids 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.
Improvement of various bridges in King County by removing existing bridge railings and installing new bridge rail, guardrail, guardrail anchors, end terminal section, transition section, bridge deck reinforcement, beam guardrail reflectors, grinding stumps, installing mailbox supports and other work.
Estimated contract price: $1,006,432.
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 KC001367, Professional Services for King County Vulnerable Roads Study; by King County Procurement and Payables Section until 12:00 PM on March 4, 2025.
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: $225,000
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 BIDDERS
Sealed bids will be received for KC001353, CEDAR HILLS REGIONAL LANDFILL AREA 8 CLOSURE AND AREA 9 DEMOLITION AND EXCAVATION – REBID; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30PM on FEBRUARY 20, 2025. 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 10% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
Master Community Workforce Agreement (MCWA): A MCWA applies to this contract.
Priority Hire Apprentice Utilization Requirement: 20% of the total Apprentice Labor Hours worked during the contract.
Priority Hire Journey Level Requirement: 15% of the total Journey Labor Hours worked during the contract.
This project involves the interim and final closure for Refuse Area 8 Stage 1, and the demolition and excavation of Area 9. Work in Area 8 includes but is not limited to, installation of an interim and final cover system using geomembrane or other geosynthetic materials, installation of erosion and sediment controls, installation of landfill gas system components, stormwater ditches, conveyance systems, stripping and subgrade preparation, installation of a contaminated stormwater flap, and all other work in the contract documents. Work in Area 9 includes but is not limited to stockpile removal, soil and underground storage tank removal, demolition of building foundations and structures, sediment and erosion controls, utility and infrastructure removal, installation of conveyance piping, stormwater ditches and controls, installation of seep controls, and all other work in the contract documents.
Estimated contract price: $59,215,133
Pre-Bid(s): Please see Section 00 10 00.
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 KC001332, Engineering Services for the Fall City Corridor Traffic Safety Study Project; by King County Procurement and Payables Section until 12:00 PM on March 3, 2025.
This project-specific, cost-plus fixed fee contract is funded, in part, by the Federal Highway Administration (FHWA) and applicable federal requirements apply.
Be advised that this project will be held to Federal Equal Employment Opportunity (EEO) requirements found in Exhibit K of the solicitation documents.
Disadvantaged Business Enterprise (DBE) participation for this federally funded work shall be at least 18%.
King County solicits interest from consulting firms with expertise in engineering, transportation planning, project management and coordination, data collection, and corridor documentation and recommendations.
King County reserves the right to amend the terms of this Request for Qualifications (RFQ) to circulate various addenda, or to withdraw the RFQ at any time, regardless of how much time and effort consultants have spent on their responses.
Project Description: Work to be performed by the consultant consists of performing a Corridor Traffic Safety Study for two rural arterial roadways located within the rural town of Fall City. The proposed study will reinforce traffic safety and non-motorized mobility in the Fall City rural
town center by identifying potential pedestrian improvements of the town’s two arterial county road corridors: 332nd Ave SE and a short section of Preston-Fall City Road SE. The major features of the study will serve as the first step in developing a comprehensive understanding of pedestrian travel needs throughout Fall City. This initial study will result in three products: 1) data collection and documentation of the corridors’ use and significant constraints, including any drainage, safety, and Right-of-Way (ROW) issues, 2) identification of site-specific improvement concepts that may be used for future capital programming and funding acquisition efforts, and 3)
development of roadway cross-section concepts to be considered as potential supplements to the King County Road Design and Construction Standards.
Estimated start date is June 2, 2025. Estimated completion date August 31, 2026.
Evaluation Criteria: Submittals will be evaluated and ranked based on the following criteria. Qualifications of Proposed Project Manager, Qualifications/Expertise of Firm, Ability to Meet Schedule, Approach to Project, Familiarity with WSDOT/FHWA standards, Past Performance/References and Approach to Meet the DBE Goal. Interviews: Will be conducted with three or more of the most highly qualified consultants following submission and evaluation of proposals.
Submittals shall be submitted electronically through the County’s E-Procurement system no later than 12:00 PM on March 3, 2025. Any questions regarding this project should be directed to Debbie Hall, debhall@kingcounty.gov, 206-263-7873
Americans with Disabilities Act (ADA): King County, in accordance with Section 504 of the Rehabilitation Act and the ADA, commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by emailing debhall@kingcounty.gov or by calling collect Debbie Hall, 206-263-7873
Title VI Statement: 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.
Dates of publication in the Seattle Times: 02/03/2025 and 02/10/2025.
Dates of publication in the Daily Journal of Commerce: 02/03/2025 and 02/10/2025.
Posting on OMWBE Bids & Contracting Opportunities webpage: 02/03/2025.
Prospective proposers can view more details including the detailed Scope of Work, Evaluation Criteria, and Submittal Requirements at: https://kingcounty.gov/procurement/solicitations
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.
KC001345 OPENS: 2/20/2025
RFP-Agricultural Sector Study
KC001370 OPENS: 2/4/25
Mobile Office Trailer Rental
KC001307 OPENS: 2/21/2025
Organizational Development On-Call services
KC001331 OPENS: 2/20/2025
Trauma-Informed Prevention and Intervention Consultant for Homeless Service Providers
Pre-Submittal Conference: Thursday, 1/30/2025 at 2:00PM, PT via the link provided in the solicitation
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC001348, Engineering Services for Brightwater Facilities Program; by King County Procurement and Payables Section until 12:00 PM on March 3, 2025.
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: $5,000,000
Total Estimated Price for all Phases: $65,000,000
This project is anticipated to be funded in part through the Water Infrastructure Finance and Innovation Act (WIFIA), and subject to certain federally mandated contract provisions including but not limited to the Executive Order 12549 for debarment and suspension, restrictions on lobbying, compliance with civil rights laws, and prohibition on certain telecommunication and video surveillance services or equipment.
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: Samol Hefley, shefley@kingcounty.gov, 206-477-6195
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001354, WEYERHAEUSER KING COUNTY AQUATIC CENTER (WKCAC) BANQUET HALL ROOF REPLACEMENT; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 on FEBRUARY 13, 2025. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Invitation to Bid Section 00 10 00 for details.
There is a 5% 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.
Demolition of the existing roof membrane, testing and selective demolition of existing insulation, replacement of removed insulation, and installation of a new roof membrane with additional insulation.
Estimated contract price: $557,774.00
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 KC001350, Work Order Multidisciplinary Engineering Services for Airport Division; by King County Procurement and Payables Section until 12:00 PM on February 24, 2025.
This contract is funded by the Federal Aviation Administration. There is a 10% minimum requirement for Washington State Office of Minority and Women’s Business Enterprises Certified Federal Small Business Enterprise (SBE) firms on this contract.
King County intends to award one contract from this RFP.
Total Estimated Price: $2,000,000
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: Debbie Hall, debhall@kingcounty.gov, 206-263-7873
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.
KC001346 OPENS: 1/29/25
Supply & Delivery of Glock Handguns and Magazines
BID DUE DATE: 02/12/25
BID DUE TIME: 1:00 PM
REQUEST FOR BIDS
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001355, DEMOLITION, ABATEMENT AND WELL DECOMMISSIONING WORK ORDER; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30PM on FEBRUARY 6, 2025. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Invitation to Bid Section 00 10 00 for details.
There is a 3% minimum Apprentice Utilization Requirement on this contract.
There is a 8% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
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/supplierporta
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.
KC001303 OPENS: 2/21/2025
RFP-Technical Consultant to Support In-Building Distributed Antenna Systems
KC001313 OPENS: 1/30/25
ITB-Silvicultural Services
KC001369 OPENS: 2/4/25
Street Sweeper Brooms and Related Supplies
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001327, ELECTRICAL CONSTRUCTION WORK ORDER-NORTH TRANSFER FACILITIES; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30:59 PM on 01/28/2025. 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 5% 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.
Furnish all labor, materials, and equipment necessary to provide and perform electrical on-call repair, and minor improvement work to electrical systems through Work Orders. The scope of work on electrical operating systems may include emergency repairs involving quick response (on-site mobilization within four hours), normal repair work, high voltage work, routine maintenance work and/or minor improvement work.
Not-to-Exceed contract price: $1,000,000
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 BIDDERS
Sealed bids will be received for KC001344, SOUTH PLANT MULTIDISCIPLINARY WORK ORDER 2025-2026; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 02/12/2025. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Invitation to Bid 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.
Master Community Workforce Agreement (MCWA): A MCWA applies to this contract.
Priority Hire Apprentice Utilization Requirement: 15% of the total Apprentice Labor Hours worked during the contract.
Priority Hire Journey Level Requirement: 15% of the total Journey Labor Hours worked during the contract.
This contract will be to provide emergent issue mitigation that may include but is not limited to exploratory excavation, major and minor piping system repairs, modifications, and relocations in conveyance system infrastructure, including underground and above-ground conveyance system infrastructure, as well as regulator and pump stations.
Estimated contract price: Not to Exceed $8,000,000
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 BIDDERS
Sealed bids will be received for KC001255, MAURY ISLAND OPEN SPACE REMEDIATION -PHASE 3 RESTORATION; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30pm on 02/04/2025. Late bids will not be accepted. The public bid opening will be conducted on-line following the Bid Close Date and Time; see Invitation to Bid for details.
There is a 5% minimum requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
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 bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids 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.
Improvement of 6.3 acres with the Maury Island Natural Area and other work, all in accordance with the attached Plans & Special Provisions.
Estimated contract price: $423,000.00
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.
KC001259 OPENS: 1/30/2025
Outreach for ORCA Passport Sales to Businesses
Pre-Submittal Conference: Tuesday, January 21 at 11:00am PT via the link provided in the solicitation.
KC001316 OPENS: 2/14/25
RFP-Best Starts for Kids (BSK) Levy Evaluation
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!