Mechanical: Remove completely the existing central air handling system, supply ductwork, and electric duct heaters. Provide new DX heat pump split systems and new supply ductwork to heat/cool the building. Replace rooftop restroom exhaust fans and provide a new IT room ductless mini-split system.
Electrical: Replace all interior lighting with new LED light fixtures and occupancy sensing lighting controls. Replace acoustic lay-in ceiling throughout the building to accommodate duct and equipment installation. Also, replace the existing central fire alarm system with a new addressable type central fire alarm system, including new audible & visual notification devices.
City of Bradfordsville – Sidewalk Replacement and Storm Sewer Upgrades
City of Bradfordsville – Sidewalk Replacement and Storm Sewer Upgrades
This contract consists of installing approximately 450 L.F. of 24” HDPE Storm Sewer, 35
L.F. of 18” HDPE Storm Sewer, 16 L.F. of 12” HDPE Storm Sewer, and all other
necessary appurtenances including 8 associated drop boxes and 1 headwall. Also, if
funds allow, included in the project is the removal and replacement of roughly 340
square yards of concrete sidewalk and the construction of 77 L.F. of concrete paved
ditch.
This project consists of the removal and replacement of existing roof systems on 5 separate buildings. All areas are to be demolished down to the existing roof decks and replaced. New shingle roofs will be applied to buildings 20 & 78; new 2-ply modified bitumen membrane roofs will be applied to buildings 31, 33, & 48.
New Shingle rooves will have ice & water at all penetration flashings & at area perimeters which shall extend over rakes & eaves. All new metal flashings & edging will be of pre-finished material.
New 2-ply mod-bit rooves will be over 2 layers of 2.2” rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. New coping cap, expansion joint, & control joint flashings shall be pre-finished metal and installed at existing locations. New waterheads, downspouts, & splash pans/splash blocks shall be provided where downspouts do not empty into drain boots.
This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
The Kentucky VA Cemetery West Columbarium Expansion is located at the existing Veterans Administration Cemetery in Hopkinsville, Kentucky at 5817 Ft. Campbell Blvd, Hopkinsville, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 900 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.
The Kentucky VA Cemetery Central Columbarium Expansion is located at the existing Veterans Administration Cemetery in Radcliff, Kentucky at 2501 North Dixie Boulevard, Radcliff, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 1,120 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.
At Greenbo Lake State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
At Yatesville Lake State Park Campgound- site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing bath house.
Project shall include the replacement of the kitchen hood exhaust fan and the associated ductwork. The hood and exhaust louver shall remain for reuse. Existing hood controls shall be reused to enable exhaust fan.
Construction of wastewater treatment plant improvements and site improvements. Scope includes electrical upgrades, screening structure and mechanical screen with isolation gates, aerators for the oxidation ditch, concrete clarifier splitter box with weir gates, two secondary concrete clarifiers with rotating mechanisms and telescoping valves, concrete UV disinfection equipment and structure with effluent weir, backfill lagoons, control building, site work, RAS/WAS pump station and valve vault, scum pump station and valve vault, and temporary storage and/or treatment of wastewater during oxidation ditch improvements.
Building 400: The restrooms are receiving architectural finish upgrades, new restroom accessories and partitions. Plumbing fixtures and light fixtures will be replaced.
Building 401: The restrooms are being reconfigured and modernized. Existing exhaust air, supply air, lighting, and power systems will be modified to accommodate the new floor plan. New plumbing fixtures, bathroom accessories, partitions and finishes will be provided in each restroom. Provide new floor finishes, new base and wall finish as indicated on plans.
Building 406: Plumbing scope is limited to temporarily removing and then reinstalling floor mounted fixtures to accommodate new architectural flooring. Demo existing floor finishes and resilient base on both floors and replace with new epoxy floor and lvt flooring and resilient base as indicated on plans.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Kavanaugh Road Pump Station Elimination, Contract No. 17066, Budget ID No. H09171, Drawing Record No. / Sheet No. 17066/1-32, until 10:00AM, Local Time, Tuesday, June 3, 2025, 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: 512 800 989#.
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 project provides for the construction of installation of approximately 1,390 linear feet of 8-inch sewer; 1,100 linear feet of 12-inch sewer, 230 linear feet of 15-inch sewer; 5,360 linear feet of 18″ sewer; 1,170 linear feet of 21-inch sewer; 39 sanitary manholes; erosion prevention and sediment control; stream restoration; decommissioning of the Kavanaugh Road Pump Station; and appurtenant work. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held on Microsoft Team for this project. 10:00 AM, Tuesday, May 13th, 2025.
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 Taylor Friesz. 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 ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal 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 $200,000 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 MSE/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: check applicable below
Construction Services:
Construction-related Services:
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
Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation
Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation, Contract No. 17272, Budget ID No. D17039, Drawing Record No. / Sheet No. 17272, until 11 A.M., Local Time, June 5, 2025, 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: 545 636 595#.
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 project includes demolition of equipment in the OGA Courtyard, replacement of existing process equipment located within eight (8) DAFT tanks, replacement of piping (process water/ sludge recycle suction/discharge) and valves in the Pump Room, replacement of sludge recycle pumps in the Pump Room, replacement of existing polymer day storage tanks and polymer batch storage tank, modification to polymer piping to provide flushing connections within Polymer Room to minimize clogging, replacement of polymer discharge pumps in the Polymer Room, replacement of polymer dilution skids in the Polymer Room, structural improvements to DAFT tanks, addition of an odor control system in the DAFT Tank area, architectural improvements such as replacement of existing aluminum handrails in DAFT Room and improvements to existing doors in the project area, electrical improvements such as demolition and replacement of existing MCC-P11 and associated electrical improvements to replaced process equipment, I&C improvements such as demolition and replacement of existing PLC panels in Polymer Control Room, replacement of eight rotameters with magnetic flowmeters located in the Polymer Room, and HVAC improvements such as replacement of ductwork, diffusers, grilles, insulation in the project area, together with all associated and appurtenant work as shown as in the Contract Documents. The project is located at Morris Forman WQTC at 4522 Algonquin Parkway, Louisville, KY 40211 All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will be held at Morris Forman WQTC Administrative building located at 4522 Algonquin Parkway, with site walk to follow at 9:00 A.M., Local Time, May 15, 2025.
The Engineer’s Construction Cost Estimate for this project is between $16,500,000.00 and $20,500,000.00.
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 Caleb Priddy. 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 five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal 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 $200,000 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 MSE/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: check applicable below
Construction Services: x
Construction-related Services:
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
Project Description: The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage improvements, and site grading and restoration work.
Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into the bedrock. A Contractor designed temporary bracing and/or monitoring system is required. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection.
Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.
The Kentucky State Police is proposing to build a new communications tower site named 0805 Pine Ridge. The new structure will be a 250’ tall latticed steel self-supporting tower designed to accommodate a future 50’ extension. The tower site will require a new equipment shelter, generator, and propane tank.
This project involves installing structural foundations, erecting the new tower, installing all necessary site components, and completing all exterior improvements per the project drawings. The new tower steel and hardware, equipment shelter, generator, and automatic transfer switch (ATS) will be provided by the Kentucky State Police. The contractor is responsible for the transportation and delivery of all site components to the project location. The contractor is responsible for the coordination of delivery and receipt of the new tower steel and hardware from the tower manufacturer.
The project also includes the demolition of a self-supporting tower in the same location of the new tower site and the demolition of a guyed tower and compound at a different site location. These demolition efforts cannot begin until the Kentucky State Police successfully installs their communication equipment on the newly erected tower.
The expansion of the Elizabethtown Community and Technical College Leitchfield campus will
construct a new single story, standalone 16,733 SF building directly west of the current sole campus building.
This new facility will house Industrial Maintenance Labs, Nursing and Health Science Labs, new classrooms and an open office administration suite with a workroom and conference room.
Exterior wall construction will consist of loadbearing CMU and structural steel on reinforced concrete stem wall and spread footings. Spray foam insulation with brick and metal wall panel comprise the exterior skin of the building. The roof system will be 2-ply SBS roofing over low-slope tapered polyiso insulation board to internal roof drains on level roof structure. Interior walls will be a combination of CMU bearing walls and metal stud with gypsum board. Flooring will be a combination of VCT, sealed concrete and ceramic tile flooring. Ceilings will be primarily acoustic lay-in tiles accented by gypsum board soffits and bulkheads.
Heating and cooling are provided by water source heat pumps supported by boilers and a fluid cooler. Ventilation is provided by a dedicated outside air unit. Domestic hot water is provided by a gas water heater.
The project consists of 1. The removal of 68 existing detention windows, including masonry at lintels, flashing, and steel lintels at window heads., 2. Installation of new detention windows, including new masonry to match the existing, new flashing, and new steel lintels at new windows., 3. Repair of damaged edges of concrete wall panels & 4. Applying water repellant coating to removed/ replaced masonry at window replacement areas.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
Drainage from pre-law mining has lubricated a hillside and caused a slide at a site in Perry County, Kentucky. A combination of excavation and drainage controls will be implemented to remedy this issue. The project site (approximately 2.9 acres total with an expected 2.0 acres of disturbance) is located at 37.323053° N, 83.250232° W. The physical address is 325 Harvey Lane, Hazard, KY 41701 and is located off KY-15. Within the unstable area, a total of 1.0 acres of trees will be disturbed. Within the stable areas, a total of 0.5 acres of trees will be disturbed. The waste area (total area approx. 3.6 acres with an expected 2.0 acres of disturbance) is approximately 4.0 miles from the project area and is located at the following coordinates: 37.301001° N, 83.228472° W. It is a waste area that has been utilized for previous AML projects. If required, AML will elect to make a voluntary payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
This project is a one for one lighting replacement of the Webber Building on the Department of Criminal Justice Training Campus. In the Webber Building, all existing light fixtures will be replaced with new LED light fixtures. Some ceiling grid rework will be required.
This project includes the removal of an existing foam system over concrete deck on the Hopkinsville Community College Academic Building and the installation of a new roofing system. The new system will consist of a modified bitumen roofing system over wood fiber cover board and 4″ of rigid insulation on top of the existing concrete roof deck. Additionally, the existing solar array is to remain in place during construction and flashing details incorporate the solar array connection points into the roofing system accordingly.
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
Site # 1&2
Starting at the London AML office located at 85 State Police Road, take I-75 South for 30.1 miles then take Exit 11 towards Williamsburg/KY-92E. Take left off exit ramp onto HWY 92W. Travel 0.3 miles and turn left onto S HWY 25 then travel 0.6 miles to stop light. Turn right onto HWY 92E towards Pineville. Travel 9.2 miles and turn left onto Maple Creek Road. Travel approximately 0.2 miles and turn right into the driveway located at 100 Maple Creek Road. To access Site #2, drive just past this driveway and keep right. Follow dirt path to pond.
Latitude: 36°45’43” Longitude: 84°3’10”
Site # 3
Starting at the London AML office located at 85 State Police Road, take I-75 South for 30.1 miles then take Exit 11 towards Williamsburg/KY-92E. Take left off exit ramp onto HWY 92W. Travel 0.3 miles and turn left onto S HWY 25. Travel 0.6 miles to stop light and turn right onto HWY 92E towards Pineville. Travel 5.4 miles and turn left onto Bunches Creek Road and travel 0.7 miles. Take first and second driveways on right to residences located at 760 Bunches Creek Road, Williamsburg.
Latitude: 36°45’11” Longitude: 84°6’13”
The Project will upgrade the building automation system in Central State Hospital Units 201A through 201H, 201J, and 201K, a total of ten contiguous Units located in the Main Hospital. The work of the Project involves removal of the existing pneumatic BMS system and above ceiling VAV units. Upgraded system components include BMS front-end, DDC controls, terminal units, DOS thermostats and all associated wiring, hardware, raceways, and programs for a fully operational building automation system. All work of the Project must be performed in accordance with the ICRA guidelines established by CHS. Work must be coordinated with CSH and performed within the work periods established by CHS.
This project intends to repair and stabilize the deteriorating exterior of the dorm units at Northpoint Training Center. Work will include replacing spalled and missing masonry, repairing vertical cracking and step cracking with helical ties, removing unstable masonry, and replacing with new masonry using a new mechanical tie-back system. All masonry will be cleaned and coated in a water repellant. Window repairs will include removing and installing new sealant and replacing deteriorated stone windowsills with new where specified. In addition, window metal security grates will be removed, repainted, and reinstalled with new fasteners after repairing any related masonry damage.
The Kentucky State Police, Post 11, Building Renovations project is being undertaken to extend the usable life of the building and to maintain the weather resistance. The existing roof assembly is a modified bitumen on a single slope, surrounded by parapet walls. The existing scuppers have no crickets to direct the water flow. Scuppers extend beyond the face of the parapet and daylight at the roof level where storm water drops to a concrete splash pad at grade.
The roof will be replaced with a new SBS modified bitumen roof assembly, cover board, and insulation. The building will also receive new scuppers (at new locations), conductor heads, downspouts, metal coping and accessories such as a roof access ladder.
The façade is showing many signs of decay, as there are many visible areas of cracking in the brick and signs of attempted repair with sealant and/or spray foam. The building has exposed steel beams around the façade that are showing signs of early deterioration. The masonry above the steel beams will be removed to install new through-wall flashing and reconstructed from the salvaged masonry. The remaining damaged masonry will be repaired, and the exposed beams are to be cleaned, painted with anti-corrosion paint (exterior and interior). The exposed exterior of the beams are to be covered with an insulation and metal panel wall assembly. The building is also to receive new storefront windows (ballistic Level 3 rating) and masonry infill of the existing garage doors to better accommodate the needs of the user group. Finally, all the existing and repaired masonry is to be painted with breathable, exterior-grade masonry paint.
Demo entrance area including cladding, trims, door, stoop and replace with new.
Demo steps and add new steps, ramp.
Demo wall between the bathroom and the office to renovate the (2) spaces into a new ADA bathroom with new finishes, fixtures & accessories.