Loading...
HomeMy WebLinkAbout001312 Original Contract City of Port Angeles City Clerk's Original Copy, Record #00 1312 CONTRACT DOCUMENTS for WATER TREATMENT PLANT MIOX ELECTROLYTIC CELL PURCHASE CONTRACT NO. MEC-2017-41 pORT S CITY OF PORT ANGELES WASHINGTON July 2017 CRAIG MILTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES Reviewed by: #a es Burke puty Director of Operations Reviewed by: WHarn Bloor City Attorney Page 1 of 17 July 24, 2017 4* CITY OF PORT ANGELES 0 INVITATION TO BID For WATER TREATMENT PLANT MIOX ELECTROLYTIC CELL Sealed bids will be received by the Director of Public Works & Utilities no later than 1:00 PM, Wednesday, August 16, 2017 and will be opened shortly after and read in the Public Works Engineering conference room — upstairs, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: * One (1) Miox Electrolytic Cells Bid documents may be obtained by contacting Lucy Hanley, Contract Specialist by email at contracts(a-),cityof pa us. All bids must be on the form provided. Faxed or ernailed bids shall not be accepted. The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregularities in the bidding process. Subject to the foregoing, the Contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this Contract. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE: August 16th, 2017 PURCHASE CONTRACT NO. MEC-2017-41. The name and address of the Bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Craig Fulton, Director of Public Works & Utilities 321 East 51h Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: July 30, 2017 Project No. MEC 2017-41 Form revised: November 21, 2016 Page 2 of 17 Pon r4',� INSTRUCTIONS FOR BIDDERS � Equipment Bids BID SUBMITTAL: All bids must be made on the required bid form and in cases of bid price extension All bids must be sealed with the outside of errors, the unit prices will govern, All blank the envelope marked with the BID spaces for bid prices must be filled in, with OPENING DATE August 16, 2017 ink or typewritten, and the bid form must be PURCHASE CONTRACT NO, MEC 2017- fully completed and executed when 41. The NAME AND ADDRESS OF THE submitted. Only one copy of the bid form is BIDDER shall also appear on the outside of required. Faxed or emailed bids will not the envelope. Bids shall be directed to the be accepted. Failure to adhere to City of Port Angeles, Public Works and instructions may constitute disqualification Utilities, Atte: Craig Fulton, P.E., Director of of bid. Public Works and mailed to 321 East Fifth Street, Port Angeles, Washington 98362. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with The attached specifications describe the the specifications. minimum requirements for the equipment requested. All parts necessary to provide a Failure on the Bidder's park to comply with complete unit„ meeting all safety any specification herein will be grounds for requirements, and ready for operation„ shall disqualification of the bid. be included in the bid and shall conform in strength, quality of workmanship and All items called for in the specifications, material to that usually provided in the including but not limited to the equipment general trade. Full descriptive literature constructed as shown, and the necessary should accompany every bid, Any variance manuals, must be complete and delivered from the specifications or standards of before the final payment can be processed. quality must be clearly stated in writing by the Bidder. When the description of an item includes both specifications and a brand name and Do not make reference to brochures or number, the specifications shall govern in supporting literature on the bid sheet. All case of conflict, Brand name and number notations for bid compliance or are for reference as to the type and quality exceptions are to be made on the bid required and do not preclude offers of a sheet or on a plain piece of paper comparable or better product, provided full attached and referenced to the bid item. specifications and descriptive literature accompany the offer. If a bidder's corporate policy mandates use of an official quotation form, it may be WARRANTY: submitted. However, the cost data must be The purchased supplies or equipment duplicated on the City's bid cost data and furnished must have full manufacturer's agreement sheet. The City's bid sheet warranties, and the warranties must inure to must be signed by the bidder or its agent the benefit of the City. in order for the proposal to be accepted. If alternate equipment is proposed, bidders Bidder agrees to these warranty provisions are required to submit a separate bid sheet by signing the bid sheet. for each unit offered. Project No. EIEC 2017-41 Form revised: November 21, 2016 Page 3 of 17 SAFETY: placed with successful bidders over this This unit shall completely comply with all period from the date of award. Prices bid State and Federal laws, rules, regulations shall be good for all equipment and and codes in effect at the time of delivery. materials ordered during that period. All orders shall be placed using City Purchase The unit shall be tested by the successful Orders. Payments shall be made within 30 bidder for compliance with all OSHA/WISHA calendar days from invoice received. regulations and the State Department of Labor and Industries Safety Rules. Minority and women owned businesses shall be afforded full opportunity to submit DELIVERY & ACCEPTANCE: bids in response to this invitation, shall not The successful bidder shall be responsible be discriminated against on the grounds of for delivery to the City's Corp Yard, 1703 sex, race, color, age, national origin or South B Street, Port Angeles, Washington, handicap in consideration of an award of 98363 between the hours of 7:00 AM and any contract or subcontract, and shall be 3:00 PM during the City's normal work day. actively solicited for participation in this Delivery shall be made within the time project by direct mailing of the invitation to period specified on the Schedule(s). bid to such businesses as have contacted the City for such notification. Further, all GENERAL INFORMATION: bidders are directed to solicit and consider The City reserves the right to consider minority and women owned businesses as delivery time and may waive any minor potential subcontractors and material irregularities or minor defects or reject any suppliers for this project. and all bids. Any bid may be withdrawn prior to the above scheduled time for the Signing of the bid sheet by bidder and opening of bids or authorized postponement subsequent acceptance by the City of the thereof. Any bid received after the time and lowest responsive bid will constitute a date specified shall not be considered. No binding agreement between the City and bidder will be permitted to withdraw its bidder. Bidder understands and agrees that proposal between the closing time for no contract payment will be made until the receipt of proposals and the execution of City certifies that all stated specifications contract, unless the award is delayed for a have been complied with and the equipment period exceeding sixty (60) calendar days. is delivered and accepted by the City. The City may, at its option, in awarding this purchase contract, take into consideration Bids will be evaluated and submitted to the the revenue it would receive from authorized purchasing agent for approval as purchasing the equipment from a supplier soon as possible after bid opening. All located within its boundaries, in accordance bidders will be notified of results in writing. with RCW 39.30.040. Upon award of the Contract to the For the Schedule(s), offers made in successful bidder, the City will send the accordance with the Invitation to Bid shall bidder duplicate, complete sets of Contract be good and firm for the period of 90 Documents, which will include the City's calendar days after contract award Purchase Order. The Purchase Order will unless the bidder specifically limits its offer include the final agreed upon price and the to a shorter period by written notification on specific equipment and options being the bid document. However, bids so purchased. The bidder will then sign the modified may be declared non-responsive. duplicate sets of Contract Documents and Quantities shown are of total estimated return them for signing by the City. Each initial quantities to be ordered. Purchase party will retain a fully executed set of the Orders for additional quantities may be Contract Documents, Project No. MEC 2017-41 Form revised: November 21, 2016 Page 4 of 17 The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, at contracts(cD.cityof pa.us. Project No. MEC 2017-41 Form revised: November 21, 2016 Page 5 of 17 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON THAT ARE HEREBY INCORPORATED BY REFERENCE, 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specifications will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bads, containers or reels„ unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Bidder shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by bidder. The successful bidder shall be responsible for delivery to the City's Maintenance Yard, 1703 South B Street, Peart Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays„ it has adopted the following to calculate liquidated for failure to complete the delivery of the equipment/material on time. Accordingly, the bidder agrees to the following: a. To pay liquidated damages in the amount of $12.50 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To authorize the City to deduct these liquidated from any money due or coming due to the bidder. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a property completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid„ F.O.B. Destination. Project No. MEC 2017-41 Form revised: November 21, 2016 Page 6 of 17 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting from non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at bidder's risk and expense. 8. IDENTIFiCATION: All invoices, packing lists„ packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 0. INFRINGEMENTS: Bidder agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark„ copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suit(s)or proceedings. 10. WARRANTIES: a. Notwithstanding inspection and acceptance by the City, the articles supplied under this Contract, or any condition of this Contract concerning the conclusiveness thereof„ unless otherwise specified for a different period in Schedule A, the bidder warrants that for a period of one year after delivery and acceptance by the City that:. (1) All supplies furnished under this Contract will be free from defects in material or workmanship and will conform with all requirements of this Contract; and 2) The preservation, packaging, packing, and marking, and the preparation for, and method of, shipment of such supplies will conform with the requirements of this Contract. b. When return, correction„ or replacement is required, transportation charges and responsibility for the supplies while in transit shall be borne by the bidder. However, the bidder's liability for the transportation charges shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in this Contract and the bidder's plant, and return. c. Any supplies or parts thereof„ corrected or furnished in replacement under this clause, shall also be subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph 10.a of this clause and shall run from the date of delivery of the corrected or replaced supplies. d. All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this Contract. e. All standard manufacturer warranties must inure to the benefit of the City. f. Remedies available to the City. Within a reasonable time after providing notice to the bidder, the City may either: (1) Require, by written notice, the prompt correction or replacement of any supplies or parts thereof (including preservation, packaging, packing, and marking) that do not conform with the requirements of this contract within the meaning of paragraph 10.a of this clause; or Project No. MEC 2017-41 Form revised: November 21, 2016 Page 7 of 17 (2) Retain such supplies and reduce the contract price by an amount equitable under the circumstances. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by bidder shall be made for federal excise taxes, and the City agrees to furnish bidder, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Bidder warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS.- Regardless of FOB point, Bidder agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein that occur prior to delivery. Such loss, injury or destruction shall not release Bidder from any obligation hereunder. 15. HOLD HARMLESS: Bidder shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Bidder, its employees, agents or subcontractors howsoever caused. 16, ANTI-TRUST: Bidder and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by the City. Therefore, Bidder hereby assigns to the City any and all claims for such overcharges. 17. DEFAULT: Bidder shall be liable for damages suffered by the City resulting from Bidder's breach of Contract. The Bidder covenants and agrees that in the event suit is instituted by the City for any default on the part of the Bidder, and the Bidder is adjudged by a court of competent jurisdiction to be in default, Bidder shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Bidder agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallarn County, 18. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the Bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The equipment shall be tested by the successful Bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 20. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, BIDDER ACCEPTS ALL OF THE TERMS Project No. MEC 2017-41 Form revised: November 21, 2016 Page 8 of 17 AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY BIDDER AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project New. MEC 2017-41 Farm revised November 21„ 2016 Page 9 of 17 PURCHASE CONTRACT THIS CONTRACT is made and entered into as of the date of the last signature affixed below, between the City of Port Angeles, a non-charter code city and municipal corporation of the State of Washington (hereinafter called the "City") and Miox (hereinafter called the "Contractor," "Vendor," or"`bidder"), WITNESSETH: That the City and the Bidder, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete Contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order, and the Purchase Contract, The foregoing documents shall hereinafter be called "Contract Documents" or "Contract." All obligations of the City and the Bidder are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE 11 CONTRACT COST The Bidder agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Bidder the equipment as described and set forth in the Contract Documents and the provisions of the Bidders bid attached and made a part hereof, ARTICLE III ASSIGNMENT The Bidder shall not assign any of its responsibility under this Contract without the express written consent of the City, ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights, and obligations of the parties hereunder shall be brought and heard in Clallarn County Superior Court. Project No. MEC 2017-41 Form revised: November 21, 2016 Page 10 of 17 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1 The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE V1 TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Bidder or the Bidders subcontractors, the City may serve written notice of intention to terminate such Contract upon the Bidder, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Bidder such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Bidder, and the Bidder shall be liable to the City for any excess cost thereby. Project No. MEC 201741 Form revised: November 21, 2016 Page 11 of 17 ARTICLE Vill WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. IN WITNESS WHEREOF, the parties have executed this Contract as of the date of the last signature affixed below. I MIOX 0 CIT -D Y OF =ELES Nay: By: Printed Name: 7—oa"( t:bwA-A-05';- Printed Name; Dan McKeen Title: r ' ,A X4— Title: City Manager Dated: 10 0, of 1 7-o 1 Dated: ATTEST: ATTEST: City Clet� Appioved to as tof"'m City omey Project No.MEC 2017-41 Form revised:November 21,2016 Page 12 of 17 City of Port Angeles Schedule A Invitation for Bid Water Treatment Plant MIOX Electrolytic Cell Purchase Contract: MEC 2017-41 GENERAL DESCRIPTION: The City of Port Angeles Water Treatment is requesting bids for ones MIOX Electrolytic Cell, 201-01011-06. DATE DELIVERY REQUIRED: The unit shall be delivered to the City within 60 calendar days from Notice of Award. PRICE: The City reserves the right to accept or reject all price increases or decreases. The City shall be entitled to any promotional pricing during the contract period which is lower than the standard pricing as provided in the bids. FREIGHT: Freight shall be FOB destination. QUALITY ASSURANCE AT BIDDING: Bidders shall provide a certificate of material with their bid. Failure to provide the City with the certification may result in rejection of bid(s). DESCRIPTION The City uses a RIO H1 Series MIOX chlorine generator at the City Water Treatment Plant to create the disinfection product sodium hypochlorite. The RIC► H1 Series produces sodium hypochlorite for water disinfection and is systematically optimized for ease of use, reliability, and performance. The electrolytic cell is the key component to transforming salt into sodium hypochlorite. The City is soliciting bids for one (I MIOX Electrolytic Cell, 201-01011-06 Cell, RIO Series, 1-11. Project No. MEC 2107-41 Page 13 of 17 Form revised: November 21, 2016 City of Port Angeles Bid No. MEC 2017-41 BID FORM Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby bids the following amount—s for all material described in the Contract Documents. Mail' MIOX El 201-01 01 1-06 Cell, RIO Series, H1 1 21, 580 . 0 . 00 Mpig! .................. ... ...... SUbtotal,: $21, 580. 00 Fra�ght $300 . 00 SaWsTax(B.4%) l $1, 812 .72 I BIdAmouft $23, 692 .72 Project No. MEC 2107- Page 14 of 17 Form revised: November 21, 2016 City of Port Angeles Bid No. MEC 2017-24 WATER TREATMENT PLANT MIOX ELECTROLYTIC CELL BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further not' 7 ;k es, No ADDENDA ACKNOWLEDGMENT: The Bidder hereby acknowledges that it has received Addenda No(s). N/A to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the Bidder or a representative legally authorized to bind the Bidder. FULL LEGAL NAME OF BIDDER MIOX TYPE OF BUSINESS: ViCorporation E Partnership (general) Partnership (limited) E-, Sole Proprietorship Limited Liability Company ADDRESS 5601 Balloon Fiesta Parkway- NE CITY/STATE/ZIP Albucruercrue , NM 87113 — PHONE 505 - 343 - 0090 FAX 505 - 343 - 0093 NAME (PLEASE PRINT) Tony Edwards TITLE Project Manage rZ Engineer SIGNED DATE e'12 /ZV/7 Project No. MEC 2107-24 Page 15 of 17 Form revised: November 21, 2016 NON-COLLUSION AFFIDAVIT STATE OF New Mexico COUNTY OF Bernal il 1o) The undersigned, being first duty sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bidder/Contractor Subscribed and sworn to before me this 2nd day of August 20 17 NotaPubl4in and f(!rr the State of ew Rew"I c C) Residing at At vat,4wl, Vve-, MyComm. Exp.: rarmr -7M 00ACIAL SEAL CHERYL SANDOVAL "Wy Putifit State of Now xito )5-11-my Comm.Expires'= Project No. MEC 2107-24 Page 16 of 17 Form revised: November 21,2016 .: :::��«: . \\:\�c: , ` �2 } � /w«\w \ \\2 ` � , , } zdR« Z��&: : ° � wtdw yw § 0 NSF International 08/12/2015 Mr.Andrew Comito Miox Corporation 5601 Balloon Fiesta Parkway Albuquerque, NM 87113 Subject: Revised Authorized Registered Formulation for Standard 61 Enclosed is a copy of your revised Authorized Registered Formulation. This complete formulation (original copy with blue watermark)must be retained and on file at the identified plant location for review by an NSF Field Representative, conducting the annual/follow-up audits. Please forward the Authorized Registered Formulation to the appropriate plant. Each product is identified by Document Control Code(DCC number) located in the upper left hand comer of the each page. All previous and now outdated Authorized Registered Formulations for your products are to be destroyed and replaced with the enclosed revisions. The NSF audit of your plant, including matedats/process verification and product sampling, will be guided by this formulation. Failure to maintain this information at the plant may require special follow-up audits or result in removal of products from Listing. Only those specific material1ingredients and use levels indicated in the Authorized Registered Formulation are authorized for use in the Certified Product. To obtain authorization for an alternate supplier (or other modification) please contact your Certification Project Manager at 1-800-NSF-MARK to request the appropriate forms. For customers outside the USA, please use 1-734-769-8010 and ask for your Certification Project Manager. As a reminder, you are not permitted to make any formulation changes to NSF Certified products without prior written approval from NSF. If you have any questions about the Authorized Registered Formulation, please contact your Certification Project Manager indicated below. Enclosure:Authorized Registered Formulation Certification Project Manager: Coitney Scruggs, 734-769-5181, Cscruggs@nsforg Plant: 20952 DCC: PM08069 This is a copy of the Authorized Registered Formulation. If you have received this ARF in hard copy,you may confirm the most current ARF by contacting your Certification Project Manager or going directly to the secured NSF Online website (http:k\.-rteMs.nsf.org)for the West,most accurate information. DCC:PM08069 Date.08112/2015 NSF/ANSI Standard 61 -Chinking Water System Components-Health Effects Authorized Registered Formulation This product may require additional evaluation or testing prior to authorization for Usting.Only products included in NSFs Official Listing are NSF Certified and authorized to bear an NSF Cer0cation Mark. Reason For Revision: Drop products and update bracketing for remaining products-W0213425 Customer Name: Miox Corporation Facility Location:Albuquerque,NM Customer Number, 20950 Facility At: Albuquerque,NM Facility Number: 20952 Function- Cherrical Generators Size: Trade Name($) Rio H1 Rio Ml Rio H2 Rio M2 Rio H3 Rio M3 Rio H4 Rio M4 Rio H5 Rio M5 Listing Notes Certification of theori�<* nigA.,f"available c:hkmi.m'i�,AC),��,*ih,�,dosage rate yielding a Rio M uh1*,*bat"",on a mixed oxidant sokA _4500 maximum chlorine conce, eat i6nilll_into p"'o table voter. Certification of the RIO H sodium hype s (me �"'Jh� dosage rate yielding a ,,on a<I-0,000 mgtL chlorite oju�ioh aouredpst�fMW, ("'e' s 77,77" maximum chlorine Goncentrai tilf' Certification is based on a miniffArtiff"7-20,0w gAllobsof watir,,treated per day. Certification of this product has beat I rf*66rrhedtaithe(he *'l,st"fie oUN1'" Sf§tan atni4f�,i4ich assesses the acceptability of $F AN ,,4 potential extractants from the che 'ce cal( of the chernica�s)generated.As te unit operation,maintenance and unit,"the ensuing chernis)is riot certified by NSF to NSF/ANS,S,, Category: MECH,SECTION 8-MECHANICAL Material Type: Multiple Water Contact Materials(MLTPL) Temperature: Cold(73 Fi23 C) Bracketing Testing and evaluation of this product is covered by the testing of PM13816. Sample Notes Norte. Miscellaneous Note BracketWg Justification: The Rio M units are'mixed oxidant generators(siftlar to Re Miox generators)and the Rio H units are sodium hypochlorite generators(similar to the Hypo generators).The Rio M units generate a 4,500 mg/L free available chlorine solution,the Rio H units generate a 8,000 mg/L solution measured as free available chlorine,The Rio units are similar to the Mlox and Hypo units currently Certified by Miox.The Rio units are designed for 1 This is a copy of the Authorized Registered Formulation. if you have received this ARF in hard copy,you may confirm the most current ARF by contacting your Certification Project Manager or going directly to ft secured NSF Online vebsite(http:\\clents.nsf.org)for the latest,most accurate information. DCC:PM08069 timate:88/12/2015 better sa#conversion and energy efficiency and aestheCic reasons,using many of the same parts and materials present in the other Mlox and Hypo generators.The number(1-6)in the model name refers to the number of cell modules in the generator.The more cells present,the higher the capacity of the generator and the more%star treated per day. The testing of the units in this file she#be bracketed by the rotating annual testing of other Miox products. The BCC's included in this rotation include PM08069,PM 11767,PM13816,PMI 3028 and PM13319. 2 This is a copy of the Authorized Registered Formulation. if you have received this ARF in hard copy,you may confirm the most current ARF by contacting your Certification Project Manager or going directly to the secured NSF Online*Aebsite(http:k\clients.nsf.org)for the latest,most accurate information. BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been property signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 1 Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. Has the product descriptive literature been included with the Bid Form? 5. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. Project No. MF 2'07-41 Page 17 of 17 Form revised: November 21, 2016