Full Title: Professional Consulting Services for Design and Constructions Services for Brady Road Resource Management Facility - Waste Disposal Cell 36
D5. SCOPE OF SERVICES
D5.1 The Services required under this Contract shall consist of the design and construction
services for a perimeter access road and new waste disposal cell (Cell 36) at the Brady Road
Resource Management Facility including the following:
(a) Project Management
(b) Geotechnical Investigation
(c) Waste Disposal Cell – Preliminary Design/Excavation Limits
(d) Leachate Collection System Expansion
(e) Perimeter Access Road - Design & Tender
(f) Construction Contract Administration – Perimeter Access Road
(g) Waste Disposal Cell - Design & Tender
(h) Construction Contract Administration – Waste Disposal Cell
(i) Post Construction Services
D5.1.1 Project Management
(a) Provide project management services to ensure that this project is delivered within the scope
of work presented in this RFP.
(b) Preparation of agenda and minutes for all meetings. The following meetings should be included
at a minimum:
(i) Project Initiation
(ii) Geotechnical Planning
(iii) Geotechnical Reporting, and impact on design of Cell 36
(iv) Waste Disposal Cell 36 preliminary design – excavation limits
(v) Perimeter Access Road Design (2 meetings) –detailed and final design
(vi) Perimeter Access Road Construction – Pre-Award
(vii) Perimeter Access Road Construction – Project Initiation
(viii) Perimeter Access Road Construction (10 meetings) – bi-weekly site meetings
(ix) Waste Disposal Cell Design (2 meetings) –detailed and final design
(x) Waste Disposal Cell Construction – Pre-Award
(xi) Waste Disposal Cell Construction – Project Initiation
(xii) Waste Disposal Cell Construction (15 meetings) – bi-weekly site meetings
(xiii) Project Close-out Meeting
(c) Monthly project progress reports, including Earned Value Management (EVM) methodology.
D5.1.2 Geotechnical Investigation
(a) Conduct a geotechnical investigation to assess subsurface conditions, classifying and
understanding the characteristics of the in situ soils and provide recommendations for perimeter
access road and cell development and design. The investigation shall include:
(i) field investigation (drilling program) and laboratory analysis (soil testing) to
characterize perimeter access road and Cell 36 soils for correlation to relevant waste disposal
cell design engineering properties.
(ii) geodetic survey documenting field investigation.
(b) The geotechnical investigation should be a maximum of one (1) day of drilling onsite.
(c) Prepare a geotechnical summary report, including:
(i) Cell 36 clay thickness (isopach) map, specifically seeking lenses or seams of unsuitable
(silt) soil within the cell berm and floor and access road alignments.
(ii) Recommended waste disposal cell liner design
(iii) Recommended roadway base structure design D5.1.3 Waste Disposal Cells -
Preliminary Design
(a) Based on the Area B Preliminary Design Report, advance the Preliminary (~60%)
Design for the Cell 36, to meet the following objectives:
(i) maximize waste disposal capacity
(ii) facilitate operational efficiencies
(iii) minimize construction costs
(iv) minimize leachate generation and optimize leachate collection
(b) Incorporate existing infrastructure (landfill gas system, leachate tank and associated
underground infrastructure) in the preliminary design;
(c) The waste disposal cell shall accommodate approximately two (2) years of disposal capacity.
(d) Develop cell excavation coordinates to allow the City to complete cell excavation in the
winter months (December 2026 – February 2027) to within 1 metre of final design grades.
(e) Soil balance calculations shall be completed, with consideration towards on going operations
in Area B (e.g. daily, intermediate, and final cover)
(f) Preliminary design drawings shall be completed for discussions with the regulator.
D5.1.4 Leachate Collection System
(a) Prepare design drawings and specifications for the construction/installation of leachate
collection system piping, manhole, and lift station around the perimeter of Cell 36, based on the
Preliminary Design of waste disposal cells in Area B.
Construction/installation of leachate collection system infrastructure shall be tendered in the
same contract as the waste disposal cell contract.
(b) The leachate collection system shall be consistent and compatible with the existing leachate
colle(c) The leachate collection system for Cell 36 shall incorporate tire derived aggregate as a
drainage medium.
(d) A Class 1 cost estimate is required at least six (6) weeks prior to issuing the tender for
construction.
D5.1.5 Perimeter Access Road – Design & Tender
(a) Prepare design drawings and specifications for the construction of a perimeter access road
for Cell 36, based on the Preliminary Design and Surface Water Management Plan for Area B.
(b) A Class 1 cost estimate is required for the perimeter access road prior to issuing the tender
for construction; the length of the perimeter access road to be tendered for construction will be
based on the City’s available 2026 capital budget.
(c) Develop tender documents using City’s construction contract template. The City will post the
tender documents on MERX. The Consultant will be identified as the Contract Administrator in the
tender documents and shall respond to questions and prepare Addenda as required during the tender
period.
(d) Assist the City with tender evaluations and provide a recommendation towards the award of the
construction contract.
D5.1.6 Waste Disposal Cell - Design & Tender
(a) Prepare design drawings and specifications to tender a contract for the construction of a
waste disposal cell, perimeter leachate collection system infrastructure, drainage ditches, and a
perimeter access road.
(b) The waste disposal cell shall accommodate two (2) years of waste disposal capacity in Area B.
Based on an assumed large cell footprint, the design shall consider a phased-use of the cell (e.g.
internal sacrificial berms) to manage leachate generation.
(c) Quality Assurance for the HDPE liner shall include leak location testing; the Consultant
shall ensure that the design and construction methodology support leak location testing for the
entire HDPE liner system. The Consultant should also consider potential efficiencies towards the
proposed construction contract administration resident services under D5.1.7(c).
(d) Prepare an excavation plan to minimize double handing of soils during construction (e.g.
excavated material may be used to construct berms and access road subgrade).
(e) A Class 1 cost estimate is required at least six (6) weeks prior to issuing the tender for
construction.
(f) Develop tender documents using City’s construction contract template. The City will post the
tender documents on MERX. The Consultant will be identified as the Contract Administrator in the
tender documents and shall respond to questions and prepare Addenda as required during the tender
period.
(g) Assist the City with tender evaluations and provide a recommendation towards the award of the
construction contract.
D5.1.7 Construction Contract Administration
(a) Provide Contract Administration services for the duration of the construction contract
awarded under D5.1.6 and D5.1.6. Contract Administration services will include Resident and
Non-Resident Services in accordance with the Definition of Professional Consultant Services (see
Appendix B).
(b) Resident services for Perimeter Access Road shall be based on the following estimated
construction schedule:
(i) Sixteen (16) weeks part time site attendance;
(c) Resident services for Cell 36 shall be based on the following estimated construction
schedule:
(i) Eighteen (18) weeks part time site attendance;
ction system design for Area B and BRRMF.
(ii) three (3) weeks full time site attendance for HDPE liner installation (if applicable);
(iii) three (3) weeks part time site attendance for installation of the protective layer over
the HDPE liner;
(d) Material testing during Cell 36 construction shall include leak location testing of the
entire HDPE liner system.
(e) Daily construction reports are required, using City templates. Construction progress reports
shall be included in bi-weekly construction meeting minutes.
(f) The City will conduct GPS-based drone surveys to support the Consultant’s Construction
Services on an as-required basis.
D5.1.8 Post Construction Services.
(a) The Consultant shall provide Post Construction Services, including:
(i) Cell 36 liner QA/QC report for submission to the Province;
(ii) Final construction report;
(iii) Record drawings (as per City Standard);
(iv) Warranty inspections.
D5.1.9 The City will provide all required surveying resources and data for this project
(design & construction), unless stated otherwise (e.g., Geotechnical Investigation). However, the
construction contractor shall be assigned surveying and layout tasks required for construction.
D5.1.10 While the Consultant will be required to provide supporting documentation, the
City will manage all required regulatory correspondence with the Province.
D5.2 The Services required under D5.1 shall be in accordance with:
(a) Appendix B: Definition of Professional Consultant Services;
(b) The City’s Project Management Manual https://winnipeg.ca/infrastructure/asset-
management-program/templates-manuals.stm#3 and templates
http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 .
Notwithstanding the foregoing, the Consultant is being engaged by the City for their professional
expertise; the Consultant shall bring to the Consulting Contract Administrator’s attention any
aspect of the City’s Project Management Manual or templates which the Consultant is of the opinion
is not consistent with good industry practice.
(c) The current Environment Act License for the Brady Road Resource Management Facility; and
(d) The City’s Computer Assisted Drafting (CAD) - Geographic Information System (GIS) Standards
https://legacy.winnipeg.ca/waterandwaste/dept/cad_gis.stm.
D5.2.1 Where the Services required include Contract Administration, Consultants shall
pay particular attention to the revisions to Section 9.19 and 9.20.1 of the City’s Project
Management Manual in Addendum #8.
https://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#3 D5.3 The
funds available for this Contract are $600,000.