Project Description:
The purpose of the project is to replace one of the existing boilers and both domestic water heaters with new equipment. The associated pumps, expansion tanks and air separators shall be replaced per the documents. Provide all new piping and valving as required.
Project Description:
This Project consists of installing a new closed-circuit television camera (CCTV) system and upgrading access control systems at Western State Hospital and Western State Nursing Facility. Contractor shall be responsible for providing all required wiring, conduit, programs, and hardware for a fully operational system.
Project Description:
The purpose of the project is to replace the existing chilled water piping and pumps with new. The existing valves are to be reinstalled. New undergrade piping is to be installed.
Estimated Length of Project:
June 6,2024 (Substantial Completion) + July 6, 2024 (Final Completion)
Project Description:
BP-2 scope is to provide two new identical Hybrid Style barns (Barn C and D) that contain 100 stalls per barn, for a total of 200 new stalls. Each barn is to have a conventional steel frame, with Pre-Engineered Metal Building components for the reminder of the structure, purlins, metal wall panels, metal roof panels and any miscellaneous framing required to support the roof or wall panels. These include but are not limited to: Roof purlins, base or top angles, wall girts and struts. There will be several rooms constructed at each end of each barn and will be constructed of CMU with a concrete cap over a portion of the spaces. The CMU is to be painted with epoxy paint. Modular stalls shall be provided as per the plans and specifications. The existing transformer is to be relocated for temporary use to serve the new barns and existing barns until the new transformer can be procured as part of this project. New lighting, HVAC, and plumbing is to be provided for each barn as per the contract documents.
Project Description:
The project scope includes replacement of two (2) existing air-cooled chillers with new, replacement / renovation of HVAC control systems at various KCTCS facilities, re-balancing of mechanical systems will be required, and exterior site lighting upgrades at two (2) KCTCS campuses. All KCTCS facilities are part of the Gateway Community & Technical College network and located in Florence KY of Boone County or Edgewood KY of Kenton County.
RFB-31-24 KSFB – Interior Finishes and Lighting for South Stair Access (Freedom Hall)
RFB-31-24 KSFB – Interior Finishes and Lighting for South Stair Access (Freedom Hall)
Estimate:
$157,542.00
Estimated Length of Project:
October 7, 2023 (Substantial Completion) + October 13,2023 (Final Completion)
Project Description:
This project is intended to provide interior finishes upgrades to the recently completed permanent concrete stair project at the south concourse of Freedom Hall. This work is intended to provide the following:
1. Project involves the application of new interior finishes to walls, stairs, walking surfaces and ceilings in the area occupied by the central stair at the south of Freedom Hall. This stair connects the south concourse space to the arena floor below.
2. In addition to new interior finishes in these locations, defining dedicated storage areas to either side of the stair at the arena level with sliding door access as well as fascia treatment to the existing bleacher assembly above the stair is included.
3. Removal of the existing wall-mounted handrails will be required. Re-installation or replacement is needed as indicated in the drawings.
4. New interior finish materials have been chosen for their respective levels of abuse-resistance.
5. A priority (as listed in the Substantial Completion requirements) is the interior finishes, electrical and data infrastructure and installation of new digital monitors on the north wall at the concourse level.
6. A large wall will become exposed by the scheduled demolition of the existing ceiling in the stairwell at the north end of the space. This wall will receive a new GWB treatment and have a digital monitor installed.
7. Swinging doors will be provided at the top entrance point of the stairs to provide security for KEC/Freedom Hall and shall be installed to rest flush with the concourse walls when in the “open” position.
Estimated Length of Project:
June 15, 2024 (Substantial Completion) + July 15, 2024 (Final Completion)
Project Description:
The project consists of the HVAC replacement/upgrade at the Historic Berry Hill Mansion in Frankfort Kentucky. The HVAC system is a geothermal system to minimize the impact to the exterior of the building. Fan coils will be installed within the existing radiator cabinet/casework, where possible, to minimize impact to the interior of the building. Main mechanical equipment and electrical equipment shall be located in the basement.
Electrical work includes installation of new three phase service to support the new HVAC systems. New service includes new ground mounted utility transformer. Work includes replacement of electrical power panels, new dedicated circuits for the former kitchen and former pantry, new exterior power panels for front yard and back yard and new exterior uplighting for the front of the house.
Architectural scopes include stone masonry cleaning, tuckpointing & sealing, stone repair, finish carpentry, downspouts, sealants, plaster patching, painting (interior & exterior), wheelchair lift a concrete paving.
Project Description:
This project will generally consist of the replacement of the existing air cooled chiller along with associated piping. Trades involved include but are not limited to: demolition, HVAC, mechanical, controls, insulation, and electrical.
Project Description:
This project consists of replacement and/or repairs to switchgear in various buildings around the WKCTC Paducah Main Campus. The work generally consists of, but is not limited to, the following: replacement of exterior Mechanical Room doors to meet building code requirements, replacement of switchgear within various buildings on campus, replacement of interior lighting within various Mechanical Rooms, replacement of transformers within Mechanical Rooms to meet building code requirements, installation of engine driven generators for a select few buildings, relocation of some existing water lines to remedy electrical code deficiencies, and installation of sump level controls for alarm notification. The trades involved include, but not limited to, the following: demolition, electrical, general trades, plumbing, plumbing insulation, and building automation.This project consists of replacement and/or repairs to switchgear in various buildings around the WKCTC Paducah Main Campus. The work generally consists of, but is not limited to, the following: replacement of exterior Mechanical Room doors to meet building code requirements, replacement of switchgear within various buildings on campus, replacement of interior lighting within various Mechanical Rooms, replacement of transformers within Mechanical Rooms to meet building code requirements, installation of engine driven generators for a select few buildings, relocation of some existing water lines to remedy electrical code deficiencies, and installation of sump level controls for alarm notification. The trades involved include, but not limited to, the following: demolition, electrical, general trades, plumbing, plumbing insulation, and building automation.
Project Description:
Project involves removing and replacing the shore power electrical distribution system for C Dock. New electrical distributions equipment, shore power pedestals, and cabling shall be provided. All required underwater construction work for electrical distribution shall be provided.
The Halls Building at Kentucky State University is a three-story / three wing dormitory building with a fourth single story student services wing. This project consists of restoring pre-conditioned replacement ventilation air to each of the three 3-story dorm wings. Each wing will be provided with a Rooftop Replacement Air (RRA) Unit located on the roof near the end of the respective wing. The supply air will be fed through the roof, and subsequently through the third and second floors to supply replacement air to the corridors of each floor on each wing. The routing of the duct requires a rated chase around the supply air duct, Fire dampers and comb. Smoke & Fire dampers at each corridor wall penetration. The RRA units require distributing power to a new third floor electrical panel and individual circuits distributed on the roof to the RRA units. Additionally. each RRA rooftop unit requires integration to the existing Building Automation System and interlock with the Life Safety system for RRA and Comb. Fire & Smoke Dampers.
Project Description:
Plumbing improvements include installation of four new electric water heaters, new panel boards and circuits for emergency power. A new potable hot water recirculation loop will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.
Project Description:
The project is located at the Kentucky State Police Training Academy. It is the barn shaped building with the gambrel roof off by itself just down Coffee Tree Road from the KSP training Academy entrance, previously used by the Kentucky Legislative Research Commission. Project consist of recladding the existing office building with new metal roof & wall panels, providing new windows, and a new front porch. All existing roof areas shall have metal roof panels and asphalt shingles removed down to the existing roof sheathing. Repair to wood decking will be required as necessary (by unit price). New roofing will consist of 24 ga roof panels over advanced waterproofing roof underlayment. Remove all existing exterior vinyl siding and fan board down to original exterior wood cladding. All existing exterior cmu & wood walls (at 2nd floor) to be coated with an air barrier prior to new enclosure system consisting of 24 ga. metal wall panels at all walls on galv. hat channels. Provide new rake, fascia, valley, wall, & soffit prefinished metal trims + gutters & downspouts at full perimeter. All PVDF finishes for new metal panel systems, soffit, ceiling, and trims shall have 35-year paint warranty (Kynar-500 paint). Project Includes exterior painting of existing exterior egress stair, hollow-metal doors/frames and exposed concrete foundation. Existing front porch column and roof structure will be demolished and replaced by a prefinished aluminum porch structure. A reinforced concrete mow strip will be placed along the left-side of the building and portions of the rear façade. The existing plant bed on the right-side of the building will be filled in with reinforced concrete to existing curb.
Project Description:
The project consists of updating the Fire Alarm Systems for Denham, Administration, Library, Calvert, Tech. and Science Buildings. New Fiber will connect each Fire Alarm System.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. Remove and replace the Lighting System at the USP&FO Warehouse shall be installed from the existing Panels in Building #120, located at the Boone National Guard Center, which is located at 100 Minuteman Parkway in Frankfort, KY. The contractor shall be responsible for all required demolition and removal of the existing controls. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday or Sunday. A 48 hour notification is required for any outage of the existing Power System. Any damaged utility by the Contractor must be put back into service immediately.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Twin Lakes Drainage Improvement Project Contract No. 2024-009, Budget ID No. C24061, until 10:00 AM, Local Time, Thursday, August 31, 2023, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 418 980 916#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This contract provides for a new 3-foot flat bottom paved ditch, two outlet channel installations within the Twin Lake Subdivision, Section 1. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $100,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The Central Lab Central Utility Plant building houses the chilled water and steam production for the Commonwealth of Kentucky, Centralized Labs.
This project consists of the installation of two Owner Furnished / Contractor Installed, 875-ton centrifugal chillers. Additionally, the project includes replacing three of the Chilled Water System pumps, relocation of condenser water piping and adding a modified chilled water decoupling slip loop, controls and replacement electrical power wiring and conduit.
Due to the placement of the machines and the desire to facilitate better servicing conditions, the project also includes certain architectural modifications, including adding two exterior overhead service doors and associated modifications to panel walls. The addition of exterior service pads for each door is also a requirement.
The main natural gas entrance to the building must also be relocated to accommodate chiller removal.
Since this is a critical operating facility, the work must be implemented in phases to provide continued cooling capabilities to the Labs.
Project Description:
The project is the epoxy flooring overlay of existing terrazzo flooring on two walks of Cellhouse No. 3. The project involves the flooring preparation and overlay installation of seamless epoxy flooring in the Dayroom and cells. Work shall include floor cleaning, grinding and preparing existing surface, epoxy installation and cove bases.
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
Project Description:
The Sam Wright Phase II AML Reclamation Project, with project limits boundaries enclosing approximately 1.0 acres, will create up to approximately 0.5 acre of disturbance. This project will address additional work needed after the completion of the first project. The waste area as designed has some movement. Abatement will be to construct a Class III Rock Toe Buttress to stabilize the old waste area. Also proposed is a concrete ditch that will carry surface water off the slide area and stabilize the hillside. Bituminous Pavement is proposed under this Phase II, as the first project no pavement was placed due to the anticipated Phase II project. This is a replace in kind due to the damage to the pavement under normal reclamation activities. Both Dense Grade Aggregate and Roadway Stone are included as needed for proper access.
Project Description:
The Wendell H. Ford Regional Training Center (WHFRTC) is on reclaimed strip-mine land. Cypress Creek is channelized and flows in a straight pattern through broad floodplains within the WHFRTC, resulting in the loss of diverse aquatic habitat complexes. The project will involve the relocation and restoration of +/- 49,770 linear feet of Cypress Creek and its tributaries using natural channel design principles. The objective of this project is to establish a stable, natural stream pattern and dimension to restore the existing degraded habitat, altered primary physical processes, and destabilized in-stream conditions.
Because of the size and scope of the project, construction will be accomplished in eight (8) phases following a logical sequence of work (see Exhibit 1, Page 2). This bid package is for Phase 1 of the project involving the restoration of 7,100 linear feet of stream and the treatment of 300 acres of invasive plant species. Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; application of herbicide using an unmanned aerial vehicle; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.
Project Description:
Renovation of an existing pre-engineered metal building. The project will consist of various demolition and updates to better suit the College’s needs such as, but not limited to, metal stud framing, painting, acoustical ceilings, doors and hardware, and various MEP upgrades.
Project Description:
HVAC improvements include installation of a Packaged Gas/Dx Rooftop unit for the ALS Bay in Building 415. New ductwork will be installed for Rooftop unit. Gas and Electrical utilities will be extended to new HVAC UNIT.
The Public Service Commission building serves primarily as offices with limited lab space for the operations of Kentucky Public Service Commission.
This project consists of a mechanical systems renovation and modernization of an occupied building. Systems scheduled for renovation, replacement or modernized include but not limited to temperature controls equipment, hydronic piping and components, (2) air cooled chillers, (2) pumps, and other associated devices. The building will remain occupied by the owner and operational during the construction process where a phased approach will be required. Maintaining acceptable building temperature and humidity conditions during construction will be critical where the contractor shall be required to develop a construction schedule that not only allows for the occupied nature of the renovation but also considers the need for stand-by or temporary equipment to meet building temperature and humidity loads, at all times
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Written Location Directions:
Take KY-80 E, turn left onto US-119 N, continue for 19 Miles. Turn left onto KY-292 N for .1miles, then turn right onto KY-292 N. The destination is on the left approximately 3 miles in to KY-292.
Basic Project Description:
The proposed John Stafford AML Reclamation Project, approximately 1 acre total, consists of earth excavation up to 1000 cubic yards, installation of a steel panel permanent debris barrier wall, and installation of subdrain at a residential location in Pike County. The site is located at 82° 13’53.64″ W
37°39’16.02″ N. From Prestonsburg Take KY-80 E, turn left onto US-119 N, continue for 19 miles. Turn left onto KY-292 N for .1 miles, then turn right onto KY-292 N. The destination is on the left approximately 3 miles into KY-292.
Reclamation at the site consists of construction of a Steel Panel Permanent Debris Barrier, (AML 50-20-2), to catch waste and debris behind the residence, install subdrain to divert water away from the residence, and waste removal behind the home. Waste material generated during project construction will
hauled to designated waste site on Money Branch. Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion
control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. No trees greater than 3″ diameter at breast height will require removal at the waste area or outside of the exempt unstable slope at the project site. All disturbed areas will be promptly revegetated at the
end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for “critical” work items. Access to the project site and waste area is via county & state roads, a to-be constructed access road, and a residential driveway and yard. Bituminous repair is set up to restore any damage done to the residential
driveway. Residential seeding is setup to revegetate disturbed areas on the property; other revegetation bid items are setup to revegetate waste area and work site. Allowance for a bat mitigation fee to
compensate for up to ½ acre disturbance to wooded areas with trees >3″ dbh is included in this proposal
Please note the bid date and time has been changed to September 12, 2023, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of CCWQTC Tertiary Filtration Improvements Contract No. 97099 , Budget ID No.
D22213, Drawing Record No. / Sheet No. 1-34, will be received at the office of MSD until 10:00 am, Local Time, August 31,
2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only
at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203.
Description and location of Project:
Replacement of the sand filters and all appurtenances at the Cedar Creek WQTC located at
8605 Cedar Creek Road, Louisville, KY 40291 All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non mandatory pre-bid meeting held for this project. Thursday August 17, 2023 10:00 am local time at the CCWQTC
Operations Administration Building located at 8405 Cedar Creek Road, Louisville, KY 40291.
The Engineer’s Construction Cost Estimate for this project is between $ 10,000,000.00 and $ 15,000,000.00.
The bid documents will be available on Friday August 4, 2023, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong. at steven.leong@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Steven Leong.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
LOCAL LABOR COMMITMENT PREFERENCE: YES
COMMUNITY BENEFITS PROGRAM : YES
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board.
MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer