Full Title: Professional Consulting Services for Design and Construction Services for Brady Road Resource Management Facility - Area B
D5.          SCOPE OF SERVICES
D5.1        The Services required under this Contract shall consist of planning, design and 
construction services for Area B at the Brady Road Resource Management Facility (BRRMF)  including 
the following:
(a)   Project Management
(b)   Geotechnical Investigation
(c)    Waste Disposal Cells - Preliminary Design
(d)   Leachate Collection System Design
(e)   Access Road Design
(f)    Surface Water Management Plan
(g)   Waste Disposal Cell - Design & Tender
(h)   Fill Sequencing Plans
(i)     Contract Administration
(j)     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 Area B
(iv)     Area B preliminary design – excavation limits
(v)     Cell Design (3) – preliminary, detailed, and final design
(vi)     Construction – Pre-Award
(vii)     Construction – Project Initiation
(viii)     Construction (10) – bi-weekly site meetings
(ix)     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 cell and 
roadway development and design. The investigation shall include:
(i)     field investigation (drilling program) and laboratory analysis (soil testing) to 
characterize Area B soils for correlation to relevant waste disposal cell and roadway design 
engineering properties.
(ii)     analysis of groundwater conditions and pressures, including a hydrologic/hydraulic review.
(iii)     groundwater monitoring well installations to measure groundwater elevations in Area B.
(iv)     geodetic survey documenting field investigation and monitoring well locations.
(b)   The geotechnical investigation shall be a minimum of two (2) days onsite to advance at least 
20 test holes.
(c)    A minimum of three (3) groundwater monitoring wells shall be installed.
(d)   Prepare a detailed geotechnical summary report, including:
(i)     Area B clay thickness (isopach) map
(ii)     Area B collector ditch modeling and design
(iii)     Assessment of basal heave
(iv)     Slope stability assessment
(v)     Soil consolidation assessment
(vi)     Recommended waste disposal cell liner design
(vii)     Recommended roadway base structure design D
5.1.3             Waste Disposal Cells - Preliminary Design
(a)   Prepare a Preliminary (~30%) Design for the area depicted as Area B in the Site Map
shown (Appendix A), 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, administration and equipment buildings) in the preliminary design and 
phasing as well as consideration of space for additional infrastructure that may be required (e.g. 
secondary tank);
(c)    Individual disposal cells shall each accommodate approximately two (2) years of disposal 
capacity.
(d)   The Preliminary Design shall incorporate surface water management, access roads (Area B 
perimeter road, ‘phased’ internal roads to active disposal cell), long-term vehicle access (traffic 
management plan), leachate collection and storage infrastructure, and secondary litter 
containment/management options.
A road to the top of Area B (at final elevation) should be included in the outside slopes of the 
waste disposal area for long term access and maintenance.
(e)   A high-level site phasing plan shall be developed indicating timelines for the construction 
of all disposal cells and infrastructure within Area B.
(f)    Soil balance calculations shall be completed, with consideration towards on going 
construction of disposal cells in Area B (e.g. cell excavation, berm construction, final cover)
(g)   Preliminary design drawings shall be completed for discussions with the regulator.
(h)   The preliminary design shall be sufficient to update an existing Class 3 cost estimate (see 
BRRMF Master Plan) in accordance with the City’s Deliverables Maturity Assessment Checklist.
D5.1.4             Leachate Collection System
(a)   Prepare design drawings and specifications for the construction/installation of leachate 
collection system piping around the perimeter of Area B, based on the Preliminary Design of waste 
disposal cells in Area B.
Construction/installation of leachate collection system piping 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 
collection system designed for Area A (i.e. gravity drainage, pneumatic pumps in lift stations).
(c)    Estimated 1,800 metres of leachate piping is required for Area B; length of pipe tendered 
for installation will depend on estimated price relative to available capital construction budget.
(d)   A Class 1 cost estimate is required at least six (6) weeks prior to issuing the tender for 
construction.
D5.1.5             Access Roads
(a)   Prepare design drawings and specifications for the construction of perimeter access road for 
Area B, based on the Preliminary Design of waste disposal cells and Surface Water Management Plan 
for Area B.
Construction of the perimeter access road shall be tendered in the same contract as the waste 
disposal cell contract.
(b)   Prepare preliminary design drawings for the construction of ‘phased’ internal access roads to 
waste disposal cells within Area B, based on the Fill Sequencing Plan for Area B. A road to the top 
of Area B (at final elevation) should be included in the outside slopes of the waste disposal area 
for long term access and maintenance.
Separate access roads are required for customers and operations (e.g. heavy equipment).
(c)    Estimated 1,200 metres of roadway is required for the perimeter of Area B; length of roadway 
tendered for construction will depend on estimated price relative to available capital construction 
budget.
(d)   A Class 1 cost estimate is required for the perimeter access road at least six (6) weeks 
prior to issuing the tender for construction.
D5.1.6             Surface Water Management Plan
(a)   Develop revised surface water management plan for Area B based on the existing Surface Water 
Management Plan for BRRMF and preliminary design for surface water management in Area B (see BRRMF 
Master Plan).
The final design requires changing the use of an existing BRRMF drainage ditch along Charette Road 
from conveying clean water to impacted water.
(b)   Prepare design drawings and specifications for the construction of perimeter drainage ditches 
for Area B, based on the Preliminary Design of waste disposal cells and revised Surface Water 
Management Plan for Area B.
(c)    Construction of the perimeter drainage ditches shall be tendered in the same contract as the 
waste disposal cell contract; the length of ditching tendered for construction will depend on 
estimated price relative to available capital construction budget.
(d)   Prepare preliminary design drawings for the construction of ‘phased’ internal drainage 
ditches within Area B, based on the Fill Sequencing Plan for Area B and the revised Surface Water 
Management Plan.
D5.1.7  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 piping, drainage ditches, and a perimeter 
access road in Area B.
(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)    Alternative leachate collection system materials and designs (e.g. tire derived aggregate) 
shall be considered to manage construction costs.
(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.
D5.1.8             Fill Sequencing Plan
(a)   Develop quarterly fill sequencing plans for Area B based on the preliminary design of Area B 
developed under D5.1.3, current and projected tonnages, current airspace utilization (provided by 
the City), and required soil cover.
(b)   The fill sequencing plan will incorporate and integrate with the ‘phased’ internal access 
roads developed under D5.1.5.
(c)    Fill sequencing plan shall include considerations towards the management of vectors, odours, 
litter, and adjacent land uses.
D5.1.9             Contract Administration
(a)   Provide Contract Administration services for the duration of the construction contract 
awarded under D5.1.7. Contract Administration services will include Resident and Non-Resident 
Services in accordance with the Definition of Professional Consultant Services (see Appendix C).
(b)   Resident services shall be based on the following estimated construction schedule:
(i)     Fourteen (14) weeks part time site attendance;
(ii)     two (2) weeks full time site attendance for HDPE liner installation (if applicable);
(iii)     four (4) weeks full time site attendance for granular drainage blanket installation;
(c)    Material testing during construction shall include leak location testing of the HDPE liner 
(if included in the design).
(d)   Daily construction reports are required, using City templates. Construction progress reports 
shall be included in bi-weekly construction meeting minutes.
(e)   The City will conduct GPS-based surveys to support the Consultant’s Construction Services on 
an as-required basis.
D5.1.10           Post Construction Services.
(a)   The Consultant shall provide Post Construction Services, including:
(i)     A liner QA/QC report for submission to the Province;
(ii)     A final construction report;
(iii)     Record drawings (as per City Standard) for submission to the Province within six (6) 
months of Substantial Performance;
(iv)     Warranty inspections.
D5.1.11           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.
D5.1.12           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 C: Definition of Professional Consultant Services;
(b)   The City’s Project Management Manual http://winnipeg.ca/infrastructure/asset- 
management-program/templates-manuals.stm#2  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.
D5.3        All cost estimates shall be in accordance with the Association for the Advancement of 
Cost Engineering (AACE) International Recommended Practice No.18R-97 and the City’s Deliverables 
Maturity Assessment Checklist (DMAC) for Class definition.
D5.4        The funds available for this Contract are $750,000.00