HomeMy WebLinkAboutItem 10a - Ion Exchange (IX) Adsoprtion Vessel Systems PSA
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: December 2, 2025
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Tiffany Lee, Interim Principal Civil Engineer
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH AQUEOUSVETS LLC. FOR
THE ION EXCHANGE (“IX”) ADSORPTION VESSEL SYSTEMS IN THE
AMOUNT OF $4,763,552.55
CEQA: Not a Project
Recommendation: Approve
SUMMARY
The Public Works Services Department (“PWSD”) is responsible for the daily operation
of City wells and the water that is distributed to the community. Water quality
samples are taken regularly to ensure optimal water quality. Recent water quality
samples detected Per-and Polyfluoroalkyl Substances (“PFAS”) at the Peck Well and
at two of the four Orange Grove Wells. Since the new Goldring Well is near Peck Well,
it is likely that PFAS contaminants will also be present in the new Goldring Well. To
address the PFAS contaminants at these wells, a treatment system known as an Ion
Exchange (“IX”) Adsorption Vessel System is needed for each well. The IX systems
contain resins that act like tiny magnets that attract and trap PFAS chemicals,
allowing the water to be purified as it flows through. To ensure the City is receiving
the highest quality of service and most competitive pricing for the Ion Exchange
Adsorption Vessel Systems, the PWSD solicited a Request for Proposals.
Based on the evaluated proposals, it is recommended that the City Council approve,
authorize, and direct the City Manager to execute a Professional Services Agreement
with AqueoUSVETS LLC. for the Ion Exchange (IX) Adsorption Vessel Systems, in the
amount of $4,763,552.55.
Ion Exchange (IX) Adsorption Vessel Systems PSA
December 2, 2025
Page 2 of 5
BACKGROUND
The US Environmental Protection Agency (“EPA”) describes PFAS as a group of man-
made chemicals that have been manufactured and used in a variety of industries.
PFAS can be found in products such as food packaging and commercial and
household products, which often end up in groundwater and are toxic at relatively
low concentrations, thus presenting a danger to both human health and the
environment. Consequently, on April 10, 2024, the EPA established legally
enforceable Maximum Contaminant Levels (“MCLs”) for PFAS contaminants in
drinking water. Public water systems are required to monitor the PFAS MCLs and
conduct ongoing compliance monitoring. If monitoring shows that drinking water
levels exceed these MCLs, Public water systems must implement solutions that
reduce PFAS by 2029. Although the EPA has recently extended the initial monitoring
deadlines to 2027 for treatment of PFAS-related chemicals, Arcadia must still meet
the same MCL requirements, and the need for the proposed project remains
unchanged.
The PWSD regularly tests the drinking water from the supply wells to ensure its
safety. Recent water quality sampling indicated that Peck Well had a PFAS level of 9.1
parts per trillion (“ppt”), which exceeds the Notification Level of 6.5 ppt. Peck Well
was drilled in 1962 and has a pump capacity of approximately 3,600 gallons per
minute. Peck Well is crucial to the City's water system because it supplies over 40%
of the groundwater to Zone 4. Construction of a treatment system for Peck Well is
urgent to prevent Peck Well from being shut down.
Since the four Orange Grove Wells were identified as vulnerable sources to PFAS
contamination, detection sampling was conducted at the four Orange Grove Wells.
Two of the four Orange Grove wells tested positive for PFAS. As such, a treatment
facility must be built to address the detected PFAS, which will serve to treat all four
Orange Grove Wells. These wells are vital components of the City’s water supply and
distribution system, as they are the City’s only supply source from the Santa Anita
Subarea of the Raymond Groundwater Basin.
On November 17, 2020, the Arcadia City Council approved a new Joint Groundwater
Production Well Agreement (“Agreement”) between the Cities of Arcadia and Sierra
Madre. This Agreement was made to jointly design, construct, operate, and maintain
a groundwater production well in the Main San Gabriel Basin, which will be located
within the PWSD facility. During the design phase of the new Goldring Well, concerns
arose about potential PFAS contaminants because PFAS had previously been
Ion Exchange (IX) Adsorption Vessel Systems PSA
December 2, 2025
Page 3 of 5
detected in the nearby Peck Well. On June 20, 2023, the City Council approved an
amendment to Agreement to include PFAS treatment for the new Goldring Well to
address PFAS.
The Ion Exchange (IX) Adsorption Vessel System is considered one of the best
available technologies and has been approved by the State Water Resources Control
Board’s Division of Drinking Water for the removal of PFAS. Hundreds of IX Systems
have been installed and proven successful for PFAS removal throughout California.
Ion exchange is a cleaning process that works like a powerful magnet for PFAS. Water
is pumped through vessels filled with exchange resins that attract and hold onto
PFAS chemicals as the water flows through.
To keep costs at a minimum and address the anticipated long lead-time in procuring
the IX Adsorption Systems, the PWSD is procuring the treatment systems separately.
The installation of the IX Resin Adsorption Systems will be performed by a contractor
using the Systems supplied by the City. This method will reduce the total project cost
by eliminating a material price markup. Bid documents for the installation services
will be prepared and a contract will be awarded at a later date.
DISCUSSION
On September 29, 2025, a Notice Inviting Proposals for the IX Adsorption Vessel
Systems was published in accordance with City Council Resolution No. 7483, and
Request for Proposal packages were provided to firms who provide these services.
On October 21, 2025, the City Clerk received three proposals. Each proposal was
evaluated and ranked based on experience, qualifications, quality of service
approach, and cost. The results of the evaluation with each company’s ranking and
associated cost are listed below:
Rank Company Name Score Cost
1. AqueoUSVETS LLC. 95% $ 4,763,552.55
2. EVOQUA 71% $ 4,978,040.97
3. CalgonCarbon 40% $ 4,942,652.00
After careful review and consideration, it was determined AqueoUSVETS LLC. (“AV”)
is the most qualified to construct, test, and maintain the IX Adsorption Vessel
Systems for the Goldring Well, Peck Well, and the Orange Grove Wells. AV submitted
a detailed proposal that is tailored to the City’s needs, with a design featuring lowest
head loss and lowest overall height. The proposal includes one low-profile media
Ion Exchange (IX) Adsorption Vessel Systems PSA
December 2, 2025
Page 4 of 5
treatment system with Ion Exchange Resin for Goldring Well and two low-profile
media treatment systems with Ion Exchange Resin for the Peck Well as well as the
Orange Grove Wells.
AV has led the western US in PFAS applications and has been responsible for the
design and installation of IX treatment systems for local municipalities and water
agencies, such as Orange County Water District, San Gabriel Water Company,
Montebello Land and Water Company, Pico Water District, City of Pico Rivera,
California Water Services, Jurupa Community Water District, Monte Vista Water
District, LADWP, and Golden State Water Agency.
ENVIRONMENTAL ANALYSIS
The proposed action of purchasing materials does not constitute a project under the
California Environmental Quality Act (“CEQA”) per Section 15061(b)(3) of the CEQA
Guidelines, as it can be seen with certainty that it will have no impact on the
environment.
FISCAL IMPACT
Funds in the amount of $8,700,000 have been budgeted in the Fiscal Year 2024-25
CIP for the design and construction of a PFAS treatment system at Peck Well. The
total cost for Ion Exchange Adsorption Vessel System for Peck Well is $1,825,103.30.
Sufficient funds will remain for the design and construction of the treatment facilities
at this site.
Funds in the amount of $7,000,000 have been budgeted in the Fiscal Year 2024-25
CIP for the construction of the new Goldring Well and treatment system. The total
cost for Ion Exchange Adsorption Vessel System for Goldring Well is $1,010,801.95.
Sufficient funds will remain for the design and construction of the treatment facilities
at this site.
Funds in the amount of $6,000,000 have been budgeted in the Fiscal Year 2025-26
CIP for the design and construction of the treatment system at Orange Grove Wells.
The total cost for Ion Exchange Adsorption Vessel System for Orange Grove Well is
$1,927,647.30. Sufficient funds will remain for the design and construction of the
treatment facilities at this site.
Ion Exchange (IX) Adsorption Vessel Systems PSA
December 2, 2025
Page 5 of 5
The City of Arcadia will be utilizing a total of $11.3 Million of PFAS Settlement Funds
(Dow Shell Settlement Fund and PFAS Settlement Fund) for the treatment of these
wells. The remaining Settlement Funds will be used for the construction of the
treatment systems.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
approve, authorize, and direct the City Manager to execute a Professional Services
Agreement with AqueoUSVETS LLC. for the Ion Exchange (IX) Adsorption Vessel
Systems, in the amount of $4,763,552.55.
Attachment: Proposed Professional Services Agreement
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT
FOR THE ION EXCHANGE (IX) ADSORPTION VESSEL SYSTEMS
AT PECK WELL, ORANGE GROVE WELLS, AND GOLDRING WELL
This Agreement is made and entered into as of __________________, 20____ by and between the City of
Arcadia, a municipal corporation organized and operating under the laws of the State of California with its principal
place of business at 240 West Huntington Drive, Arcadia, California 91066 (“City”), and AqueoUSVETS LLC, a
California Corporation, with its principal place of business at 16761 Clear Creek Road, Redding, CA 96001
(hereinafter referred to as “Consultant”). City and Consultant are sometimes individually referred to as “Party”
and collectively as “Parties” in this Agreement.
RECITALS
A. City is a public agency of the State of California and is in need of professional services for the following
project: Ion Exchange Adsorption systems at Peck Well, Orange Grove Wells, and Goldring Well Project
(hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide such services.
C. The Parties desire by this Agreement to establish the terms for City to retain Consultant to provide
the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. Services.
Consultant shall provide the City with the services described in the Scope of Services attached hereto as
Exhibit “A.”
2. Compensation.
a. Subject to paragraph 2(b) below, the City shall pay for such services in accordance with the
Schedule of Charges set forth in Exhibit “B.”
b. In no event shall the total amount paid for services rendered by Consultant under this
Agreement exceed the sum of Four Million, Seven Hundred Sixty-Three Thousand, Five Hundred Fifty-Two
Dollars and Fifty-Five Cents ($4,763,552.55). This amount is to cover all printing and related costs, and the City
will not pay any additional fees for printing expenses. Periodic payments shall be made within 30 days of receipt
of an invoice which includes a detailed description of the work performed. Payments to Consultant for work
performed will be made on a monthly billing basis.
3. Additional Work.
If changes in the work seem merited by Consultant or the City, and informal consultations with the other
party indicate that a change is warranted, it shall be processed in the following manner: a letter outlining the
changes shall be forwarded to the City by Consultant with a statement of estimated changes in fee or time
schedule. An amendment to this Agreement shall be prepared by the City and executed by both Parties before
performance of such services, or the City will not be required to pay for the changes in the scope of work. Such
amendment shall not render ineffective or invalidate unaffected portions of this Agreement.
4. Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to costs incurred shall be
maintained by Consultant and made available at all reasonable times during the contract period and for four (4)
years from the date of final payment under the contract for inspection by City.
5. Term.
The term of this Agreement shall be from TWO YEARS from the date execution, unless earlier terminated
as provided herein. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary
to complete the Project. Consultant shall perform its services in a prompt and timely manner within the term of
this Agreement and shall commence performance upon receipt of written notice from the City to proceed (“Notice
to Proceed”). The Notice to Proceed shall set forth the date of commencement of work.
6. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this Agreement for delays in
performance caused by circumstances beyond the reasonable control of the non-performing party. For purposes
of this Agreement, such circumstances include but are not limited to, abnormal weather conditions; floods;
earthquakes; fire; epidemics; war; riots and other civil disturbances; strikes, lockouts, work slowdowns, and other
labor disturbances; sabotage or judicial restraint.
b. Should such circumstances occur, the non-performing party shall, within a reasonable time of
being prevented from performing, give written notice to the other party describing the circumstances preventing
continued performance and the efforts being made to resume performance of this Agreement.
7. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal,
state and local government, including Cal/OSHA requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining and maintaining all permits
required of Consultant by federal, state and local regulatory agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/ or removal of hazardous and
toxic substances spilled as a result of his or her services or operations performed under this Agreement.
8. Standard of Care
Consultant’s services will be performed in accordance with generally accepted professional practices and
principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions.
9. Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or interest in this
Agreement without the written consent of the City, which may be withheld for any reason. Any attempt to so assign
or so transfer without such consent shall be void and without legal effect and shall constitute grounds for
termination. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this
Agreement. Nothing contained herein shall prevent Consultant from employing independent associates, and
subconsultants as Consultant may deem appropriate to assist in the performance of services hereunder.
10. Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City. No employee or agent
of Consultant shall become an employee of City. The work to be performed shall be in accordance with the work
described in this Agreement, subject to such directions and amendments from City as herein provided.
11. Insurance. Consultant shall not commence work for the City until it has provided evidence
satisfactory to the City it has secured all insurance required under this section. In addition, Consultant shall not
allow any subcontractor to commence work on any subcontract until it has secured all insurance required under
this section.
a. Commercial General Liability
(i) The Consultant shall take out and maintain, during the performance of all work
under this Agreement, in amounts not less than specified herein, Commercial General Liability Insurance, in a form
and with insurance companies acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be at least as broad as
the following:
(1) Insurance Services Office Commercial General Liability coverage
(Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include coverage for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability. Consultant shall procure and
submit evidence of insurance for at least five (5) years from the time that
all work under this Agreement is completed.
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX) exclusion deleted
(7) Contractual Liability with respect to this Agreement
(8) Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions limiting coverage for (1)
contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; (3)
products/completed operations liability; or (4) contain any other exclusion contrary to the Agreement.
(v) The policy shall give City, its officials, officers, employees, agents and City
designated volunteers additional insured status using ISO endorsement forms CG 20 10 10 01 and 20 37 10 01, or
endorsements providing the exact same coverage. Consultant may provide blanket endorsements to meet the
Additional Insured requirement in this written contract. However, all subcontractors’ endorsements shall
specifically name the City, its elected officials, officers, employees, volunteers, boards, agents, and
representatives as additional insureds and blanket endorsements are not acceptable.
(vi) The general liability program may utilize either deductibles or provide coverage
excess of a self-insured retention, subject to written approval by the City, and provided that such deductibles shall
not apply to the City as an additional insured.
b. Automobile Liability
(i) At all times during the performance of the work under this Agreement, the
Consultant shall maintain Automobile Liability Insurance for bodily injury and property damage including coverage
for owned, non-owned and hired vehicles, in a form and with insurance companies acceptable to the City.
(ii) Coverage for automobile liability insurance shall be at least as broad as Insurance
Services Office Form Number CA 00 01 covering automobile liability (Coverage Symbol 1, any auto).
(iii) The policy shall give City, its officials, officers, employees, agents and City
designated volunteers additional insured status. Consultant may provide blanket endorsements to meet the
Additional Insured requirement in this written contract. However, all subcontractors’ endorsements shall
specifically name the City, its elected officials, officers, employees, volunteers, boards, agents, and
representatives as additional insureds and blanket endorsements are not acceptable.
(iv) Subject to written approval by the City, the automobile liability program may utilize
deductibles, provided that such deductibles shall not apply to the City as an additional insured, but not a self-
insured retention.
c. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the
California Labor Code which requires every employer to be insured against liability for workers’ compensation or
to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such
provisions before commencing work under this Agreement.
(ii) To the extent Consultant has employees at any time during the term of this
Agreement, at all times during the performance of the work under this Agreement, the Consultant shall maintain
full compensation insurance for all persons employed directly by him/her to carry out the work contemplated
under this Agreement, all in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the
Labor Code of the State of California and any acts amendatory thereof, and Employer’s Liability Coverage in
amounts indicated herein. Consultant shall require all subconsultants to obtain and maintain, for the period
required by this Agreement, workers’ compensation coverage of the same type and limits as specified in this
section.
d. Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the Consultant shall maintain
professional liability or Errors and Omissions insurance appropriate to its profession, in a form and with insurance
companies acceptable to the City and in an amount indicated herein. This insurance shall be endorsed to include
contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically
designed to protect against acts, errors or omissions of the Consultant. “Covered Professional Services” as
designated in the policy must specifically include work performed under this Agreement and delete any exclusion
that may potentially delete coverage for the work to be performed (e.g. any exclusions relating to lead, asbestos,
pollution, testing, underground storage tanks, laboratory analysis, soil work, etc.). The policy must “pay on behalf
of” the insured and must include a provision establishing the insurer's duty to defend.
e. Contractors Pollution Legal Liability
The Consultant shall maintain Contractors Pollution Legal Liability covering all of the Consultant’s
operations to include onsite and offsite coverage for bodily injury (including death and mental anguish), property
damage, non-owned disposal site liability, defense costs, cleanup costs, and pollution conditions that arise from
or in connection with the transportation (including loading and unloading) by or on behalf of the Contractor, of any
waste or waste materials off or away from the project site. Coverage shall be provided for both sudden and
accidental and gradual and continuous pollution events. The policy shall not exclude any hazardous materials for
which there is exposure.
f. Minimum Policy Limits Required
(i) The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/$4,000,000 aggregate for bodily injury,
personal injury, and property damage
Automobile Liability $1,000,000 per occurrence for bodily injury and property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $5,000,000 per claim and $10,000,000 in the aggregate (errors and
omissions)
Contractors Pollution Legal Liability $5,000,000 each loss and $10,000,000 in the aggregate for both
sudden and accidental and gradual and continuous pollution
events.
(ii) Defense costs shall be payable in addition to the limits.
(iii) Requirements of specific coverage or limits contained in this section are not
intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided
by any insurance. Any available coverage shall be provided to the parties required to be named as Additional
Insured pursuant to this Agreement.
g. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City evidence of insurance
from an insurer or insurers certifying to the coverage of all insurance required herein. Such evidence shall include
original copies of the ISO CG 00 01 (or insurer’s equivalent) signed by the insurer’s representative and Certificate
of Insurance (Acord Form 25-S or equivalent), together with required endorsements. All evidence of insurance
shall be signed by a properly authorized officer, agent, or qualified representative of the insurer and shall certify
the names of the insured, any additional insureds, where appropriate, the type and amount of the insurance, the
location and operations to which the insurance applies, and the expiration date of such insurance.
h. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior written notice of
cancellation of any policy required by this Agreement, except that the Consultant shall provide at least ten (10)
days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required
coverage is cancelled or expires during the term of this Agreement, the Consultant shall deliver renewal
certificate(s) including the General Liability Additional Insured Endorsement to the City at least ten (10) days prior
to the effective date of cancellation or expiration. Consultant may provide blanket endorsements to meet the
Additional Insured requirement in this written contract. However, all subcontractors’ endorsements shall
specifically name the City, its elected officials, officers, employees, volunteers, boards, agents, and
representatives as additional insureds and blanket endorsements are not acceptable.
(ii) The Commercial General Liability Policy and Automobile Policy shall each contain
a provision stating that Consultant’s policy is primary insurance and that any insurance, self-insurance or other
coverage maintained by the City or any named insureds shall not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later than the effective date of
this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after
the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting
period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled
or not renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date subsequent
to the effective date of this Agreement.
(iv) All required insurance coverages, except for the professional liability coverage,
shall contain or be endorsed to waiver of subrogation in favor of the City, its officials, officers, employees, agents,
and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with
these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of
recovery against City, and shall require similar written express waivers and insurance clauses from each of its
subconsultants.
(v) The limits set forth herein shall apply separately to each insured against whom
claims are made or suits are brought, except with respect to the limits of liability. Further the limits set forth herein
shall not be construed to relieve the Consultant from liability in excess of such coverage, nor shall it limit the
Consultant’s indemnification obligations to the City and shall not preclude the City from taking such other actions
available to the City under other provisions of the Agreement or law.
i. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance companies, as
determined by the City, which satisfy the following minimum requirements:
(1) Each such policy shall be from a company or companies with a current A.M.
Best's rating of no less than A:VII and admitted to transact in the business of insurance in the State of
California, or otherwise allowed to place insurance through surplus line brokers under applicable
provisions of the California Insurance Code or any federal law.
j. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of insurance coverage to be
maintained by Consultant, and any approval of said insurance by the City, is not intended to and shall not in any
manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this
Agreement, including but not limited to, the provisions concerning indemnification.
(ii) If at any time during the life of the Agreement, any policy of insurance required under
this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but
not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed
by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the
alternative, City may cancel this Agreement.
(iii) The City may require the Consultant to provide complete copies of all insurance
policies in effect for the duration of the Project.
(iv) Neither the City nor any of its officials, officers, employees, agents or volunteers
shall be personally responsible for any liability arising under or by virtue of this Agreement.
k. Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or
subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the City
that they have secured all insurance required under this section. Policies of commercial general liability
insurance provided by such subcontractors or subconsultants shall be endorsed to name the City as an additional
insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. All subcontractors’
endorsements shall specifically name the City, its elected officials, officers, employees, volunteers, boards,
agents, and representatives as additional insureds and blanket endorsements are not acceptable. If requested
by Consultant, City may approve different scopes or minimum limits of insurance for particular subcontractors
or subconsultants.
12. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with counsel of City’s
choosing), indemnify and hold the City, its officials, officers, employees, volunteers, and agents free and harmless
from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury of any kind,
in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or
incident to any acts, errors or omissions, or willful misconduct of Consultant, its officials, officers, employees,
subcontractors, consultants or agents in connection with the performance of the Consultant’s services, the
Project or this Agreement, including without limitation the payment of all damages, expert witness fees and
attorney’s fees and other related costs and expenses. Consultant's obligation to indemnify shall not be restricted
to insurance proceeds, if any, received by Consultant, the City, its officials, officers, employees, agents, or
volunteers.
b. To the extent required by Civil Code section 2782.8, which is fully incorporated herein,
Consultant’s obligations under the above indemnity shall be limited to claims that arise out of, pertain to, or relate
to the negligence, recklessness, or willful misconduct of the Consultant, but shall not otherwise be reduced. If
Consultant’s obligations to defend, indemnify, and/or hold harmless arise out of Consultant’s performance of
“design professional services” (as that term is defined under Civil Code section 2782.8), then upon Consultant
obtaining a final adjudication that liability under a claim is caused by the comparative active negligence or willful
misconduct of the City, Consultant’s obligations shall be reduced in proportion to the established comparative
liability of the City and shall not exceed the Consultant’s proportionate percentage of fault.
13. California Labor Code Requirements.
a. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and
1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on
certain “public works” and “maintenance” projects (“Prevailing Wage Laws”). If the services are being performed
as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if
the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration,
demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant
shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any
claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the
Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subconsultants to comply with all
California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771,
1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code
Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and
subcontractors (Labor Code Section 1777.1).
b. If the services are being performed as part of an applicable “public works” or
“maintenance” project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for
construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and
1771.1, the Consultant and all subconsultants performing such services must be registered with the Department
of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same
of any subconsultants, as applicable. This Project may also be subject to compliance monitoring and enforcement
by the Department of Industrial Relations. It shall be Consultant’s sole responsibility to comply with all applicable
registration and labor compliance requirements.
c. This Agreement may also be subject to compliance monitoring and enforcement by the
Department of Industrial Relations. It shall be Consultant’s sole responsibility to comply with all applicable
registration and labor compliance requirements. Any stop orders issued by the Department of Industrial Relations
against Consultant or any subcontractor that affect Consultant’s performance of services, including any delay,
shall be Consultant’s sole responsibility. Any delay arising out of or resulting from such stop orders shall be
considered Consultant caused delay and shall not be compensable by the City. Consultant shall defend,
indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claim or
liability arising out of stop orders issued by the Department of Industrial Relations against Consultant or any
subcontractor.
14. Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all requirements and
restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited
to, the Immigration Reform and Control Act of 1986, as may be amended from time to time, and shall require all
subconsultants and sub-subconsultants to comply with the same.
15. City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as set forth in Request
for Proposal, which are deemed to be a part of this Agreement.
16. Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of California. If any action is
brought to interpret or enforce any term of this Agreement, the action shall be brought in a state or federal court
situated in the County of Los Angeles, State of California.
17. Termination or Abandonment
a. City has the right to terminate or abandon any portion or all of the work under this
Agreement by giving ten (10) calendar days written notice to Consultant. In such event, City shall be immediately
given title and possession to all original field notes, drawings and specifications, written reports and other
documents produced or developed for that portion of the work completed and/or being abandoned. City shall pay
Consultant the reasonable value of services rendered for any portion of the work completed prior to termination.
If said termination occurs prior to completion of any task for the Project for which a payment request has not been
received, the charge for services performed during such task shall be the reasonable value of such services, based
on an amount mutually agreed to by City and Consultant of the portion of such task completed but not paid prior
to said termination. City shall not be liable for any costs other than the charges or portions thereof which are
specified herein. Consultant shall not be entitled to payment for unperformed services, and shall not be entitled
to damages or compensation for termination of work.
b. Consultant may terminate its obligation to provide further services under this Agreement
upon thirty (30) calendar days’ written notice to City only in the event of substantial failure by City to perform in
accordance with the terms of this Agreement through no fault of Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,” above, all original
field notes, written reports, Drawings and Specifications and other documents, produced or developed for the
Project shall, upon payment in full for the services described in this Agreement, be furnished to and become the
property of the City.
19. Organization
Consultant shall assign Dorota McDermott, as Project Manager. The Project Manager shall not be
removed from the Project or reassigned without the prior written consent of the City.
20. Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project described above.
21. Notice
Any notice or instrument required to be given or delivered by this Agreement may be given or delivered by
depositing the same in any United States Post Office, certified mail, return receipt requested, postage prepaid,
addressed to:
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: Tiffany Lee
Interim Principal Civil Engineer
CONSULTANT:
AqueoUSVETS LLC.
16761 Clear Creek Road
Redding, CA 96001
Attn: Dorota McDerott, Project Manager
and shall be effective upon receipt thereof.
22. Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the City
and the Consultant.
23. Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not discriminate against
any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex, age or
other interests protected by the State or Federal Constitutions. Such non-discrimination shall include, but not be
limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination.
24. Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and Consultant as to those
matters contained herein, and supersedes and cancels any prior or contemporaneous oral or written
understanding, promises or representations with respect to those matters covered hereunder. Each party
acknowledges that no representations, inducements, promises or agreements have been made by any person
which are not incorporated herein, and that any other agreements shall be void. This Agreement may not be
modified or altered except in writing signed by both Parties hereto. This is an integrated Agreement.
25. Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall not render the
provisions unenforceable, invalid or illegal.
26. Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors in interest, executors,
administrators and assigns of each party to this Agreement. However, Consultant shall not assign or transfer by
operation of law or otherwise any or all of its rights, burdens, duties or obligations without the prior written consent
of City. Any attempted assignment without such consent shall be invalid and void.
27. Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party, unless such waiver is
specifically specified in writing.
28. Time of Essence
Time is of the essence for each and every provision of this Agreement.
29. City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection with this Project or
other projects.
30. Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any company or person, other
than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant
warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee
working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty,
City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no director,
official, officer or employee of City, during the term of his or her service with City, shall have any direct interest in
this Agreement, or obtain any present or anticipated material benefit arising therefrom.
[SIGNATURES ON FOLLOWING PAGE]
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND AQUEOUSVETS LLC.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first written above.
CITY OF ARCADIA AQUEOUSVETS LLC.
By: By:
Dominic Lazzaretto
City Manager Title:
Printed Name:
ATTEST: By:
Title:
By:
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
EXHIBIT A
Scope of Services
The Scope of Services for the Ion Exchange (IX) Adsorption Vessel Systems at Peck Well, Orange Grove Wells, and
Goldring Well Project, shall include, but are not limited to the following:
PART 1 GENERAL
1.1 DESCRIPTION
A. This section describes materials, fabrication, coating, initial load of virgin media, testing, delivery and
installation of complete pre-engineered ion exchange resin (IX) adsorption vessel system described herein
for the removal of PFOA and PFOS from groundwater.
1.2 PROJECT CONTENT
A. The project shall include, but not limited, to the following sections:
1. Adherence to the technical specification. The firm shall include an exceptions section and list
any deviations from the technical specification and a reason for doing so.
2. Lead Time. Provide a schedule for the engineering submittals and manufacturing time after
approved submittals in weeks.
4. General Arrangement Drawing. Provide a drawing of the given vessel size and mechanical design
meeting the specification requirements.
5. Process & Instrumentation Drawing (“P&ID”). Provide a P&ID Drawing for one system with the
specified instrumentation and upgrades defined in the specification to confirm compliance with
the specification.
6. Pressure Drop Curve. Provide pressure drop curves for the given project parameters, considering
hydraulic considerations and compliance with the maximum pressure drop requirements for each
system below.
7. Computational Fluid Dynamic (“CFD”) Modeling. Provide CFD Model with the listed project
parameters of flow rate, vessel size and media volume with units of ft/sec to show proper flow
distribution from the inlet distributor, through the media bed, and down through the underdrain.
1.3 WORK TO BE INCLUDED
A. At a minimum, the IX Resin System Supplier (“Supplier”) shall be responsible for design, fabrication,
assembly, and delivery of complete media systems including all mechanical components, vessels, inter-
vessel manifold piping, and instrumentation described in this specification section. To avoid long lead
times, the City plans to procure IX resin systems for all three facilities simultaneously. The supplier shall
provide storage for the treatment systems for up to 12 months until on-site construction is completed and
the facilities are ready for system installation.
B. Supplier shall provide the initial load of X cubic feet of virgin ion exchange resin or CETCO Fluoro-sorb®
including installation into the media vessels.
Goldring Well Plant Peck Well Plant Orange Grove Wells
Plant
X (ft3) per vessel 540-546* 480-483* 540-546*
*Volume ranges are given to allow rounding to the nearest supersack.
C. Each media system shall be comprised of the following basic components:
1. Two downflow adsorber vessels interconnected with manifold piping that allows for either series
or parallel flow operation of the vessels.
2. Interior lining and exterior prime and finish coating.
3. Process and utility piping, valves, and accessories integral to operation of the two-vessel system.
4. Independent media fill and discharge piping with flush nozzles.
5. Vent and pressure relief piping.
6. Pneumatic connections for media transfers.
7. Nozzles required for caustic/acid disinfection of the media.
8. Pressure gauges.
9. Sample ports.
10. Spray nozzle for media vessel washdown.
11. Independent magnetic flow meters for each media vessel.
12. Seismic design of the vessel and manifold supports including definition of vessel anchorage
requirements.
13. Technical submittals and operation and maintenance manuals as described herein.
D. Media Lines and Utility piping must come preassembled on the vessel for minimal assembly in the field.
E. The following work will be completed by the Contractor unless otherwise agreed between the Supplier
and the Contractor:
1. Concrete foundation.
2. Leak testing and disinfection of systems prior to media fill.
3. Supply and installation of anchor bolts for foundation.
F. The following work will be completed by the Supplier on site.
1. Delivery of IX Resin Systems to site.
2. Supplier field technicians to offload, set, and assemble the treatment systems on the pad.
3. Furnish and installation of the media by slurry transfer. Any media startup flushing or
backwashing.
G. The following work will be completed by the Owner.
1. Confirmation bacteriological testing of the vessels after initial disinfection by the Contractor.
Subsequent re-tests will be at the Contractor’s expense.
H. As an option for the project, a Rapid Small Scale Column Test (“RSSCT”) for both of the Ion Exchange
Resin Products and Fluoro-sorb to be included in the proposal. The RSSCT must be run for a minimum of
100,000 bed volumes to demonstrate efficacy, showing that the media will work with the site's water
quality. Scope includes the media sample and the lab costs of the RSSCT to run the test and any analytical.
A final report must be included outlining the results of the RSSCT. The water will be shipped and provided
for the test to be run by the City of Arcadia.
1.4 ENGINEERING SUBMITTALS
A. Provide vessel specifications including design pressure, dimensions, capacity, underdrain, and upper
distributor configuration.
B. Provide Supplier’s qualifications per 1.5 of this section.
C. Provide media system process flow diagrams showing all valves, components, and instrumentation.
D. Provide media system general arrangement drawing showing dimensions, weights, elevations and all
nozzle locations. Label all valves, sample taps, and lines.
E. Provide pressure drop information between influent and effluent manifold nozzles (without media) as
designed for this project.
F. Exterior finish coating color charts.
G. Shop Drawings
1. Catalog cuts for purchased components and details for manufactured components. Identify
materials, surface preparation, and finishes. Include calculations of wall thickness for adsorber
vessel.
2. Structural and seismic calculations for adsorber vessels, piping, manifold supports, and
appurtenances. Include calculations for reactions at anchor bolts and selection of the size and
number of bolts required. Calculations shall be prepared by a Civil or Structural Engineer licensed
in the state of California.
3. Shop inspection procedure and schedule.
4. Plan and elevation AutoCAD .DWG or .DXF files.
H. Test Reports - The following test reports shall be provided:
1. Pressure test reports and certificates of inspection for each vessel in accordance with
procedures for ASME pressure rating and ASME Boiler and Pressure Vessel Code. Reports shall be
furnished not later than the time of delivery of the vessels.
2. Factory test and inspection reports regarding all factory-applied linings and coatings for adsorber
vessels and piping per specification. Reports shall indicate that the linings and coatings have been
applied in accordance with these specifications on surfaces receiving the specified preparation.
Third Party testing records of film thickness and holiday testing shall be included. Reports shall be
furnished not later than the time of delivery of the vessels.
I. Supplier's Installation Instructions - Prior to shipment of systems, Supplier shall submit:
1. Instructions for the field personnel on handling and installation of the systems.
2. All utility piping must be preassembled on the vessel before shipment. Only the inner head pipe
and vessel outlet pipe that connect to the manifold shall ship loose for contractor assembly in the
field.
3. Treatment systems shall be pre-fit at the manufacturing facility to ensure proper assembly before
shipment. Photo evidence must be provided and as-built drawings for the contractor to complete
installation in the field.
J. Media: IX Resin or Fluoro-sorb® 200
1. Prior to acceptance the submittal must include the following information:
a. Standard product datasheets
b. Temperature-specific media downflow pressure drop curves and Flushing or backwash
bed expansion curves depending on the start-up requirements
c. NSF-61 certification
2. Prior to delivery of the media the supplier must submit the following information:
a. Start Up flushing requirements (20 bed volume rinse, if required).
Soaking and backwashing instructions (if required).
b. A list of site features and Owner activities required to support media delivery.
c. Any Certificate of Analysis (COA) on the lot of the media to show it meets the
requirements of the cut sheet for provided media.
1.5 REQUIRED QUALIFICATIONS FOR MEDIA SUPPLIER
A. The Media Supplier shall include in their proposal documentation describing their IX resin supply and
delivery experience and facilities. Sufficient information shall be provided to assure the Owner that the
Supplier can fulfill its obligations under the contract.
B. The Media Supplier shall have had a delivery fleet and been responsible for slurry delivery of media for
at least five years.
C. The Media Supplier shall not have delivered media contaminated with E. Coli bacteria within the past
five years.
D. Media removal and loading operations shall be under the direct supervision of the Media Supplier’s
employee having a minimum of 10 years’ experience in performing media exchanges.
1.6 REGULATORY REQUIREMENTS
A. The Supplier shall comply with all applicable regulatory requirements including, but not limited to, the
following:
1. Occupational safety and health requirements of OSHA.
2. U.S. Department of Transportation requirements for transportation of the Media.
3. ANSI/NSF-61 certification of all components, media, and coatings in contact with the potable
water. Materials accepted under NSF-61 such as Stainless Steel will be accepted. A system NSF-
61 certification will not be accepted as a way to deviate from the specification requirements.
4. California lead-free requirements (AB 1953)
B. The Supplier shall obtain all necessary permits related to the manufacture, coating and delivery of the
system at their own expense.
1.7 DESIGN CRITERIA
A. Seismic - The media systems shall be designed to meet current California Building Code seismic
requirements.
B. Anchorage: Design the media systems and the associated supports and anchor bolts to support the
equipment per CBC, Section 1613 and ASCE 7-10, Chapters 13 and 15
C. Seismic design criteria for Project Site
1. Occupancy Category: III.
2. Importance Factor: 1.50.
3. Seismic Design Category D.
4. Ss: 0.609
5. S1: 0.254
6. SDS: 0.533
7. SD1: 0.320
8. SMS: 0.799
9. SM1: 0.481
10. Fa: 1.313
11. Fv: 1.892
E. Wind Design shall conform to the CBC:
1. Risk Category: III
2. Wind Velocity: 115 mph
3. I: 1.0
4. Kd: 0.95
5. Exposure Category: C
6. Kzt: 1.0
7. G: 0.85
8. Kz: 0.94
9. Kh: 0.94
10. qz: 30.2 psf
11. Cf: 0.6
F. Functionality
1. The equipment and all components shall not undergo loss of their intended function after
application of the Design Earthquake Motions.
2. The Design Earthquake Motions shall be represented by the Design Response Spectrum (Figure
16-3) of the UBC and modified by multiplying the spectral accelerations by the Importance Factor,
I = 1.50.
G. Hydraulic Capacity - The media system shall be designed for a nominal flow rate listed in the table below.
Goldring Well
Plant Peck Well Plant Orange Grove Wells
Plant
Site Total Flow Rate 2000 gpm 3,600 gpm 4,000 gpm
Flow rate (gpm) per
vessel or lead-lag system 2000 gpm 1,800 gpm 2,000 gpm
H. Media Capacity - Each adsorber vessel shall be designed to hold and operate with X cubic feet of media
per the table in 1.3 B. Where this specification makes reference to a full load of media it shall be
understood to mean volume from table 1.3 B.
I. Each adsorber vessel shall allow for a 30% minimum expansion from the bottom of the inlet distributor
for potential backwashing within the vessel to prevent media from
J. Pressure Drop – Total pressure drop across the two vessels in series shall be limited to 29 psig (with
media) at a flow rate of 2,000 gpm clean head hoss.
K. System Size - Adsorber vessel outside diameter shall be 12’ nominal. The overall height shall not exceed
15 feet from the bottom of the support structure to the uppermost portion of the vessel and piping. A low
profile design may be required to meet the overall height.
L. Adsorber Vessel Support – Each adsorber vessel shall include four support legs coped to the bottom
head. The manifold piping valve tree shall include an independent support stand. The systems shall be
anchored to a concrete foundation constructed by the Contractor. Non-shrink grout, one-inch thick, will
be placed between the system and the foundation slab.
M. System Design and Operating Pressure - Adsorber vessels, piping, valves, and appurtenances subject
to internal pressure during normal operation, backwashing (reverse normal water flow direction), or media
filling or removal shall be designed, rated, and constructed for a working pressure of not less than 125 psig
at 65°C (150°)F for the Peck Well and Goldring Well Sites and not less than 100 ps at 65°C (150°) for the
Orange Grove Wells Site. Normal operating pressure on the inlet connection to the system is expected to
be between 40 and 70 psig. Available pressure for backwashing will be at least 30 psig at the effluent nozzle.
N. System Design Orientation - The pair of adsorber vessels shall be aligned along a common centerline.
The orientation of vessel appurtenances shall be as shown in the drawings. The maximum overall length
from the outside of the first vessel to the outside of the last vessel shall be as shown in the drawings. The
media system influent, effluent and backwash out valve tree nozzles shall be oriented as required to
accommodate the site yard piping at each of the well sites.
1.8 MODES OF OPERATION
A. Media Adsorption: The media systems shall be designed to allow operation in parallel or series and for
the lead/lag order of the vessels to be reversed.
B. Media Backwashing (if required): The vessels shall be capable of operating in a backwash mode using
water from the distribution system and/or water treated by the second vessel in the system.
C. Media Removal and Replacement: The media system shall be designed and constructed to allow each
adsorber vessel to be isolated from the other vessel for removal of spent media while one vessel remains
in operation. Removal shall be accomplished by pressurizing the vessel with compressed air to displace
the spent media into an empty shipping container or trailer. The bottom of the adsorber vessel and media
slurry piping shall be designed to allow complete removal of spent media from the adsorber vessel and
piping.
1.9 WARRANTY
A. The Supplier shall warranty the media against the following conditions occurring within one month of the
vessel entering service:
B. The Supplier shall warrant against any coliform bacteria or greater than 500 CFU/ml of HPC bacteria
being detected in the vessel intermediate or effluent sample ports.
PART 2 MATERIALS
2.1 ALLOWABLE SUPPLIERS
A. The system shall be manufactured by Evoqua Water Technologies, Calgon Carbon Corporation,
AqueoUS Vets, or approved equal. The systems shall be supplied as a complete and integrated package.
B. Suppliers shall have furnished at least five similar 2-vessel IX resin systems with 12-foot diameter
external ring header vessels for a municipal application within the past five years in California. Suppliers
other than those listed above must provide a project list for the past five years, including reference contact
information, prior to bid submittal to be approved to bid.
C. Contractor’s shall not be allowed to source individual components from one of the listed suppliers to
self-assemble the media vessel systems.
2.2 ALLOWABLE IX RESIN PRODUCTS AND ALTERNATIVE METHOD OPTION
A. General: Media of sufficient volume to fill the bed depth with sufficient freeboard shall be provided and
installed within each pressure adsorbing vessel.
B. Standard IX Resin Specification:
1. The IX resin for the initial fill shall be virgin and manufactured by a resin manufacturing facility
from the below products.
2. The resin shall be in accordance with NSF Standard 61. The IX resin shall be one of the following:
a. Dupont PSR2+
b. Purolite PFA694E
c. No approved equal with be accepted
3. The IX resin shall conform to the following specifications:
a. Type: Strong base anion.
b. Particle diameter:
i. Dowex PSR2+:700 + 50 μm, percent less than 300 μm: <1.
ii. Purofine PFA694E: 675 + 75 μm.
c. Uniformity Coefficient:
i. Dowex PSR2+: < 1.1.
ii. Purofine PFA694E: <1.3.
d. Water retention capacity:
i. Dowex PSR2+: 25 to 35 percent.
ii. Purofine PFA694E: 25 to 45 percent.
e. Bulk density:
i. Dowex PSR2+: 43 lb/ft3.
ii. Purofine PFA694E: 40.6 – 43.8 lb/ft3.
f. Specific gravity:
i. Dowex PSR2+: 1.07 g/mL.
ii. Purofine PFA694E: 1.05-1.07 g/mL.
4. IX resin analysis: The delivered resin shall be accompanied by an analysis sheet certifying
compliance with these Specifications.
5. Prerinse – A prerinse option must be given as a separate price as outlined on the bid form to
satisfy the 20 bed volume rinsing requirement for NSF-61.
C. Standard CETCO Fluorosorb® Specification:
1. The Fluoro-sorb® for the initial fill shall be virgin and manufactured for the below manufacturing
facility.
2. The Fluoro-sorb® shall be in accordance with NSF Standard 61. The media shall be the following:
a. CETCO Fluoro-sorob® 200
3. The Fluoro-sorb® shall conform to the following specifications:
a. Specific Gravity of 1.76, ASTM C604
b. Pour Bulk Density of 46.2 lb/ft3
c. Permeability 2.1 x 10^-3 cm/s, ASTM D2434
d. % Passing No. 18 (1.0 mm) Sieve < 91%, ASTM C136
e. % Passing No. 40 (0.42 mm) Sieve <11%, ASTM C136
2.3 SYSTEM COMPONENTS
A. The systems shall be shipped to the job site in the least number of pieces permissible for transportation.
The system must be prefilt before shipping to the job site to ensure proper assembly.
2.4 ADSORBER VESSELS
A. Adsorber vessels shall be vertical, cylindrical pressure vessels with 2:1 elliptical head and bottom.
Dished top and bottom heads will not be allowed. Straight side lengths shall be sufficient to allow for
expansion of the media bed during backwash. Vessel bottoms and appurtenances shall be designed for
complete removal of spent media and even distribution of treated water. Vessels shall be designed,
constructed, tested, certified, and stamped in accordance with the most recent revision of the ASME Boiler
and Pressure Vessel Code, Section VIII. The vessel shell shall be constructed of SA-516 Grade 70 pressure
vessel quality carbon steel plate. Vessels shall be provided with all necessary supports, baffles, and
accessories required to support and contain the media.
B. The vessels, system piping, and all other shop assembled appurtenances of the system shall be
reinforced and supported with structural members as required such that the assembled components can
be transported and off-loaded without distortion. The components shall be provided with lifting lugs to
enable setting the equipment on a concrete foundation with a suitable capacity crane. System supports
shall be designed and drilled for installation and anchoring to a concrete slab. Structural components shall
conform to ASTM A 36 specifications.
C. Vessel Access: A minimum of two accessways shall be provided on each vessel. One accessway on the
top head shall be 14-inch by 18-inch minimum elliptical, equipped with a stainless-steel chain to prevent
the cover from falling. The second manway shall be located on the side shell near the bottom but above
the underdrain system. The manway shall be a minimum of 24 inches in diameter, circular. The manways
shall be sized to accommodate the repair and/or removal of the largest single internal component.
Removable davits or hinge system shall be provided to support the 24-inch manway cover when opened or
removed from the vessel.
D. Vessel Nozzles: Each vessel shall be provided with a minimum of the following nozzles:
1. Minimum 8-inch-diameter raw water inlet.
2. Minimum 8-inch-diameter treated water outlet.
3. Minimum 4-inch-diameter inlet for loading media.
4. Minimum 4-inch-diameter outlet for removing spent media.
5. A 2-inch-diameter potable water connection above the media bed with spray nozzle for media
wash-down during exchange.
6. Three 2-inch-diameter sample taps through the vessel shell for intermediate bed sampling.
7. A combination air and vacuum release valve installed at the high point of the vessel.
8. A pressure-relief valve to prevent the vessel from exceeding maximum operational pressure.
9. Pneumatic connections for media loading and unloading.
10. Nozzles in the underdrain and media fill line suitable for use during caustic/acid disinfection of
loaded media.
E. Sample Taps: Three intermediate bed sample taps shall be provided along the vertical shell of each
adsorber vessel. Taps shall consist of 2-inch flanged nozzles with 3/4-inch diameter Type 316L stainless-
steel probes extending 1 foot inside the vessels. At the end of the probes shall be 4 inches of Type 316L
stainless steel wound 0.01-inch opening well screens or slots designed to allow withdrawal of water and
retainage of media. The probes shall be removable from outside the vessel. In each vessel there shall be
three taps located at 25, 50, and 75 percent of the media bed depth. Sample outlets, without probes, shall
be located in the inlet and outlet piping of each vessel.
F. Underdrain System
1. The underdrain shall be of the external header / septa type. Internal cone and Header Lateral
underdrains will not be accepted.
2. The underdrain system shall provide the following performance, design, and materials criteria:
a. A design flow rate of 2,000 gpm per vessel in normal operating mode.
b. A design backwash rate of 400 to 1,500 gpm.
c. The minimum screened area of the underdrain shall be 7.85 ft2.
d. All stainless-steel threaded connections shall be made with teflon tape to facilitate
future removal.
e. Design shall facilitate media change-out.
f. The underdrain shall be designed such that, following initial backwashing to remove fines,
the media will be retained by the bottom underdrain screens when the vessel is in normal
operation.
g. Underdrain designs utilizing plastic or FRP pipe, plastic distributors, sand, gravel, and
concrete will not be accepted.
h. All underdrain material internal to the adsorber vessel or in contact with media (including
septa) shall be 316L stainless steel.
i. Underdrains shall be designed to withstand the weight of the media bed in a flooded state.
j. External header shall be 8-inch carbon steel Sch 40 pipe and fittings.
k. Eight externally removable vertical septas shall be equally spaced in the bottom head of
the media vessel.
3. Distributor Upper: The upper distributor shall meet the following criteria:
a. The upper distributor shall be designed to distribute the water flow evenly across the
media bed and to allow for the free passage of accumulated media fines to waste while not
plugging during backwash. The upper distributor open area shall be at least 1.5 times that
of the underdrain system.
b. All upper distributor material internal to the adsorber vessel shall be 316L stainless steel.
c. The distribution point(s) shall be located near, but not closer than 3 inches to the upper
head.
d. All support structures shall be fabricated of 316L stainless steel, use bolting rather than
"band-it" banding, and shall support the weight of any additional attached internal fixture
such as the spray nozzle.
2.5 LINING
A. The interior of the vessel and all interior carbon steel internals shall be properly coated with: Plasite 4110
to a minimum/maximum dry film thickness of 35/45 mils respectively and per Plasite Bulletins PA-3 and
PA-4,000 and instructions; or Sherwin Williams SherPlate PW to a minimum/maximum dry film thickness
of 40-60 mils or an approved equal. Interior lining must be certified to NSF/ANSI Standard 61 for direct
potable water contact.
B. The surface preparation (after grinding all welds and sharp edges smooth/radiused), and lining
application including testing shall be certified by an independent third-party Inspector selected and paid
for by the Supplier.
C. Surface Preparation:
1. Degrease surfaces prior to sandblasting to completely remove dirt, grease, oil, etc.
2. Sandblast to SSPC-SP5 White Metal using a venturi blast nozzle at 100 psi minimum.
3. The degree of blast profile shall be a minimum of 4 mils.
4. Remove all traces of grit and dust and imbedded abrasives with a vacuum cleaner.
5. Third Party Testing shall be done to how compliance of the blast profile.
D. Lining inspection shall include:
1. General Appearance: film shall be free of runs, sags, orange peel, pinholing, fish-eyes, over-
spray, trash in the film and voids.
2. Film thickness shall be determined using a Micro test thickness gauge as manufactured by KTA-
Tater, Inc. or functionally equivalent non-destructive day film thickness gauge for use on protective
coatings with an accuracy of ±5%, and which has been properly calibrated.
3. Discontinuity void testing shall be performed using a voltage detector Midel AP-W as
manufactured by Tinker and Rasor (San Gabriel, CA). Void testing shall only be performed after all
interior manifold piping and other internal equipment has been completely installed.
4. The Supplier shall pay for all of the above coating testing and any required re-testing of the lining
prior to shipment.
5. Detailed requirements for lining inspection shall be as further described in Carboline Bulletin PA-
3.
E. At the Owner’s cost and discretion, additional void testing may be conducted at the project site after
delivery. Any voids or cracks found will be repaired and retested by the Supplier, at his expense.
2.6 PROCESS AND UTILITY PIPING
A. General
1. All pipe which will operate under pressure shall be properly tied or blocked, restrained, and
supported at all fittings where the pipe changes direction, changes size, or ends, using suitable
anchors. Exposed pipe shall be installed in straight runs parallel to the axis of the structures or
equipment. Pipe runs shall be horizontal and vertical except that gravity drain lines shall be pitched
down in the direction of flow not less than 1/8 inch per foot.
2. Piping shall be made up with a sufficient number of unions, flanged joints, grooved end joints, or
flexible couplings to permit ready breaking of lines as necessary for inspection and maintenance
and to allow for expansion and contraction and general flexibility.
3. Pipe and fittings shall be assembled so there will be no distortion or springing of the pipelines.
Flanges, unions, flexible couplings, and other connections shall come together at the proper
orientation. The fit shall not be made by springing any piping nor shall orientation or alignment be
corrected by taking up on any flange bolts. Flange bolts, union halves, flexible connectors, etc.,
shall slip freely into place. If the proper fit is not obtained, the piping shall be altered to fit.
4. Piping shall be designed for a maximum liquid velocity of 6.5 fps unless otherwise noted. Supplier
shall submit calculations to verify that requirements for maximum head loss and velocity are met
with the proposed piping design. Noise generation shall be a consideration in the selection of size
for pipe and valves.
5. Exceptions to the maximum velocity requirement may be permitted on relatively short piping runs
where the treated water line can serve as the backwash inlet and where the raw water line serves
as the backwash outlet.
6. Pipe shall be fusion-bonded epoxy coated and lined or liquid epoxy coated or Powder coated as
described below unless otherwise indicated in this specification. The coating material shall be
compliant with ANSI/NSF-61.
a. For fusion epoxy-lined and coated steel pipe, the coating material shall be a 100 percent
powder epoxy applied in accordance with ANSI/AWWA C213. The coating shall be applied
using the fluidized bed or electrostatic spray process. Coating DFT = 16 mils, Scotchkote
134 (electrostatic) or 206N (fluidized bed), or equal, applied in one coat.
b. For liquid epoxy-lined and coated steel pipe, the coating material shall be liquid epoxy
applied in accordance with ANSI/AWWA C210. The coating system shall consist of one coat
of a two-part chemically cured inhibitive epoxy primer, and one or more coats of a two-part
chemically cured epoxy finish coat for a total DFT = 16 mil. TNEMEC Epoxoline Series 141,
Carboline Carboguard 891, Scotchkote 134 or equal.
c. Process pipe will be lined with Scotchkote 134 (16 mils). Process pipe with be coated with
Sherwin Williams Epooxy Power Primer (8-12 mils) and Sherwin Williams Superdurable
Polyester TGIC Power topcoat (2-3 mils) per manufacturers recommendation.
7. Apply topcoat to exterior of fusion epoxy-lined and coated steel pipe to match color of vessel.
B. Piping 4 Inches and Smaller
1. Unless otherwise specified, piping shall be Schedule 40 black carbon steel conforming to ASTM
A 53, Grade B, Type E or S, or ASTM A 135.
2. Fittings shall be flanged, screwed, or grooved-end.
C. Piping Larger Than 4 Inches
1. Unless otherwise specified, piping shall be Schedule 40 black carbon steel conforming to ASTM
A 53, Grade B, Type E or S.
2. Fittings shall be flanged or grooved-end.
D. Air Piping 2 Inches and Smaller
1. Unless otherwise specified, piping shall be Schedule 40 black carbon steel conforming to ASTM
A 53, Grade B, Type E or S. Pipe sizes < 2” shall be galvanized carbon steel.
2. Fittings shall be screwed, welded, or flanged.
E. Media Exchange piping shall be 4 inches in diameter and constructed of one of the following:
1. Piping shall be Schedule 10 316L stainless-steel pipe conforming to ASTM A 312 with 316 fittings.
2. Fusion bonded epoxy lined and coated schedule 40 carbon steel conforming to ASTM A 53, Grade
B, Type E or S.
F. Vessel influent and media fill piping shall be side or top entry provided that the overall vessel height
requirement is met.
2.7 FITTINGS
A. Flanges and flanged fittings shall conform to ANSI B16.5.
1. All fasteners shall include washers under both bolt head and nut.
2. Bolts, nuts and washers for joining hardware and flanges constructed of materials other than
stainless steel shall be carbon steel conforming to ASTM A307, Grade B with ASTM A563A nuts and
ASTM F436 washers. Hardware shall be hot dip galvanized in accordance with ASTM F2329.
3. Fasteners for joining stainless steel hardware and flanges shall be Type 304 or 316 stainless steel
per ASTM A320 or ASTM A193; nuts shall be 304 or 316 stainless steel per ASTM A194 and washers
shall be ASTM F436 Type 3.
4. Gaskets shall be full face or ring-type, 1/16- to 1/8-inch thick for piping shall be one of the
following nonasbestos materials:
a. Cloth-inserted rubber. Products: Manville 109, John Crane Co. Style 777, or equal.
Gaskets shall be suitable for a pressure of 350 psi at a temperature of 82°C (180°F).
b. Acrylic or aramid fiber bound with nitrile. Products: Garlock "Bluegard," Klinger "Klingersil
C4400," or equal. Gaskets shall be suitable for a water pressure of 500 psi at a temperature
of 204°C (400°F).
c. EPDM/EPT elastomer gasket material in accordance with ASTM D 2000, SAE J-200, BA-
CA-DA. Gaskets shall be suitable for a pressure of 350 psi at a temperature of 82°C (180°F).
5. Flanges at site piping interface connection points shall be AWWA C207 Class D or ASME B16.5
Class 150 flat face flanges.
B. Threaded fittings shall be Class 300, malleable iron conforming to ANSI B16.3 or forged steel fittings
conforming to ANSI 16.11.
C. Flexible couplings (if used) shall be as follows:
1. Steel couplings, Dresser Style 38, Smith-Blair Type 411, Baker Series 200, or equal.
2. Bellows-type flexible expansion joints shall be Proco Style 240 with EPDM liner and cover or
equal. Bellows-type joints shall incorporate stainless steel flanges to provide reliable sealing at the
system design pressure.
D. Grooved-end couplings shall be flexible type, square cut groove, per AWWA C606. Couplings shall be
Victaulic Style 77, Gustin-Bacon Figure 100 or equal. Grooved end coupling shall not be used within the
adsorber vessels. Bolts and nuts shall be Type 316 stainless steel.
E. Butt-welded steel fittings shall be carbon steel pipe of the same wall thickness as adjoining pipes
conforming to ASTM 234 WPB and ANSI B16.9. Welds shall be in conformance with AWWA C206.
2.8 PROCESS VALVES
A. General
1. The Supplier shall furnish all valves as called for in these specifications, or as required for proper
operation of the equipment in general. Valves shall be manufactured by a Manufacturer whose
valves have had successful operational experience in comparable service.
2. Wherever stainless steel is specified in this section, it shall be Type 316 or Type 304 unless
otherwise specified. Where dissimilar metals are being bolted, stainless-steel bolts shall be used.
3. The Supplier shall furnish all incidental materials necessary for installation of the valves such as
flange gaskets, flange bolts, nuts and washers, and all other materials required for the complete
installation.
4. The centerline of manually operated valves shall be located not more than 5. feet above the
foundation level and shall be provided with handwheels. Valves over 5 feet to centerline shall be
rolled toward the operating side to make the handwheel more accessible to an operator of average
height. Valves shall be installed in all cases so that handles clear all obstructions when moved from
full-open to full-closed position. All aboveground valves shall have a valve position indicator arrow
to determine if the valve is open or closed.
B. Butterfly Valves
1. Butterfly valves shall be one-piece wafer type or short body, flanged type, conforming to AWWA
C504, Class 150B. Minimum working differential pressure across the valve disc shall be 150 psi.
Flanged ends shall be Class 125, ANSI B16.1. Valve shafts shall be Type 316 stainless steel journals
and static seals. Valve shafts shall be stub shaft or one-piece units extending completely through
the valve disc. Materials of construction shall be as follows:
Component Material Specification
2. Where the rubber seat is applied to the disc, it shall be vulcanized to a stainless-steel seat
retaining ring which is clamped to the disc by Type 304 or 316 stainless-steel screw fasteners. The
valve seat shall be secured to or retained in the valve body.
3. Valves shall be Pratt, DeZurik, Bray or approved equal.
4. Manual actuators on valves 6 inches and larger shall be gear actuators with handwheels. Manual
operators shall be designed in accordance with AWWA C504 and shall have a disk position
indicator designating the opened and closed position of the valve.
C. Ball Valves
1. Valves in media exchange piping and sample probe lines shall be full-bore stainless steel.
Bodies, balls, and stems shall be Type 304 or 316 stainless steel. Seats shall be R-PTFE, and stem
seals shall be R-PTFE or Viton.
2. Valves for carbon steel piping, including flush connections, pressure gauges, and compressed
air connections shall meet the following requirements unless otherwise noted in this section.
Valves shall be stainless steel, bronze, forged brass, or barstock brass body rated for 500 psi at
38°C (100°F). Seats and seals shall be Teflon.
D. Check Valves: Check valves 2.5 inches and smaller shall be Class 200, wye pattern, bronze body, swing
check valves with screw ends. Valves shall be Crane, Kennedy, Milwaukee, or equal.
E. Combination Air Valves: Valves shall have an operating pressure of 200 psi, with 2-inch screwed or
flanged fitting. Valves shall be APCO, Val-Matic, or equal.
F. Adsorber Pressure Relief: Adsorber vessel pressure relief shall be designed to protect against
overtemperature expansion while isolated from the system and from extreme system pressure excursions.
The pressure relief system shall consist of one or more pressure-relief valves sized to maintain a pressure
less than the maximum allowable working pressure at a flow rate of 1,000 gpm. Valve shall be Class 125,
cast iron body, and bronze main valve trim. Valve shall be Cla-Val Clayton 50 01 BKH, or equal. Burst discs
will not be accepted.
G. Valve Tags – All valves shall include a corrosion and UV resistant tag securely wired to the operating
handle. The tag shall include a unique valve tag number corresponding to the Supplier’s process flow
diagram.
2.9 FLOW METERS
A. Each vessel shall be equipped with a flow meter consisting of a sensor and transmitter capable of
measuring flow in the forward direction and backwash flow in the reverse direction.
B. Flow indicators shall be mounted in a location visible to operators and shall include a sun-cap or sun-
shade designed for continuous exposure to direct sunlight, durable, and sufficient to protect the indicator
screen from sunlight.
C. Siemens Sitrans FM with Mag 5000 Transmitter or Approved Equal
2.10 MISCELLANEOUS
A. Spray Nozzle: Spray water piping for washdown of the vessel during and after spent media transfer shall
extend to a spray wash nozzle in the top dish of each vessel. This line shall be provided with a 2-inch ball
valve and 2-inch cam-lock adapter located at an operable elevation. A full cone spray nozzle will be
installed in the top dish. The spray water piping shall include a tee and a second ball valve located
downstream of the check valve to facilitate manual air release from the vessel.
B. Flush Connections: Stainless steel flush connections shall be provided on each spent and fresh media
line downstream of the ball valve and at the spray nozzle supply line. Flush connections shall consist of a
short section of 3/4-inch pipe, and a 3/4-inch full port ball valve and 3/4-inch quick disconnect adapter
(Chicago Fitting) to match water hose fittings.
C. Pressure Gauges: The vessel manifold piping shall be equipped with pressure gauges to indicate the
pressure of water entering and exiting each vessel. Connection size shall be ½ inch. Range shall be 0-100
psi with an accuracy of 1 percent of full range. Gauges shall not be less than 4-1/2 inches in diameter.
Pressure gauge assemblies shall be isolated from process piping with a 1/2-inch bronze ball valve. Gauges
shall have stainless steel or bronze bourdon tube and be fitted with shatterproof glass. Gauges shall be
manufactured by Ashcroft, Crosby, Marshalltown, Marsh, or equal.
D. Transfer Hose Connectors: The media slurry piping shall be fitted with hose connectors, such that media
transfer to and from the adsorber vessels can be facilitated with transfer hoses. These connectors shall be
4-inch quick disconnect (cam-lock) adapters constructed of 304 stainless or aluminum as manufactured
by OPW Division of Dover Corporation as Kamlok Part No. 633-F or equal equipped with dust caps.
E. Sample Piping
1. The following sample taps shall be provided as a minimum:
a. Influent water to each adsorber vessel.
b. Treated Water from each adsorber vessel.
c. Media intermediate taps at the 25, 50, and 75 percent bed depth point on each vessel.
2. The sample piping shall be 1/2-inch-diameter stainless steel tubing with 1/2-inch diameter
stainless steel ball valves.
2.11 PAINTING AND COATING
A. The exterior of the vessel, supports, piping (including air vent piping) and appurtenances shall be coated
with a 2-part catalyzed epoxy primer followed by a urethane topcoat
B. All surfaces shall be prepared for coating in accordance with SSPC SP-6
C. Prime Coat: Apply 4 – 6 mils dry film thickness of a rust inhibitive 2-component epoxy coating with a
minimum solids content of 66 percent by volume. Products shall be Ameron 385, Carboline 893, Tnemec
69, or equal.
D. Finish Coat: Apply 2 – 4 mils dry film thickness of a two-component aliphatic acrylic polyurethane
coating with a minimum solids content of 58 percent. Products shall be Ameron Amerishield, Carboline
134 HS, Tnemec 74, or equal.
E. Surfaces Not to be Coated: Aluminum, brass, bronze, copper, plastic, rubber, or stainless steel. Grease
fitting, nameplates, or serial numbers.
F. Any galvanized piping used on the media vessels shall be painted to match.
G. The color shall be selected by the Owner. No supplier logo shall appear on the vessels without approval
of the Owner.
PART 3 EXECUTION
3.1 OWNER OVERSIGHT
A. The Owner reserves the right to visit all fabrication facilities and perform independent inspections of
materials and coatings at any time during the fabrication period. Such visits and inspections shall be at the
Owner’s expense but will not result in any additional compensation to the Supplier.
3.2 DELIVERY
A. All vessel openings, including manways and nozzles, shall be securely covered in the factory prior to
shipment to prevent the entrance of debris and animals.
3.3 INSPECTION
A. The Owner may retain the services of an independent, third-party testing entity to inspect the linings and
coatings of the vessels once they arrive on-site. The supplier shall provide all materials, labor and
equipment necessary and bear all costs associated with repair of the linings and coatings if holidays or
other defects are identified during the inspection.
3.4 INSTALLATION
A. Installation of the media systems and related appurtenances shall be performed by the Supplier and will
be in accordance with the Supplier’s drawings, instructions, and recommendations.
3.5 START-UP SERVICES AND TESTING
A. The Supplier shall include one (1) 4-hour site visit trip (travel time shall be included in bid, but not
counted towards 4 hours) for each site receiving media vessels to verify proper installation of the vessels.
Field visits shall be by a person knowledgeable about the design, construction, and proper installation of
the systems.
3.6 DISINFECTION
A. The interior of the vessels and manifold piping shall be free of debris when received at the job site. The
equipment shall be in a condition to be immediately pressure tested and disinfected without cleaning or
extensive flushing required.
B. Disinfection of the vessels and manifold piping shall be by the Contractor unless otherwise agreed
between the Supplier and the Contractor.
C. The media vessels and manifold piping shall be disinfected per the requirements of Section 33 13 00 and
shall follow the procedures in AWWA C652, Chlorination method 1 or an alternate method approved by the
Owner.
D. Each vessel shall be sampled and tested for coliform and HPC bacteria after disinfection. Media shall
not be loaded into the vessels until non-detect results are achieved.
E. The supplier shall be responsible for as many disinfection cycles as are necessary to obtain non-detect
coliform results.
3.7 DELIVERY AND INSTALLATION OF MEDIA
A. Following disinfection (by Supplier or Contractor) of the media vessels, each adsorber vessel shall be
filled with full load of virgin media in accordance with these specifications.
B. Total coliform and HPC test results following disinfection of the empty vessels will be made available to
the Supplier. Should the supplier wish to independently confirm the bacteriological quality of the water in
the vessels or in the City’s water supply, it shall be at their own expense.
C. It is the responsibility of the successful fire to provide all equipment and labor necessary to deliver and
unload the Ion Exchange Resin (IX) Adsorption Vessel Systems to the City job sites.
Successful firm(s) must be capable of delivering required material on business days (Monday through
Friday) between the hours of 7:00 am and 3:00 pm, except legal holidays. If material is delivered, the
delivery slip/bill of landing must be signed and received by an authorized City employee. It is the
responsibility of the Vendor to coordinate with the City the delivery date and time and to provide an
opportunity for the City to inspect the materials for damage incurred during transit as well as for non-
conformance to the specifications prior to receiving. The City of Arcadia will not be financially responsible
for any materials or goods that do not bear an authorized readable City employee signature.
Delivery schedule will be considered as evaluation criteria and shall not exceed the following:
o Provide submittals for approval – no more than 3 weeks after issuance of Purchase Order/Authorization
to Proceed.
o Provide re-submittal for approval (if applicable) – no more than 2 weeks after issuance of comments
requiring re-submittal.
o Delivery of systems to site – no more than 26 weeks after issuance of approval of submittals unless
there is an arrangement with the City for additional time for storage.
o Field services and Ion Exchange Resin (IX) Adsorption Vessel Systems delivery – no more than 2 weeks
after notice. Delivery shall be during normal business hours.
D. The Supplier shall deliver media in trailers used solely for the transport of media. Trailers shall be
thoroughly cleaned prior to filling with media and shall be lined or constructed with materials suitable for
transporting media that will be in contact with potable water.
E. A trailer washout validation certificate shall be provided at media delivery
F. All trailer openings, hoses and fittings shall be disinfected and sealed by numbered security seals upon
arrival to the job site. Hoses and fittings shall be dedicated to potable water projects.
G. Makeup or rinse water needed for the transfer shall be potable water provided by the Owner. The
Supplier shall provide any necessary hoses, site glasses, piping, and appurtenances for using this water.
The compressed air supply required for transfer of media shall be provided by the Supplier.
H. All water used in the transfer process shall be discharged to the point on site designated by the Owner;
no discharges will be permitted without the Owner's permission.
I. Media shall be transferred as a water slurry only with the media pre-wet in the trailer, using air pressure
on the trailer as the motive force. Use of a pump or eductor to transfer the media from the trailer into the
adsorber vessels is prohibited. Bag loading or dry loading of the media into the adsorber vessel is
prohibited. The media shall be loaded into the trailers before the units are driven on to the site.
J. The Supplier will be responsible for cleanup of all media and slurry spills that may occur during the media
transfer operation.
3.8 MATERIAL TESTING AND START-UP
A. Following completion of initial flushing or backwashing of the newly delivered media, samples will be
collected by the Owner from the vessel influent water or the distribution system (whichever is the source
of the slurry and flushing/backwash water) and the effluent and/or intermediate sample ports at each
vessel. These samples will be analyzed by a State of California certified laboratory for bacteriological
contamination.
CARTRIDGE FILTRATION SYSTEM
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes: Cartridge filter housings and cartridge filter elements.
1.2 REFERENCES
A. American Society of Mechanical Engineers (ASME):
1. ASME Boiler and Pressure Vessel Code, Section VIII, Division 1 - Design and Fabrication of
Pressure Vessels
2. American Society for Testing and Materials (ASTM)
a. ASTM A182 – Standard Specification for Forged or Rolled Alloy-Steel Pipe Flanges, Forged
Fittings, and Valves and Parts for High- Temperature Service.
b. ASTM A193 – Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials
for High-Temperature Service.
c. ASTM A240 – Standard Specification for Heat-Resisting Chromium and Chromium-Nickel
Stainless Steel Plate, Sheet, and Strip for Pressure Vessels.
3. American National Standards Institute (ANSI)
a. ANSI B16.5 – Pipe Flanges and Flanged Fittings
b. ANSI B36.10 - Carbon, Alloy and Stainless Steel Pipe
1.3 SUBMITTALS
A. Shop Drawings and Product Data: Submit the following in accordance with Section 01300:
1. Product literature and drawings including parts list, bulletins and/or catalog cuts for the
equipment, including all accessories, with the items to be furnished clearly marked on the submittal.
2. Shop drawings and schematics showing all details of construction, dimensions, anchorage,
including anchor bolt requirements, and anchor bolt pattern.
3. Seismic anchorage calculations and related sketch, in accordance with Section 01190.
4. Certification signed and stamped by a registered California Professional Engineer that the cartridge
filter housing design meets the required pressure service. In addition, the Professional Engineer shall
certify that the housing has been designed with appropriate safety factors.
B. Manuals: Furnish manufacturer's installation, operation and maintenance manuals, bulletins, and
spare parts lists.
C. Affidavits: Submit affidavits from the manufacturer stating that the equipment has been properly
installed, adjusted, and tested and is ready for full-time operation.
1.4 QUALITY ASSURANCE
A. Qualifications: Equipment furnished under this Section shall be supplied by a single manufacturer who
has been regularly engaged in the design and manufacture of the equipment for at least five years.
Demonstrate to the satisfaction of the Engineer that the quality is equal to equipment made by those
manufacturers named herein.
B. Factory Testing:
1. Submit factory test reports to the Engineer in accordance with Specification 11001.
1.5 DELIVERY, STORAGE AND HANDLING
A. Use non-marring slings for loading, unloading and handling units to prevent rope or cable damage to
surfaces and protective wrappings.
1.6 WARRANTY
A. The Cartridge Filtration system shall be warranted for 18 months after system completion or one (1) year
after startup to be free from defects in material and workmanship.
PART 2 PRODUCTS
2.1 MANUFACTURER
A. Filtration Systems to be models listed in the table below or approved equal:
Goldring Well Plant Peck Well Plant Orange Grove Wells
Plant
Filtrek Housing
Model Number
S6UFH26-09-60-10F-
150
S6UFH26-09-60-
10F-150
S6UFH26-09-60-
10F-150
Number of
Housings Per Site
1 Duty – 1 Standy
(2 Total)
2 Duty – 1 Standy
(3 Total)
2 Duty – 1 Standy
(3 Total)
Cartridge Model
Number UF-5-60-BN-61 UF-5-60-BN-61 UF-5-60-BN-61
Number of
Cartridges per
Housing
9 9 9
*See Spare Set Section for additional cartridges needed.
2.2 FILTER HOUSINGS
A. General Requirements: The Cartridge Filter housing design shall include a swing bolt cover using an O-ring
closure as well as a manual or mechanical davit assembly to facilitate filter element maintenance.
B. Standard: ASME Section VIII Division 1, except as modified herein.
C. Certification Requirements: NSF 61
D. Provide one pressure gauge with accessories each for the inlet and outlet discharge of one cartridge
filter. Gauge features and accessories shall comply with Section 17150 and shall be for pressure ranges
appropriate for the equipment specified herein above.
E. Provide 2” NPT drain connection and ball valve for each of the clean and dirty sections of the filter housing.
F. Provide 1/2” NPT vent connection and ball valve for each filter housing.
G. Filter housing flanges shall be Class 150
H. Design Criteria:
Parameter Unit Value
Design Flow per Vessel gpm 2,250
Pressure Rating psi 150
Materials - 316 SS
Connections - Double Open End with O-
Rings
Closure Gasket - EPDM
Inlet and Outlet Pipe
Diameter
inch 10
Configuration - See table above
2.3 CARTRIDGE FILTER ELEMENTS
A. General Requirements: Cartridge filter elements shall be by a manufacturer named in 2.01,
or approved equal.
B. Certification Requirements: NSF 61
C. Design Criteria:
Parameter Unit Value
Material - Polypropylene
Nominal Filter Pore
Size
-micron 5
Maximum Clean
Differential
Pressure
-psi 2
Minimum Number of
Elements per Housing
- 8
Minimum Filter
Element Outer
Diameter
inch 6
Filter Element Length inch 40
2.4 SPARE PARTS
A. The Cartridge Filter system shall be furnished with the following spare parts, which shall include as a
minimum the following:
1. One full set of replacement cartridge filters per housing.
2. One (1) spare lid O-ring per filter housing.
2.5 FINISHES
A. Painting: No standard factory paint finish is required.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install equipment in strict conformance with the manufacturer's installation instructions.
3.2 FIELD SERVICE
A. The Cartridge Filtration System manufacturer shall supply a competent field service engineer to
thoroughly check and inspect the Cartridge Filtration System after installation, place the Cartridge
Filtration System in operation, make necessary adjustments, and conduct field tests. The services required
shall also include on-the-job training of operators including safety procedures, operating instructions, and
preventive maintenance procedures. Furnish a minimum of one man-day of field services.
EXHIBIT B
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a detailed progress
report that indicates the amount of budget spent on each task. Consultant will inform City regarding any out-of-
scope work being performed by Consultant. This is a time-and-materials contract.
Compensation shall be based on time and materials spent in accordance with the following tasks, not to exceed
the total compensation listed below:
The schedule of prices is attached as attachment “A” to this Exhibit “B”.
Ion Exchange (IX) Adsorption Vessel System at Peck Well, - $4,763,552.55
Orange Grove Wells, and Goldring Well
Total Compensation - $4,763,552.55
The total compensation shall not exceed the total listed without written authorization in accordance with Section
2 (b) of the agreement.
Attachment “A” to Exhibit “B”
ION EXCHANGE ADSORPTION VESSEL SYSTEM RFP BID
SCHEDULE (ION EXCHANGE RESIN)
All pricing listed below must meet the given specifications. If there are any deviations that
affect the pricing below it must be listed out on a clarification page for evaluation.
Goldring Well
ITEM
NO. DESCRIPTION QTY UNIT PRICE TOTAL PRICE
1.
ION EXCHANGE RESIN (IX) ADSORPTION
VESSEL SYSTEMS INCLUDING SELECTIVE RESIN (2
VESSELS PER SYSTEM)
1
$853,802.75
$853,802.75
2. PREFILTRATION EQUIPMENT (1 Duty, 1
standby) 2 $39,276.10 $78,552.20
3. PRE-RINSE IX RESIN ADDER 1 $30,829.50 $30,829.50
4.
MONTHLY CHARGE FOR THE STORAGE OF
TREATMENT SYSTEMS AND CARTRIDGE
FILTERS
12
$400.00
$4,800.00
5. RAPID SMALL SCALE COLUMN TEST (RSSCT) 1 $25,967.50 $25,967.50
6.
OFFLOAD, SET AND ASSEMBLE THE TREATMENT
SYSTEM AND CARTRIDGE
FILTERS ON THE PAD
1
$16,850.00
$16,850.00
GOLDRING WELL -TOTAL FEE PROPOSAL $ $1,010,801.95
Peck Well
ITEM
NO. DESCRIPTION QTY UNIT PRICE TOTAL PRICE
1.
ION EXCHANGE RESIN (IX) ADSORPTION
VESSEL SYSTEMS INCLUDING SELECTIVE RESIN
(2 VESSELS PER SYSTEM)
2
$797,447.75
$1,594,895.50
2. PREFILTRATION EQUIPMENT (2 Duty, 1
standby) - 3 $39,255.10 $117,765.30
3. PRE-RINSE IX RESIN ADDER 2 $30,387.50 $60,775.00
4.
MUNTHLY LHAKut I-UR I HE I UKAut:
OF TREATMENT SYSTEMS AND CARTRIDGE
FILTERS
12
$600.00
$7,200.00
•
5. RAPID SMALL SCALE COLUMN TEST (RSSCT) 1 $25,967.50 $25,967.50
6.
OFFLOAD, SET AND ASSEMBLE THE
TREATMENT SYSTEM AND CARTRIDGE FILTERS ON
THE PAD
1
$18,500.00
$18,500.00
PECK WELL-TOTAL FEE PROPOSAL $ $1,825,103.30
Orange Grove Wells
ITEM
NO. DESCRIPTION QTY UNIT PRICE TOTAL PRICE
1.
ION EXCHANGE RESIN (IX) ADSORPTION
VESSEL SYSTEMS INCLUDING SELECTIVE
RESIN (2 VESSELS PER SYSTEM)
2
$848,277.75
$1,696,555.50
2. PREFILTRATION EQUIPMENT (2 Duty, 1
standby) 3
$39,255.10
$117,765.30
3. PRE-RINSE IX RESIN ADDER 2 $30,829.50 $61,659.00
4.
MONTHLY CHARGE FOR THE STORAGE OF
TREATMENT SYSTEMS AND CARTRIDGE
FILTERS
12
$600.00
$7,200.00
5. RAPID SMALL SCALE COLUMN TEST (RSSCT) 1 $25,967.50 $25,967.50
6.
OFFLOAD, SET AND ASSEMBLE THE TREATMENT
SYSTEM AND CARTRIDGE
FILTERS ON THE PAD
1 $18,500.00
$18,500.00
ORANGE GROVE WELLS - TOTAL FEE PROPOSAL $ 1,927•647•30
GRAND TOTAL FEE PROPOSAL $ -4,-763-,552-.55----------
Four million, seven hundred sixty three, GRAND TOTAL IN WRITTEN FORM $ five hundred and fifty two dollars and fifty-five cents.
Proposed Schedule:
Provide submittals for approval: 3 Weeks after issuance of Purchase Order.
Provide re-submittal for approval: _2_Weeks after issuance of comments requiring re
submittal.
Delivery of systems to site: 26 Weeks after issuance of approval of submittals. Field
services and Ion Exchange delivery: _2_Weeks after notice.
AqueoUSvETS
Scope of Work - IX Systems & Site Assembly
Date Prepared:
Project Name: AV
Proposal No.: AV
Contact:
October 21, 2025 Prepared For: Ion
Exchange Resin (IX) Adsorption Vessel s,Project Location: P24-
0142 Prepared By:
Kelsey Hakes-Beckwith Contact Info:
City of Arcadia
City of Arcadia, CA
Clairissa Baker
khakes@aqvets.com (949) 531-0786
ION EXCHANGE RESIN SYSTEMS
RFP Bid Schedule (Ion Exchange Resin)
Goldring Well IX System (2,000 GPM Total/2,000 GPM Per System)
la PF 12-420 LowPro® HF IX System, 125 psi 1 $773,000 $773,000
lb Purofine PFA694E (546 ft3/vessel; 1092 ft3/system) 1 Included Included
2 Prefiltration Equipment (1 duty, 1 standby) 2 $35,620 $71,240
3 Adder for Pre-Rinse of Resin ($/system) 1 $27,900 $27,900
4 Monthly Charge for the Storage of Treatment Systems and Cartridge Filters 12 $400
$4,800
5 Rapid Small Scale Column Test (RSSCT) 1 $23,500 $23,500
6 Offload, Set and Assemble the Treatment System and Cartridge Filters on the
Pad 1 $16,850 $16,850
Estimated Sales Tax@ 10.5% $93,511.95
Freight to Project Site Included
Total Price $1,010,801.95
Peck Well IX System (3,600 GPM Total/1,800 GPM Per System)
la
PF 12-420 LowPro® HF IX System, 125 psi
2
$722,000 $1,444,000
lb DuPont PSR2+ (483 ft3/vessel; 966 ft3/system) 1 Included Included
le Purofine PFA694E (483 ft3/vessel; 966 ft3/system) 1 Included Included
2 Prefiltration Equipment (2 duty, 1 standby) 3 $35,620 $106,860
3 Adder for Pre-Rinse of Resin ($/sytem) 2 $27,500 $55,000
4 Monthly Charge for the Storage of Treatment Systems and Cartridge Filters 12 $600 $7,200
5 Rapid Small Scale Column Test (RSSCT) 1 $23,500 $23,500
6 Offload, Set and Assemble the Treatment System and Cartridge Filters on the
Pad 1 $18,500 $18,500
Estimated Sales Tax @ 10.5% $170,043.30
Freight to Project Site Included
Total Price $1,825,103.30
Qty Deduct to use Bray Wafer Butterfly Valves with 41655 stem in lieu of 31655 1 stem ($/System)
Estimated Sales Tax@ 10.5% -
AqueoUSvETS
Scope of Work - IX Systems & Site Assembly
Orange Grove Well IX System (4,000 GPM Total/ 2,000 GPM Per System)
la PF 12-420 LowPro® HF IX System, 100 psi 2 $768,000 $1,536,000
lb DuPont PSR2+ (546 ft3/vessel; 1092 ft3/system) 1 Included Included
le Purofine PFA694E (546 ft3/vessel; 1092 ft3/system) 1 Included Included
2 Prefiltration Equipment (2 duty, 1 standby) 3 $35,620 $106,860
3 Adder for Pre-Rinse of Resin ($/system) 2 $27,900 $55,800
4 Monthly Charge for the Storage of Treatment Systems and Cartridge Filters 12 $600 $7,200
s Rapid Small Scale Column Test (RSSCT) 1 $23,500 $23,500
6 Offload, Set and Assemble the Treatment System and Cartridge Filters on the
Pad 1 $18,500 $18,500
Estimated Sales Tax @ 10.5% $179,787.30
Freight to Project Site Included
Total Price $1,927,647.30
Adders/Deducts for Mechanical System
No. Description
Unit Price Total Price
-$3,100 -$15,500
($1,627.50)
Total Deduct {$17,127.50)
• Each system is comprised of two (2) 125 PSI ASME code adsorbers with interconnecting pipe. Vessels for Orange Grove well are
rated to 100 psi per Specifications.
• Systems are designed for operations in parallel and/or series (lead/lag) configurations with a dedicated backwash return line
as part of the three-tier manifold.
• Vessel volume with a carbon expansion capacity of 30% based on backwashed and drained media volume listed above.
• AV has provided PFA694E for the single system at Goldring Well. For both Peck Well and Orange Grove Well, one system will
contain PSR2+ and one system will contain PFA694E at each site.
• Due to media weights, trailers may need to be filled on site.
• Seismic Criteria based on Site Class= D and Importance Factor= 1.5.
• Two Cla-Val Clayton 50 01 BKH pressure relief valves per system for pressure relief per Specification 2.8.F.
• 8-inch carbon steel ring header and 10-inch carbon steel manifold.
• Nine (9) wafer-style butterfly valves with cast iron body and nylon coated ductile iron disc per Specification 2.8.B.
• Two Siemens Sitrans FM with Mag 5000 Transmitter magnetic flowmeters per system.
• 316 SS multi-point upper distributor included in each adsorber.
• All internal underdrain and overdrain components within the vessel will be 316 SS materials.
• All nuts, bolts, and washers will be hot dipped galvanized.
• Gaskets shall be ring-type EPDM per Specification 2.7.4.c.
• Pressure gauges shall be 4.5" diaper Specification 2.10.C.
• Vessels will be lined with Sherplate PW (40-60 MDFT) per Specification 2.5.A. Vessels will be coated per Specification 2.11. Per
manufacturer's recommendations.
• Third party lining inspection included per Specification 2.5.D.
• Process pipe will be lined with Scotchkote 134 (16 mils). Process pipe will be coated with Sherwin Williams Epoxy Powder primer
(8-12 mils) and Sherwin Williams Superdurable Polyester TGIC Powder topcoat (2-3 mils). Per manufacturer's
• Media slurry lines will be epoxy lined and coated.
• Pricing includes media loading and startup assistance of offered systems.
;?--
AqueoUSvETs
Scope of Work - IX Systems & Site Assembly
• Equipment offered in accordance with Bid Documents and Addendum 1, as clarified on the Clarifications page(s) included within
this proposal.
• The above pricing for systems and media is based on the purchase of the entire offer. Any change in scope may result in pricing
adjustments.
Prefiltration Equipment Notes:
• Two (2) filter housings with filter elements, each rated for 2,250 gpm nominal flow (1 duty, 1 standby) for Goldring Well. Three (3)
filter housings each with filter elements, each rated for 2,250 gpm nominal flow (2 duty, 1 standby) for Peck Well and Orange Grove
Wells.
• Filter housings are all Filtrek Housing Model No. S6UFH26-09-60-10F-150. Filtrek Cartridge Model No. UF-5-60-BN-61. Per
specification Cartridge Filtration System 2.1.A.
• Only the equipment and installation is included in the prefiltration equipment price - no piping or additional
instrumentation.
• Filter housings are 316 SS, are rated to 150 PSI, and are ASME code stamped per Specifications. One pressure gauge with
accessories each for inlet and outlet discharge of one cartridge filter included per Specification 2.2.D.
• Standard model filters housings are equipped with Buna-N or EPDM seals (as required by customer) and a standard Davit arm
cover.
• Spare parts included consist of one (1) full set of replacement cartridge filters per housing and one (1) spare lid O-ring per filter
housing. Per Cartridge Filtration System Specification 2.4.A.1. and 2.
• AV field service technician included for one 8-hour day of field services for installation per Cartridge Filtration System
Specification 3.2.A.
Offloading, Setting and Assembly:
AV included field technicians for help with assembly in the above offered systems.
• Pricing is based assembly of all offered systems in a single site visit per well site. Three visits total (one at each well site) have been
included in this proposal.
• Offloading and assembly of all offered systems at the project site. Estimated time is 1-2 days for AV's fabrication team. This will
allow the general contractor to immediately pressure test and make necessary tie-ins at system manifold. Additional time on
site will be billed at a rate of $9,500/day.
• Pricing assumes clear shots for crane to place systems onto the pad.
• Crane and operator are included. Pricing is based on providing an 80-100 ton crane. Final crane requirement will be
determined based on crane proximity to the concrete pad.
• System anchoring and grouting by others.
Site Assembly - Since AV's systems are preassembled at our manufacturing facility, it makes sense for
our fabricators to set and assemble the systems on site. Our familiarity with the systems allows our
staff to more efficiently and cost effectively assemble the systems on site when compared to
conventional General Contractors. This provides our customers the opportunity to install our
systems at a significant cost savings. See site assembly videos for similar projects here:
https://agueousvets.com/video-library
► California Contractor's License Number: 1089449
► Department of Industrial Relations (DIR) Number: 1000957029
- ,.,,:--"-
queoUSvETS'
Scope of Work - IX Systems & Site Assembly
SCOPE BY OTHERS
• Disinfection of tanks and manifold are by contracter per Section 3.6.B.
• All building and regulatory permits.
• Site design and related plans for construction.
• Pad suitable for selected systems (level and flat).
• Anchor bolts and anchoring and grouting of systems and pipe stands.
• Anchor bolt templates. Systems are assumed to be installed via Hilti-epoxy methods unless otherwise specified. If cast-in-
place anchoring is desired, anchor templates will need to be added to the scope at a cost of $2,950 each.
• Final tie-ins at termination of AV's scope.
• Water source at 60 psi to fill media trailer prior to slurry loading.
• Hydrostatic and disinfection testing of provided system.
• Start-up services and any required acceptance tests not stated in AV scope above.
• Any other items not specifically identified by Aqueous Vets.
PROFESSIONAL and COMMERCIAL TERMS
VALIDITY: Pricing is valid for 90 days from the date of this Proposal.
DELIVERY SCHEDULE: Schedule of delivery will be as outlined within this proposal and on the separate Bid Schedule Form.
PAYMENT TERMS:
SHIPPING TERMS:
TAXES & FEES:
Schedule of payment, based on total contract value, will be as follows, Net 30 days. 1}
30% raw material deposit on contract execution.
2) 25% on receipt of approved submittals, by site. 3}
30% on receipt of materials at AV shop.
4) 10% on equipment ready to ship, by site.
5) 5% on delivery of equipment, by site.
FOB shipping point, with full freight allowed to jobsite.
Sales taxes are included only as indicated above. Aqueous Vets shall not be responsible for any additional fees, tariffs, duties, or
increases enacted by governmental agencies.
40
24347.00006\30493020.2
EXHIBIT C
Activity Schedule
All work shall be completed in accordance with the following schedule:
The term of this Agreement shall be for TWO YEARS from the date of execution. All tasks under
Exhibit “A” shall be adhered to and executed accordingly.
41
24347.00006\30493020.2
EXHIBIT D
Federal Requirements
Not Applicable.