2022 Currie Blvd Brandon, MB R7A 6Y9 And Thompson, … · 2017-01-24 · ... Realignment of...

23
Invitation to Pre-Qualify General Contractors The City of Thompson WWTP Upgrade and Associated Works Project January 2017 Prepared for: Manitoba Water Services Board 2022 Currie Blvd Brandon, MB R7A 6Y9 And City of Thompson Thompson, Manitoba Prepared by: Stantec Consulting Ltd. 500-311 Portage Avenue Winnipeg, MB R3B 2B9 File No. 111214442

Transcript of 2022 Currie Blvd Brandon, MB R7A 6Y9 And Thompson, … · 2017-01-24 · ... Realignment of...

  • Invitation to Pre-Qualify General Contractors The City of Thompson WWTP Upgrade and Associated Works

    Project

    January 2017 Prepared for:

    Manitoba Water Services Board

    2022 Currie Blvd

    Brandon, MB R7A 6Y9

    And

    City of Thompson Thompson, Manitoba

    Prepared by: Stantec Consulting Ltd. 500-311 Portage Avenue Winnipeg, MB R3B 2B9

    File No. 111214442

  • Invitation to Prequalify General Contractors

    City of Thompson WWTP Upgrade and Associated Works Project

    TABLE OF CONTENTS Part # Description Pages

    Part 1 Terms of Reference TOR-1 to TOR-3

    Part 2 Submission Instructions SI-1 to SI-2

    Part 3 Pre-Qualification Criteria PQC-1 to PQC-6

    Part 4 Signature and Waiver Sheet SWS-1 to SWS-2

    Appendix A: Concept Drawings

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Supply of Sludge Dewatering Centrifuge Equipment Part 1 TERMS OF REFERENCE Page TOR-1 of 3

    PART 1. TERMS OF REFERENCE

    The Manitoba Water Services Board (MWSB) on behalf of the City of Thompson invites interested General Contractors (GCs) to submit relevant qualification information as it relates to the construction of a new Wastewater Treatment Plant (WWTP) and Associated Works Project. It is the intention of MWSB to short-list GCs, through evaluation of the Request for Pre-Qualification (RFPQ) submissions. The Pre-Qualified GCs will then have the opportunity to submit bids for construction of the City of Thompson WWTP and Associated Works Project when this Tender is made available. Due to the complexity of work, MWSB is looking for firms that have previous relevant experience or other directly transferrable experience.

    The City of Thompson (City) is located approximately 740 km north of Winnipeg. The City currently operates two independent wastewater treatment facilities that are dated and requires replacement. Based on the Preliminary and Functional Design by Stantec Consulting Ltd. (Stantec), the construction of a single centralized WWTP and associated infrastructure is proposed. The proposed facility will be constructed in the vacant land, adjacent to the existing WWTP at the end of Nelson Road. Following the successful start-up and commissioning of the proposed WWTP, the existing wastewater facilities will be decommissioned. The project has received funding from the Federal Government and the Province of Manitoba through the New Building Canada Plan. The current opinion of probable construction cost for the proposed works is $33 Million (including taxes)

    The MWSB reserves the right to cancel the Project at any time prior to, or during the Tender process, and not to proceed with construction. Successful pre-qualification does not constitute any commitment by the MWSB. Preliminary Concept Drawings for the proposed works are provided in Appendix A.

    1.1 SCOPE OF WORK

    The scope of work for the proposed City of Thompson WWTP and Associated Works Project generally includes but is not limited to the following works and features:

    1.1.1 General Project Requirements

    a) Supply of all workers, equipment, materials and resources (power, water, gas, etc.) required for construction of the Project.

    b) Work Site laydown (trailers, offices, etc.) and provision of temporary services and facilities for site staff.

    c) Site grading and management of site drainage and groundwater during construction

    d) Start-up, commissioning and performance testing, as applicable, for process mechanical, building mechanical/HVAC, electrical, instrumentation and controls equipment.

    e) Operations and maintenance staff training as required by the specifications.

    f) Submission of operations and maintenance manuals.

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Supply of Sludge Dewatering Centrifuge Equipment Part 1 TERMS OF REFERENCE Page TOR-2 of 3

    g) As built drawings to be prepared / updated throughout the construction period of the project.

    1.1.2 Replacement of Cree Road Lift Station

    a) Excavation of new treatment works

    b) Pre-fabricated fiberglass lift station wetwell with triplex submersible pumps

    c) Associated mechanical, electrical and control systems

    d) Control building

    e) Site Civil and concrete works

    f) Standby generator (exterior unit)

    g) Realignment of forcemains/sewers and tie-ins

    h) New forcemain from the proposed Cree Road lift station to the proposed WWTP site (estimated at 4200 m)

    1.1.3 Proposed WWTP and Associated Works

    a) Excavation of new treatment works

    b) Truck haul wastewater receiving station

    c) Concrete works associated with process tanks and building foundations

    d) Installation of Pre-selected mechanically cleaned bar screen, screening washer /compactor and high efficiency grit removal system

    e) Installation of Pre-selected Sequencing Batch Reactor (SBR) process equipment and associated aeration blowers

    f) Post equalization tanks and associated pumping

    g) Installation of Pre- selected UV disinfection system

    h) Installation of Pre- selected Aerobic digester aeration system and blowers

    i) Installation of Pre- selected Centrifuge and dewatered sludge auger system

    j) Waste Activated Sludge (WAS) and digester sludge pumping systems

    k) Installation of Pre- selected Odour control system (Biofilter)

    l) Plant-wide process mechanical, plumbing, Electrical and Control systems

    m) Process/Operations building including HVAC

    n) New gravity outfall to Burntwood River complete with outfall structure

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Supply of Sludge Dewatering Centrifuge Equipment Part 1 TERMS OF REFERENCE Page TOR-3 of 3

    o) Realignment of forcemains/yard piping and tie-ins

    p) Civil and Siteworks

    Note: Decommissioning of the existing Cree Road Lift Station, existing WWTP and the Aerated

    Lagoon is not included in the scope of work.

    1.1.4 Additional Requirements

    The execution of this proposed WWTP project presents several challenges which include:

    a) Project staging to ensure that the existing WWTP and the Aerated Lagoon remains operational throughout the Project duration.

    b) Coordination with Citys Utility and Plant Operations staff for shutdowns required for critical tie-ins

    c) Phased approach to accommodate multi-discipline activities within the same area

    d) Consideration for delivery of long lead equipment to fit within the constraints of the project schedule

    e) Start-up sequencing to ensure plant performance and compliance

    f) Working adjacent to residential area and undertaking in-stream works

    1.2 DEFINITIONS

    For the purposes of this document, the terms in quotation marks listed below have the following meanings:

    RFPQ means the Request for Pre-Qualification

    The City means City of Thompson

    The Owner means The Manitoba Water Services Board (MWSB)

    General Contractor or Contractor means potential Contractors who are determined to be qualified to complete the work required for successful completion of the Project through the RFPQ process, and are pre-qualified to be eligible to bid at the time of Project Tender.

    Evaluation Committee mean selected individuals from MWSB, City of Thompson and Stantec Consulting who will evaluate the Request for Pre-Qualification submissions.

    Project means the construction of the City of Thompson WWTP and Associated Works Project, including but not limited to the project scope items identified in Section 1.2. The project scope may change during the course of design prior to the closing of Tender.

    Site means the lands on which the Project will be constructed.

    END OF SECTION

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 2 SUBMISSION INSTRUCTIONS Page SI-1 of 2

    PART 2. SUBMISSION INSTRUCTIONS

    2.1 SUBMISSION OF PRE-QUALIFICATION DOCUMENTATION

    a) The Owner will accept submissions via email with hard copies to follow. Direct email to Robin Lytle at [email protected] and c.c. to Tracy Singleton at [email protected].

    b) Submit three (3) hard copies of the response with one (1) hard copy clearly marked Original and the others clearly marked Copy; along with one (1) electronic copy submitted on a CD in a Microsoft Word or PDF format. If there are any differences between the hard copy and the e-mail/electronic copies, the hard copy marked Original will prevail.

    c) The hard copies of the Pre-qualification document shall be submitted in a sealed envelope and be clearly marked as follows:

    Invitation to Prequalify General Contractors

    City of Thompson WWTP Upgrade and Associated Works Project

    Attention: Robin Lytle, Construction Manager

    The Manitoba Water Services Board Unit 1A - 2010 Currie Boulevard Brandon, Manitoba R7B 4E7

    d) Name and address of firms submitting the proposal must be on outside envelope.

    e) Proposal must be written in English.

    f) Each Respondent is solely responsible for ensuring that their submission is received before 2:00 PM Brandon time, Friday, February 10, 2017.

    g) Late proposals received will not be considered regardless of the reason for their being late.

    h) The MWSB will not accept faxed responses.

    i) The Request for Pre-Qualification (RFPQ) submissions will not be opened in public.

    2.2 QUESTIONS AND CLARIFICATIONS

    a) All requests for clarification and questions regarding this Request for Pre-Qualification (RFPQ) must be submitted in writing via email to Robin Lytle at [email protected]. All questions or clarifications must be specific to this RFPQ and must include references to a specific section or schedule and item number.

    b) If MWSB, in its sole discretion determines a response or clarification is warranted, a

    mailto:[email protected]:[email protected]:[email protected]

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 2 SUBMISSION INSTRUCTIONS Page SI-2 of 2

    response will be published in writing and included as an addendum to this RFPQ prior to the closing date. The official response to all questions will be considered final. This will ensure accurate, consistent responses to all Respondents. Only the written responses from MWSB will be considered official and binding on this RFPQ.

    c) Through Addendum, the MWSB may:

    i. revise, delete, add to or substitute any part of the Request for Pre-qualification;

    ii. extend the Closing Date; or

    iii. provide clarifications or interpretation of the RFPQ document.

    d) No oral explanation or interpretation by MWSB shall modify any of the requirements or provisions of the RFQF.

    e) The deadline for asking questions in writing, regarding the RFPQ is Tuesday,

    February 7, 2017.

    2.3 PRE-QUALIFICATION NOTIFICATION

    a) The MWSB shall have sixty (60) days from the Closing Date to notify the Respondent of pre-qualification results.

    b) The MWSB will notify all Respondents of their pre-qualification pass or fail result.

    END OF SECTION

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-1 of 6

    PART 3. PRE-QUALIFICATION CRITERIA

    3.1 GENERAL

    The information requested in this Pre-qualification document is to assist the Evaluation Committee in determining your companys abilities, strengths and competencies in meeting the MWSB/Citys needs for the proposed Thompson WWTP Upgrade/Expansion project as outlined in Section 1. The Committee will evaluate all Pre-qualification submissions according to the Evaluation Criteria and may use the evaluation results to short-list GCs that are most qualified to further participate in this project. An evaluation team will insure compliance with mandatory criteria. The review will be restricted to the criteria contained in this section of the RFPQ.

    3.2 CONFIDENTIALITY OF REVIEW

    The review process is confidential, and no details will be released to other Respondents.

    3.3 CRITERIA COMPLIANCE

    Each Submission will be reviewed for compliance with the mandatory criteria of this RFPQ. Mandatory Compliance will be determined on a simple pass/fail basis.

    Any Submission not complying with mandatory criteria will be considered non-compliant and may not receive further consideration.

    A Potential General Contractor which receives a Pass on all Pass/Fail criteria will be scored by the Evaluation Committee using Evaluated criteria listed in table below.

    A minimum total score of 600 is required to be eligible for pre-qualification.

    The criteria for this RFPQ are:

    ITEM # MANDATORY CRITERIA DESCRIPTION PASS FAIL

    1 Submissions received by MWSB as per the Instructions for

    Submitting

    2 Executed Signature and Waiver Sheet

    3 Proof of financial standing and stability Bonding

    (see Clause 3.4.3 for criteria description)

    4 Tendering Requirements

    EVALUATED CRITERIA DESCRIPTION Weight Rating SCORE

    1

    Experience with water or wastewater treatment plant

    construction as proposed for the Thompson WWTP

    project within the past ten (10) years

    (see Clause 3.5.1 for criteria description)

    70

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-2 of 6

    2

    Experience with start-up and commissioning of

    operating water or wastewater treatment plants in the

    past ten (10) years in Canada

    (see Clause 3.5.1 for criteria description)

    35

    3

    Scheduling meeting timelines, managing sub

    trades and critical path (see Clause 3.5.2 for criteria

    description)

    50

    4

    Proposed key project personnel with experience on

    relevant projects

    (see Clause 3.5.3 for criteria description)

    25

    5 Claims under dispute

    (see Clause 3.5.4 for criteria description) 20

    TOTAL (maximum possible score = 1,000)

    3.4 MANDATORY CRITERIA DESCRIPTIONS

    3.4.1 Submissions Received as per the Instructions for Submitting

    Ensure all requirements of Instructions for Submitting Pre-Qualification are met.

    3.4.2 Executed Signature and Waiver Sheet

    Ensure Waiver Sheet is filled out as requested and all other requirements of Signature and Waiver Sheet are met.

    3.4.3 Proof of Financial Standing and Stability

    Provide documentation from a Canadian surety licensed to do business in Canada which demonstrates the Potential Contractor meets the following requirements:

    Available Bonding capacity of minimum $35 million (individual project limit)

    If bonding capacity is not equal to or greater than specified the Potential Contractors submission will not be considered further.

    3.4.4 Tendering Requirements

    Tendering Requirements (see site for requirements: www.gov.mb.ca/tce/capitalprojects/ ) Policy contractors working on major capital projects in Manitoba have to have a valid Certificate of Registration (COR or SECOR), or equivalent, for a safe workplace that meets national standards and declare they will comply with specific Acts and regulations including:

    Workplace Health & Safety Act

    Employment Standards Code

    Construction Industry Wages Act

    http://www.gov.mb.ca/tce/capitalprojects/

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-3 of 6

    Apprenticeship and Certification

    Note: Visit Construction Safety Association of Manitoba www.constructionsafety.ca/ or Manitoba Heavy Construction Association (www.mhca.mb.ca/) for equivalency.

    Provide documentation for Safe Workplace Certification and also provide information on Company Health and Safety Program that meets Tendering Requirements. See www.constructionsafety.ca/. Submit additional information on the following:

    i. Do you maintain files on accident reports?

    ii. Do you submit reports to the Workers Compensation Board for all lost time, medical aid and other legislated accidents/incidents? Submit letters of good standing from Workers Compensation Board.

    iii. Do you report accidents requiring medical attention?

    iv. Has your company sustained any critical injuries and, if so, how many over the last five years?

    v. Did you report these critical injuries to the Workers Compensation Board ?

    vi. Has your company sustained a fatality; if so, how many?

    3.5 EVALUATED CRITERIA DESCRIPTIONS

    The following statements will be used to evaluate and rate the quality of responses for the criteria listed in this section.

    This rating will be multiplied by its weight to sum a final score for the Proponent. A rating of 1 or 2 in any category may result in disqualification of the applicant.

    Rating Description

    5 Exceeds Expectations, Proponent clearly understands the requirement, excellent probability of success

    4 Somewhat Exceeds Expectations, high probability of success

    3 Meets Expectations, Proponent has good understanding of requirement. Good probability of success

    2 Does not meet expectations, demonstrate understanding of the requirements, low probability of success

    1 Non-compliant, response indicates complete misunderstanding of the requirements, no probability of success.

    http://www.constructionsafety.ca/http://www.mhca.mb.ca/http://www.constructionsafety.ca/

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-4 of 6

    3.5.1 Demonstrated Construction Experience (Criteria 1 and 2)

    The Potential Contractor is required to submit proof of experience acting as the General Contractor in construction projects of the following nature:

    a) Experience with large water or wastewater treatment plant construction in the last ten (10) years in North America, of construction value greater than $15 million per project. Provide a minimum of three (3) and maximum of five (5) projects in chronological order, starting with the most recent project first.

    b) Experience with start-up, commissioning and operating water or wastewater plants in the last ten (10) years, of construction value greater than $15 million per project. Provide a minimum of three (3) and maximum of five (5) projects in chronological order, starting with the most recent project first.

    c) Identify if any of these projects involved MWSB as an Owner.

    d) Construction experience in cold weather conditions are preferred.

    One project may be used to demonstrate experience with multiple criteria. Include a reference table correlating each project to the selection criteria. Each project profile shall include:

    a) Name and location of project

    b) A description of the project in a manner that demonstrates its relevance of one or more of the criteria (Items 1 2)

    c) Tender amount

    d) Final cost

    e) Targeted completion date at the time of tender

    f) Construction completion date (or, if in progress, projected completion date)

    g) Construction safety record for this project

    h) Client contact who can verify the information provided (name, title, organization, address, phone number, fax number, e-mail).

    Each project profile shall not exceed two (2) letter size sheets.

    3.5.2 Scheduling Meeting timelines, managing sub trades and critical path

    Briefly describe the scheduling methods used by your company. In particular, describe the software used and procedures followed for presentation, monitoring, and updating of the schedule and identifying the critical path.

    Provide a graphic sample of a schedule developed for a previous project, including copies of the schedule as it was updated.

    Describe typical methods you might use to compress the overall length of construction in order to meet a tight deadline.

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-5 of 6

    Provide a description of your companys approach to planning and executing plant shutdowns and contingency plans that would be put in place if the work planned during the shutdown period cannot be completed within the time limitations.

    Describe how your Company/organization plans to manage your various sub-trades for the proposed Thompson WWTP Upgrade/Expansion Project. Provide Client References from Projects cited above to demonstrate this requirement.

    3.5.3 Experience of Key Personnel

    Provide a list of key personnel, specifically the Project Manager and Superintendent, who are proposed to be assigned to execute the City of Thompson WWTP Upgrade/Expansion and Associate Works construction.

    Points will be awarded for Proponents who can demonstrate the experience of their key personnel on the projects listed in Section 3.5.1 or of projects meeting the criteria of Section 3.5.1 however if held with a previous firm. No points will be awarded if the key personnel cannot demonstrate water or wastewater treatment construction experience per the criteria of Section 3.5.1.

    Identify experience of the proposed personnel in their identified roles on the following types of projects:

    Large water or wastewater treatment plant construction in the last ten (10) years, of construction value greater than $15 million per project;

    Retrofit construction, start-up, commissioning and operating water or wastewater plants in the last ten (10) years, of construction value greater than $15 million per project.

    Clearly identify role of each team member on projects relevant to above criteria.

    3.5.3.1 Key Personnel Changes

    Key Personnel changes by the successful Proponent will require written approval from The MWSB prior to any such change, which approval The MWSB may withhold in its sole discretion. The qualifications and experience of the proposed resource change must be equivalent to or better than the resource proposed on the Proposal received.

    The MWSB reserves the right, in addition and without prejudice to any other right or remedy, to immediately terminate the agreement as a result of the failure to comply by the successful Proponent.

    3.5.4 Claims Under Dispute

    Advise of any legal disputes, claims, lawsuits or other proceedings to resolve disputes that the firm is currently involved in or are scheduled for litigation. Identify potential liability for each dispute. Five (5) points will be deducted for each current claim, lawsuit or legal dispute.

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 3 PRE-QUALIFICATION CRITERIA Page PQC-6 of 6

    3.6 CONTACT INFORMATION

    Provide the following information:

    Legal Name of Applicant Firm.

    Address of Firm.

    Firm Information: organization (e.g., corporation, partnership, sole proprietorship etc.), year organized, and number of current employees.

    RFPQ Contact Person: the individual to be contacted for any clarifications concerning the pre-qualification submission (name, title, phone number, email).

    END OF SECTION

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 4 SIGNATURE AND WAIVER SHEET Page SWS-1 of 2

    PART 4. SIGNATURE AND WAIVER SHEET

    .1 The Respondent hereby acknowledges that prior to submitting a Pre-Qualification for this

    project, the Respondent has thoroughly reviewed in order to be familiar with and certain

    as to, all of the terms and conditions set out in the Request for Pre-Qualification

    documents, including Addendum/Addenda No. ___ to ___ inclusive.

    .2 The terms of this document are severable from one another, and the invalidity of any one

    or more paragraphs in this document, will not affect the validity of the other paragraphs.

    .3 The Respondent hereby acknowledges it has thoroughly reviewed and understood all the

    terms and conditions of the Request for Pre-Qualification (RFPQ) which include those

    contained in the Terms of Reference, Submission Instructions, Qualification Criteria and

    the Appendices contained herein.

    .4 By signing this sheet, I confirm I have the full authority to represent the Respondent in all

    matters relating to the Pre-Qualification, and I confirm that the Respondent agrees to be

    bound by all the Terms and Conditions.

    .5 The undersigned hereby acknowledge and represent that the information set out in this

    form is accurate as of the date of signing. Where the Pre-qualification is submitted by a

    Corporation, it must be signed by a duly authorized officer of the company.

    .6 Permission to do a search for any Legal Liabilities.

  • Invitation to Prequalify General Contractors City of Thompson WWTP Upgrade and Associated Works Project Part 4 SIGNATURE AND WAIVER SHEET Page SWS-2 of 2

    Name of Business Entity

    Complete Address:

    Phone

    Mobile Phone

    Fax

    Email

    Website

    Respondent Signature

    Affix Corporate Seal:

    Title

    Printed Name

    Date

    Note: A seal is a preferred element of the signing of a submission. However if the corporation or other legal entity making the submission does not have a seal or if it is not available, the corporation or entity should provide reasonable documentation to confirm the printed name and position of the person or persons signing, and also to confirm that such person or persons signing on behalf of the entity has or have authority to bind the entity. Affidavits of authority and execution will normally constitute reasonable confirming documentation.

    Without limiting the preceding paragraph but for further clarity, if the corporation or other legal entity does not have a seal or if it is not available:

    For a corporation or other business association, the printed name and position of the person or persons signing together with an affidavit of execution and an affidavit of authority should be completed and submitted,

    For an individual or sole proprietorship, the printed name and position of the person signing together with an affidavit of execution should be completed and submitted.

    END OF SECTION

  • APPENDIX A

    Concept Drawings

  • W. DEANLEITH

    The Contractor shall verify and be responsible for all dimensions.DO NOT scale the drawing - any errors or omissions shall bereported to Stantec without delay.The Copyrights to all designs and drawings are the property ofStantec. Reproduction or use for any purpose other than thatauthorized by Stantec is forbidden.

    Copyright Reserved

    Client/Project

    Drawing No.

    Project No.

    Title

    Permit-Seal

    Issued

    Revision

    By Appd YYYY.MM.DD

    Sheet

    of

    Revision

    Scale

    By Appd YYYY.MM.DD

    Notes

    www.stantec.com

    ORIGINAL SHEET - ISO E1 (762x1066.8)

    File Name:

    12345

    A

    B

    C

    D

    E

    0

    Dwn. Chkd. Dsgn. YYYY.MM.DD

    1 : 1

    3/4/

    2 016

    11:

    44:3

    9 A

    M

    CITY OF THOMPSONWASTEWATER TREATMENT PLANT UPGRADESAND ASSOCIATED WORKSMWSB 1265

    3D VIEWS

    AE-901

    111214442

    Thompson, MB Canada

    ISSUED FOR 66 % REVIEW MI DL 2015.12.04ISSUED FOR 95 % REVIEW MI DL 2016.02.05ISSUED FOR TENDER MI DL 2016.03.04

    17 17

    Stantec Consulting Ltd.

    Revit

    Serv

    er:\

    \000

    0000

    00\ E

    NTER

    _PAT

    H

    500311 Portage AvenueWinnipeg MB MB R3B 2B9Tel: (204) 489-5900 Fax: (204) 453-9012

    arch_bld_cot_wwtp_14442.rvt MI DL DL 2015.10.26

    AE-9011 AERIAL PLAN VIEW

    AE-9012 MAIN ENTRANCE VIEW

    AE-9013 SOUTH EAST VIEW

    3 DIMENSIONAL (3D) VIEW DISCLAIMER:3D VIEWS ARE VISUAL REPRESENTATIONS OF THE PROJECT AND MAY NOT CONTAINALL ELEMENTS REQUIRED FOR CONSTRUCTION. 3D VIEWS ARE FOR GENERALREFERENCE ONLY. 2 DIMENSIONAL (2D) CONTRACT DRAWINGS AND SPECIFICATIONSGOVERN.

  • Cover Page_GC SpecTable Of Contents_GCrpt_Part_1_GC_RFQ_20151102rpt_Part_2_GC_RFQ_20151102rpt_Part_3_GC_RFQ_20151102rpt_Part_4_GC_RFQ_20151102Appendix ABinder1cov_app_AC-102AE-901SheetsAE-901 - 3D VIEWS

    DI-004D-101D-102D-901

    Appendix A