& & f M * A - e 3 a - I- I 5 A & - I 3 - 4 3 / - . & 1 - : a 9 € E I 8 P ROCKDALE WATER RESOURCES REQUEST FOR PROPOSAL 1.0 INTRODUCTION RWR is soliciting proposals to develop a sewer model for the Quigg Sewer Basin. Quigg Basin has approximately 2440 manholes and 14 public pump stations. The GIS files for the basin are included with this RFP The successful firm will demonstrate proven project management and technical competence including specialized experience in the development of sewer hydraulic analyses and the utilization of the Geographic Information Systems (GIS) databases for municipalities Contact with County personnel in connection with this Request For Proposal (RFP) shall not be made other than as specified in this RFP. Unauthorized contact of any RWR personnel may be cause for rejection of a proposal. RWR will not be liable in any way for any costs incurred by respondents in replying to this Request for Proposal. 1.1 BACKGROUND Below provides some history of investigative work in the basin. Flow and rainfall monitoring is being completed by Woolpert. There are 23 flow monitors and 4 rain gauges that were in place for about 3 months within the Sub-basin (December 2024 - February 2025). GIS updates (ongoing). There is approximately 10%-15% missing attribute data from the GIS, which we expect to be updated in the next 2 months. 2.0 SCOPE OF SERVICES 2.1 Project Management, QA/QC and Meetings This task will include the following One kick-off meeting Project coordination (as needed) via conference call and monthly progress meeting Project management (including progress reports, invoice, budget and schedule update) Quality assurance and quality control - all submittals will be reviewed by a qualified reviewer and the project manager 2 2.2 Data Collection and Review Consultant to prepare a data request after the kick-off meeting. The data requested may include sewer system GIS database for the entire basin, design drawings, pump curves, previous SSES reports, manhole inspection reports, flow projections for existing and 2040 conditions and flow metering. The Consultant will perform a detailed review of the GIS database and the discrepancies in the GIS data. The Consultant will review avallable flow monitoring data to estimate annual average, peak daily, and peak hourly factors. If it is determined additional flow monitoring is needed, RWR will perform short term flow monitoring (vla Woolpert) for up to 2 months at 23 locations within the basin. RWR will perform installations, maintenance and uploads. Pump curves are usually not available or if available will need to be verified by drawdown tests. RWR can assist with performing drawdown tests and SCADA can be used for determining pumping rates of the public pump station. 2.3 Build Hydraulic Model The Consultant shall assemble a hydraulic model that utilizes PCSWMM to simulate the sewer system. The model shall include line sizes 8 inches in diameter and larger. The 6 inch lines may be included if determined they provide significant hydraulic impact. Private pump stations will not be included in the sewer model. 2.4 Pre-Calibration Activities The purpose of this task is to prepare the information that will be used during the model calibration process. The calibration will be performed for one event, preferably during the wet season. This calibration will be verified with a dry event run. For each event, the model will be run using infiow hydrographs and model results (pressures and flows) will be compared with data recordedcollected. The following activities are included within this task: 1. Selection of Dry and Wet Weather Events Fori the purpose of calibration, a wet weather, and dry weather event will be selected for model simulation. 2. Determination of Flows Based on rainfall and flow data provided by RWR, The Consultant will prepare inflow hydrographs for the Wet Weather and Dry 3 Weather Events based on the methodology discussed and approved by RWR. The methodology shall account for all basin characteristics required to calculate the flows. The Consultant will discuss methodology for estimating Dry Weather Event Flow, including Base Sanitary Flow (BSF), groundwater infiltration (GWI), and rainfall derived inflow and infiltration (RDII) for incorporation as appropriate percentages of the total flow based on flow data provided by RWR. 3. Compilation of Flows and Pressures for pump stations The pump stations are not flow metered although the 14 pump stations in Quigg Basin are on Mission SCADA. Mission SCADA can provide an estimate of the inflow and pump rate for each pump station. Pump curve may only be available for some of the pump stations. 2.5 Model Calibration and Development of Technical Memorandum The purpose of this task is to calibrate the hydraulic model by comparing simulated pressures/levels; flows and/or volumes with observed data for the selected calibration period (2 storm events). The sewer system network will be edited to match the network conditions present at the time of the two selected events (Wet Weather Event and Dry Weather Event) for calibration. The following activities will be performed under this task: 1. Hydraulic Model Calibration and Simulation The Hydraulic Model will be setup for simulations driven by inflow hydrographs. The Consultant will compare the model simulation results against the measured values to determine the accuracy achieved during the simulation. Results of such comparison will be used for calibration purposes as detailed in subsequent activities, The following variables will be collected from Hydraulic Modeling Simulation: Pressure at pump stations Flows at selected monitoring locations Based on the comparison of model results and observed values, certain parameters under each model element as applicable will be adjusted and the model re-run as needed until the model results closely match the observed values and a "best fit" is achieved. List of possible parameters under each model element that require modification are listed below: 4 Modification to hydraulic network as required based on results and field investigation. Model Elements o 1. Nodes a a) Floodable area b) Stage-area-eleyation tables c) Wet well levels 2. Conduits a. Sediment depths b. Roughness coefficients C. Valve operation 2. Hydraulic Model Calibration Technical Memorandum The Consultant will develop a technical memorandum to document efforts associated to the hydraulic modef calibration and validation. The technical memorandum will include the following: Overview of calibration process and methodology Hydraulic model simulation summary Detailed model inputs Discussion on calibration criteria Hydraulic model calibration result summary (model outputs) Modeled VS observed comparison of results Results summary, conclusions and recommendations 2.6 Flow Projections and Sewer System Hydraulic Modeling for Capacity The Consultant will project future design flow conditions based on growth information provided by RWR for a 2040 planning horizon. Per capita wastewater generation rate will be calculated based on influent fiow reçeived at the OSPS and estimated sewered population in the Basin. The Consultant will prepare a draft Level of Service (LOS) Criteria table for review with RWR. The LOS criteria may include, but are not limited to RWR design standards and operation goals of RWR. These criteria will be used to determine the adequacy (or deficiency) of capacity in the existing system and to determine capital 5 improvement projects needed to meet the basin's existing and future projected flows. The calibrated RWR sewer system hydraulic model will be utilized to analyze for the dry and wet weather flow conditions based on previous flow monitoring data. The capacity assessment performed will be determined in terms of available dry and wet weather flow capacity in each pipe segment. This approach will identify the portions of the system modeled that are capacity limited because of the following reasons; e Excessive dry/wet weather flow Bottlenecks due to pipe diameter reductions downstream Reverse grade or flat sections of sewer main 2.7 Capacity Assessment-Technical Memorandum The Consultant will present the results of the capacity assessment in a draft Technical Memorandum for RWR review. The TM will describe how the capacity assessment was performed, and the available dry/wet weather capacity for each pipe segment for each flow condition in tabular form. Develop an improvement plan to address hydraulic deficiencies, including prioritization, cost and schedule. The consultant shall provide all model files created to RWR at the end of the project. 2.8 Modeling Documentation The consultants shall provide one written description of scenarios, model parameters, assumptions, etc. 2.9 Conversion of Almand Branch Basin Sewer Model to PCSWMM The Almand Branch Sewer model was built in InfosWMM in 2019. We are asking the consuitant to convert this model to PCSWMM. The Almand Branch sewer basin consists of approximately 1,200 manholes, 250,000 LF of pipe and 6 small developer pump stations. The pipe sizes range from 8 inch to 30 inch. There has been some new developments projects completed in this basin we want added to the basin model. We will not require calibration at this time. 3.0 SUBMITTAL REQUIREMENTS Responses to this Request shall be in one volume. Any firm brochures and/or information pertaining to the qualifications of the firm and/or team may be submitted, but must be included in a single volume. The preferred submittal method is electronic copy(pdf) via email. 6 3.1 Cover Letter The cover letter should include the following: Introduction of firm Address Phone number iInclude the name, signature, and contact information of an authorized binding official who can answer questions regarding the firm's proposal. 3.2 Qualifications and Experience of Firm Complete the experience table included as Exhibit A for the firm and for each team member. Describe other contracts (3) similar in scope, size, or discipline to the required services described herein, performed or undertaken within the past ten years. Provide references, including name, address, and telephone number of a contact person for each project identified and described. Indicate commencement dates, duration, and type of operation, 3.3 Project Manager and Key Technical Personnel Clearly identify the professional staff person(s) who would be assigned as your Project Manager and key technical personnel and provide resumes. The proposal should indicate the abilities, qualfications, and experience of these individuals. 3.4 Project Approach For the tasks outlined above, provide a narrative describing the firm's understanding of the task and indicate the following: Approach used to complete the task Information needed from the RWR Issues to be considered in completion Team member(s) who will complete the task. If more than one, clearly indicate the responsibility of each team member. Estimated level of effort in hours, broken down by subtasks and each team member's effort. indicate standards adhered to and certifications held by team members. Include a schedule to complete the project. 3.5 Fees Provide a not-to-exceed cost to complete the work outlined in the Project Approach. The not-to-exceed cost should indicate the hours required by each team member and their hourly billing rate. All costs should be broken down by task and labor category. Reimbursable direct costs should be included. 3.6 Completeness of Proposal Statement Provide a cover letter (maximum 2 pages) and a table of contents. Respond to all items listed in the submission requirements section and provide all other documents requested. 4.0 EVALUATION CRITERIA 7 The evaluation criteria listed below will be used in the selection of the successful firm. A. Qualifications and Expertise(30%) B. Project Approach(25%) C. Organization and Completeness of Proposal(10%) D. Fees(35%) 5.0 SELECTION PROCESS RWR will select a firm on the basis of the responsiveness of the proposal to the RFP submittal requirements and the evaluation criteria stated above. RWR reserves the right to reject any or all proposals, and to request written clarification of proposals and supporting materials from the Proposer. 6.0 PROPOSED SCHEDULE Overall Schedule The tentative schedule for the proposed project is as follows: Last Day to Submit Questions March 21st, 2025 Proposal Deadline April 4th, 2025 The project is expected to be completed in 2026 and fee escalations should be considered. 7.0 QUESTIONS REGARDING RFP All questions related to this RFP should be submitted in writing to David Gervone Davd.Cenone@Rocklalecountyga.oy. 8 *Z# equoyueajkey x x *w!# equerweejkey X eBeuevpoejold x x 6