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.
Notice
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001396, RAPIDRIDE I LINE BUS RAPID TRANSIT IMPROVEMENTS; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30PM on APRIL 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 Invitation to Bid Section 00 10 00 for details.
The Work under this Contract includes improvements to King County Metro Route 160 by installing RapidRide Stations in the jurisdictions of the City of Renton, City of Kent, and City of Auburn. The Work also includes modifications of roadways, signals, utilities, and channelization to facilitate bus movements as further defined in the Contract Documents.
Estimated contract price: $73,000,000
Pre-Bid(s): Please see Section 00 10 00 Invitation to Bid for details.
There is a 20% minimum Small Business Enterprise (SBE) Requirement on this contract.
There is a 15% minimum Apprentice Utilization Requirement on this contract.
A Master Community Workforce Agreement (MCWA) applies to this contract.
Priority Hire Apprentice Utilization Requirement: 25% of the total Apprentice Labor Hours worked during the contract.
Priority Hire Journey Level Requirement: 17% of the total Journey Labor Hours worked during the contract.
This AGREEMENT is subject to the appropriations of the State of Washington.
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.
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
PUBLIC HEARING NOTICE
For the City of Bellevue
2026 – 2031 TRANSPORTATION IMPROVEMENT PROGRAM
A public hearing before the Transportation Commission will be held in a hybrid manner with both in-person (Bellevue City Hall, room 1E-113) and virtual options on Thursday, April 10, at 6:30 PM. Details on how to speak at the meeting and provide written or oral communication at the public hearing will be provided on the published agenda, April 3 and can be found at City of Bellevue – Transportation Commission (legistar.com).
The purpose of the hearing is to receive comments on the Recommended City of Bellevue’s 2026 – 2031 Transportation Improvement Program. Additional information may be obtained from:
Kristi Oosterveen, Transportation Program Manager
at 425-452-4496
Affidavit of posting has been filed with the City Clerk’s Office for the Bellevue Transportation Commission.
Published in the NW Asian Weekly, March 28, 2025
American Sign Language (ASL) is available upon request. Please contact Kevin McDonald at 425-452-4558 or kmcdonald@bellevuewa.gov at least 48 hours in advance. It is the City of Bellevue’s policy to assure that no person shall, on the grounds of race, color, national origin or sex, as provided by Title VI of the Civil Rights Act of 1964, be excluded from participation in, be denied the benefits of, or be otherwise discriminated against under any of its federally funded programs and activities. Any person who believes his/her Title VI protection has been violated may file a complaint with the Title VI Coordinator. For Title VI complaint forms and advice, please contact the Transportation Department’s Title VI Coordinator at 425-452-4496.
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.
KC001363 OPENS: 4/14/25
Back Up Passenger Only Ferry Service
KC001409 OPENS: 3/31/2025
Supply and Delivery of Upholstery Materials & Supplies, Including Branded Vinyl
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Proposals will be received for KC001387, GC/CM Services for South Treatment Plant (STP) Influent Pump Station Upgrades; by the King County Procurement and Payables Section, until 12:00 PM on May 8, 2025. Late proposals will not be accepted.
The County intends to procure a general contractor/construction manager team to provide services for this project.
Scope: The STP Influent Pump Station Project focuses on improvements to the Influent Pump Station, specifically repairing and replacing aging infrastructure and improving seismic resiliency. These improvements are critical to the ongoing reliability and energy efficiency of the raw sewage pumping process, the division channel operation and reliability, and the long-term seismic resiliency of the Influent Pump Station.
Total Estimated Price for Phase 1 (preconstruction): $1.1M
Total Estimated Price for Phase 2 (construction): $18.3M
Master Community Workforce Agreement (MCWA): A MCWA applies to this contract.
Priority Hire Apprentice Utilization Requirement: 27% of the total Apprentice Labor Hours worked during the contract.
Priority Hire Journey Level Requirement: 18% of the total Journey Labor Hours worked during the contract.
There is a Voluntary Minority Business Enterprise (MBE) Goal: 10% of the Contract Price.
There is a Voluntary Women’s Business Enterprise (WBE) Goal: 6% of the Contract Price.
This project is anticipated to be funded in part by the United States Environmental Protection Agency through Water Infrastructure Financing and Innovation Act (WIFIA), 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 6% 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. 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.
KC001376 OPENS: 04/8/2025
RFP-Auditing Services – Major Enterprise Funds
KING COUNTY, WASHINGTON
REQUEST FOR INFORMATION
Responses will be received for KC001406, MDCSO Wet Weather Treatment Station (WWTS) and Effluent Conveyance and Outfall; by the King County Procurement and Payables Section, until 1:30 pm on April 8, 2025.
Wastewater Treatment Division is requesting industry and market information, insight, and knowledge on its upcoming MDCSO WWTS and Effluent Conveyance and Outfall. Responses are intended solely to inform the County’s submission of an application to the Capital Projects Advisory Review Board (CPARB) Project Review Committee (PRC) and future development of a solicitation.
The County is providing Respondents an opportunity to receive an overview of the project, and provide feedback on the following items:
1. Construction Package Scope of Work
2. Heavy Civil Authority and Alternative Subcontracting
3. Alternative Subcontract Packages
4. Schedule and Risk Management
5. Other Considerations and Industry Recommendations
Project Location: Lower Duwamish River, King County, Seattle, WA
Project Background: The WWTS component will include the construction of a new treatment station that will treat CSO flows before they are discharged to waterways. The WWTS will be sized to handle a portion of the CSO overflows, up to 240 MGD.
Construction Estimate: $600 million up to $2.3 billion.
Potential Funding Sources: King County and potentially WIFIA, and EPA SRF. Specific funding sources will be determined as the projects evolve.
Prospective respondents 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 KC001389, Programmatic Work Order Construction Management Services for Wastewater Treatment Division; by King County Procurement and Payables Section until 12:00 PM on April 15, 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: $25,000,000
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 BIDDERS
Sealed bids will be received for KC001395, VASHON TREATMENT PLANT (VTP) INFLUENT GATE ACTUATORS; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on APRIL 1, 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 requirement for King County Certified Small Contractors and Suppliers (SCS) on this contract.
The purpose of this Contract is to install motor actuators on the plant’s two influent gates to allow remote monitoring and operation, and to install level sensors in critical process units. The work includes but is not limited to replacement of influent gate stems on two existing gate, installation of electric actuators, installation of radar style level sensors, installation of buried and exposed conduit and wiring for communication and power, and all other work required in the Contract documents.
Estimated contract price: $298,000
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/supplierporta
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001385, 2025-26 Maintenance of Surface Water Facilities Work Order; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 03/25/2025. 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.
All work performed on this project will be subject to state prevailing wage rates.
King County is an Equal Opportunity and Affirmative Action Employer
Brief Scope: capital improvements for stormwater facilities and emergency response projects for public safety and water quality improvement. Work includes but is not limited to the construction-replacement of stormwater facilities, landslide protection, spill response, water quality improvement and enhancement, routine maintenance, repair and remediation of stormwater facilities; repairing a control structure or manhole; or cleaning sediment out of catch basins, manholes, and pipes.
Estimated contract price: $2,000,000
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 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.
KC001394 OPENS: 03/26/2025
Glass Repair Services
KC001391 OPENS: 3/25/2025
RFP – Evaluation Services for the Health through Housing Initiative
KC001397 OPENS: 3/31/25
RFP-Civic Campus Master Planning Consultant
KC001364 OPENS: 3/31/25
Medical Supplies – Blisters and Labels
KC001400 OPENS: 4/8/25
RFI-Behavioral Health Crisis Care Coordination Interface
KING COUNTY, WASHINGTON
NOTICE TO BIDDERS
Sealed bids will be received for KC001264, Rebid-Taxiway A11 Rehabilitation and Reconstruction; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30:59 PM on 03/25/2025. 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 Small Business Enterprise (SBE) Requirement.
(1) Mill and overlay of asphalt pavement along Taxiway A11 from the Runway Safety Area Boundary to the Runway 32L threshold, (2) Asphalt pavement reconstruction along Taxiway A11 from the access roadway connector to the Runway Safety Area boundary, (3) Removal and replacement of 14 taxiway edge lights and the Runway Guard Lights.
Estimated contract price: $890,733
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
BID DUE DATE: 03/27/25
BID DUE TIME: 1:00 PM
REQUEST FOR BIDS
KCHA will accept bids from Qualified General Contractors for the Brittany Park Window Replacement project located in Normandy Park, WA. 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 KC001379, Work Order Bridge and Trestle Programmatic Engineering Services for Parks Division; by King County Procurement and Payables Section until 12:00 PM on March 31, 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.
King County intends to award two contracts from this RFP.
Total Estimated Price: $3,000,000 (each) 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
Proposals will be received for KC001382, Construction Management Services for the Dutchman Road Revetment Repair Project; by King County Procurement and Payables Section until 12:00 PM on March 28, 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: $564,626.00
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 KC001368, Economy and Climate Equity ADA Ramps; by the King County Procurement and Payables Section, via the E-Procurement system, until 1:30 PM on 03/13/2025. 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 03 for details.
There is a 5% minimum Apprentice Utilization Requirement on this contract.
There is a 18% 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.
Scope: Improvements of ADA pedestrian facilities Metro Transit RapidRide “H” Line corridor. Clearing, grubbing, removing structures and obstructions, roadway excavation, asphalt work, adjusting utility boxes, placing-compacting base course, constructing cement concrete curb ramps with transitions, pavement markings, and traffic signal modifications.
Estimated contract price: $582,000.00
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.
KC001298 OPENS: 3/14/25
RFP-Collection Services
KC001338 OPENS: 3/6/25
RFP-Audience Research and Outreach
KC001357 OPENS: 3/18/2025
Real Estate Appraisal and Consulting Services
KC001384 OPENS: 3/17/2025
RFP-Strategic Communication Support for Civic Campus Initiative
KING COUNTY, WASHINGTON
NOTICE TO PROPOSERS
Proposals will be received for KC001372, Program Management Owner Advisor Services for West Point Facilities Program; by King County Procurement and Payables Section until 12:00 PM on March 25, 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: $6,000,000
Total Estimated Price for all Phases: $40,000,000
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: 03/19/25
BID DUE TIME: 1:00 PM
REQUEST FOR BIDS
KCHA will accept bids from Qualified General Contractors for the Yardley Arms Fire Alarm System Replacement project located in Burien,WA. Bid documents and drawings can be downloaded from our website: www.kcha.org/business/construction/open
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!