request for quotations

Transcription

request for quotations
DISTRICT MUNICIPALITY OF MUSKOKA
ENGINEERING AND PUBLIC WORKS DEPARTMENT
REQUEST FOR QUOTATIONS
16-411-307
FOR
Golden Pheasant Treatment Plant Pump Installations and Tertiary Filter
Repairs - 2016
Closing Date: Monday, September 19, 2016
Closing Time: 12:00 p.m., Local Time
The District Municipality of Muskoka reserves the right to accept or reject all or part of any Quotation and also
reserves the right to accept other than the lowest Quotation and to cancel this Request for Quotations at any time.
1
DEFINITIONS ................................................................................................................................................................ 1
2
GENERAL CONDITIONS ................................................................................................................................................. 2
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
2.17
2.18
2.19
2.20
2.21
2.22
2.23
2.24
2.25
3
OVERVIEW.................................................................................................................................................................... 2
SPECIFICATIONS ........................................................................................................................................................... 2
INQUIRIES..................................................................................................................................................................... 2
RFQ SCHEDULE & CLOSING TIME ................................................................................................................................. 3
LATE SUBMISSION ........................................................................................................................................................ 3
ELECTRONIC SUBMISSIONS .......................................................................................................................................... 3
COMPLETION OF QUOTATIONS ................................................................................................................................... 3
ADDENDUM/ADDENDA ............................................................................................................................................... 3
QUOTATION PREPARATION AND SUBMISSION ............................................................................................................ 3
RIGHT TO ACCEPT OR REJECT QUOTATIONS ................................................................................................................ 4
EVALUATION CRITERIA ................................................................................................................................................. 4
TIME FOR COMPLETION ............................................................................................................................................... 4
NON-FULFILMENT OF THE CONTRACT ......................................................................................................................... 4
PAYMENT TERMS ......................................................................................................................................................... 5
PROHIBITED CONTRACTOR COMMUNICATIONS.......................................................................................................... 5
CONTRACTOR NOT TO COMMUNICATE WITH THE MEDIA .......................................................................................... 5
RESPONSIBILITY FOR DAMAGES ................................................................................................................................... 5
INSURANCE .................................................................................................................................................................. 5
REGULATION COMPLIANCE AND LEGISLATION ............................................................................................................ 5
CONFIDENTIAL INFORMATION OF THE DISTRICT ......................................................................................................... 6
MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY .................................................................. 6
RIGHTS OF THE DISTRICT .............................................................................................................................................. 6
GOVERNING LAW OF THE RFQ PROCESS ...................................................................................................................... 7
PURCHASING POLICY .................................................................................................................................................... 7
CONFLICT OF INTEREST ................................................................................................................................................ 7
QUOTATION ................................................................................................................................................................. 8
Page 2
RFQ: 16-411-307
1
DEFINITIONS
The following definitions apply to the interpretation of the Request for Quotations;
“Addenda or Addendum” means such further additions, deletions, modifications or other changes to
any Request for Quotation (RFQ) documents.
“Closing Time” means the time specified in Part II, RFQ Schedule and Closing Time, by which all
Quotation submissions shall be received and stamped (manually or electronically) by the District.
"Conflict of Interest" includes, but is not limited to, any situation or circumstance where:
a) in relation to the RFQ process, the Contractor has an unfair advantage or engages in conduct,
directly or indirectly, that may give it an unfair advantage, including but not limited to
(i) having or having access to information in the preparation of its Quotation that is
confidential to the District and not available to other Contractors;
(ii) communicating with any person with a view to influencing preferred treatment in the
RFQ process; or
(iii) engaging in conduct that compromises or could be seen to compromise the integrity of
the open and competitive RFQ process and render that process non-competitive and
unfair; or
b) in relation to the performance of its contractual obligations in a District contract, the Contractor’s
other commitments, relationships or financial interests
(i) could or could be seen to exercise an improper influence over the objective, unbiased
and impartial exercise of its independent judgment; or
(ii) could or could be seen to compromise, impair or be incompatible with the effective
performance of its contractual obligations.
“Contractor” means the legal entity submitting a Quotation in response to this Request for Quotation.
“Quotation” means the submission in the form prescribed by this Request for Quotations and
completed and submitted by a Contractor in response to and in compliance with the Request for
Quotations and for the purpose of entering into the Purchase with the District in the event of award.
“Request for Quotation” or “RFQ” means collectively all of the documents collected or received for
submitting the quotation including drawings and any other information provided.
“District” the District Municipality of Muskoka (DMM), as the case may be, and as identified in the RFQ
Documents and for the purpose of the award and execution and performance of the Purchase shall
mean the entity awarding the Purchase.
Page 1
RFQ: 16-411-307
2
GENERAL CONDITIONS
2.1 OVERVIEW
The District Municipality of Muskoka (hereinafter referred to as “District”) owns and operates the Golden
Pheasant Wastewater Treatment Plant. The Wastewater Treatment Plant (WWTP) is a tertiary facility
with primary, secondary and advanced treatment. The advanced treatment system consists of multimedia filtration and UV disinfection of the secondary effluent. The multi-media filter has experienced a
failure of the underdrain in one of its three parallel process trains. The District is interested in engaging
a contractor to perform repair work on the filter and perform installation work for life cycle replacement
of pre-purchased pumps.
2.2 SPECIFICATIONS
The scope of work includes the repair of unit one (FIT-501) of an EIMCO 3 cell SBW-S Tertiary Effluent
Filter and installation of four (4) pre-purchased pumps including electrical and control connections. A
general drawing of the filter unit and pump locations is included as Appendix “A”. The Contractor
must become thoroughly familiar with all site conditions under which the work will be performed and is
responsible for proposing equipment and labour suitable for the performance of the work under the
prevailing conditions. The Contractor will be responsible for any assumptions made regarding the sites
or the work to be performed and for the compatibility of the Contractor’s equipment with any and all site
requirements.
Item A) Filter 501 Repair
The media has been removed prior to the start of this contract. The contractor is to remove the original
EIMCO “Flexshield” orifice screens; there are approximately 660 of these in the unit. The replacement
EIMCO “Flexshield”, along with the required 4 Monobolts per “flexshield”, have been pre-ordered by the
District and will be supplied to the contractor. The contractor is to clean the approximately 12 flute
laterals located in the unit prior to the installation of the replacement EIMCO “Flexshields”. The
cleaning of the flute laterals will require the cutting of the laterals; flushing out of all debris, including the
cutoffs from the monobolts, disposal of the debris and re-welding the cut laterals. The cleaning of the
laterals is to be inspected by and determined complete to the sole satisfaction of the District prior to the
replacement of the filter media. Once the all the mechanical internals of the filter unit are installed and
inspected, the contractor is to supply and install the specified quantity of sand and anthracite filter
media.
Item B) Pump ReplacementsRemovals, existing 4 pumps to be disconnected from existing electrical and control wiring, this wiring is
to be reused or replaced at contractors cost. Remove existing pumps and dispose of; sequence of
work to be scheduled in such a way to permit uninterrupted process operation by leaving one pump in
service. Contractors proposed schedule of work must be approved by the District prior to the
commencement of removal work.
Installs, the District has pre-purchased pumps to be installed in same location; modifications to
concrete base elevation will be required by either removal or addition to existing base. Re-use or
supply new hardware as required to connect new pumps. Terminate power supply and control wiring
and verify operation to the satisfaction of the District.
2.3 INQUIRIES
All inquiries concerning this RFQ, including specifications, process and results are to be directed
through:
Mark Pringle
District Municipality of Muskoka
Page 2
RFQ: 16-411-307
Engineering & Public Works Department
70 Pine Street, Bracebridge, Ontario, P1L 1N3
Tel: (705) 645-6764, e-mail: [email protected]
Questions of clarification will be answered individually, but response(s) to any question that modifies
the scope of the RFQ will be circulated in writing as an Addendum to all Contractors who have received
the RFQ document from the District and have provided an e-mail address.
2.4 RFQ SCHEDULE & CLOSING TIME
Quotation submissions must be received by the District Municipality of Muskoka, Engineering & Public
Works Department’s reception located at 70 Pine Street, Bracebridge, Ontario, P1L 1N3, or via email
on / before:
12:00 p.m. local time, Monday, September 19, 2016.
2.5 LATE SUBMISSION
Quotations received after the official closing time will not be considered during the selection process
and will be returned to the respective Contractor without consideration.
2.6 ELECTRONIC SUBMISSIONS
Electronically transmitted submissions (facsimile, e-mail, etc.) will be accepted for this RFQ in
accordance with the following criteria.
If by email, the documents should be emailed to the following e-mail account:
[email protected]
Attachments shall be in a Portable Document Format (PDF). RFQ number and name must be in subject
line of the email.
It is the sole responsibility of the submitter to confirm with the Project Manager, that any electronic
submission has been received in its entirety, and that it is in a viewable and / or legible condition.
2.7 COMPLETION OF QUOTATIONS
The Quotation sheets (pages 8 and 9) provided with the RFQ must be completed and submitted as part
of the submission. All entries in the Quotation shall be clear and legible. All items shall be included
according to any instruction in the RFQ Documents. Alterations may be made providing they are legible
and initialed by the Contractor’s signing officer. Quotations which are incomplete, conditional, illegible
or obscure, or that contain additions not called for, reservations, erasures, alterations incorrectly
submitted, or irregularities of any kind may be rejected.
2.8 ADDENDUM/ADDENDA
Addendum/Addenda, if required, and related to said RFQ shall hereby form part and parcel of the said
RFQ. Failure to acknowledge Addendum/Addenda issued shall result in a non-compliant Quotation. All
Addendum/Addenda will be issued to the Contractors before forty-eight (96) hours of Closing Time. It is
the responsibility of the Contractor to have received all Addendum/Addenda that have been issued by
District Municipality of Muskoka.
2.9 QUOTATION PREPARATION AND SUBMISSION
All Quotations shall be submitted in the format provided by the District in the RFQ.
The Quotation submission must clearly indicate attention to Mark Pringle, RFQ Number 16-411-307,
and Date and Time of Closing (Monday September 19, 2016 at 12:00 p.m.). Quotations delivered in
Page 3
RFQ: 16-411-307
person or by a courier service, without clearly indicating RFQ submission, or if the Quotation fails to be
delivered to the designated location by the Contractor or courier service may be rejected. Quotations
that are not delivered on time shall result in the Quotation being rejected.
Delivery of the Quotation submission Envelope/Package through a Courier Service shall be the
responsibility of the Contractor and shall result in the submission being rejected where;
•
•
•
Quotation submission Envelope/Package is delivered to a location other than that
which is stated on the envelope/package and fails to be delivered to the District office
prior to the closing date and time; and/or
Quotation submission Envelope/Package which is enclosed in the Courier Envelope
that does not state, “RFQ SUBMISSION ENCLOSED” and is not removed from the
Courier’s Envelope prior to the closing date and time; and/or
Quotation submission Envelope/Package is delivered later than the closing date and
time.
Amendments by telephone to a Quotation already submitted shall not be accepted or considered.
The Quotation shall be signed in the space(s) provided by a duly authorized official of the Contractor. If
a joint Quotation is submitted, it shall be signed on behalf of each of the Contractors and if the signing
authority for both Contractors is vested in one individual, he/she shall sign separately on their behalf.
Signatures on behalf of a non-incorporated body or by individuals shall be witnessed. In the case of an
incorporated company, the corporate seal should be affixed to the Quotation adjacent to the authorized
signature.
2.10 RIGHT TO ACCEPT OR REJECT QUOTATIONS
The District Municipality of Muskoka reserves the right to accept or reject any quotation in whole or in
part, should it be deemed to be in the best interest of the District to do so.
2.11 EVALUATION CRITERIA
The acceptance of a Quotation will be determined by, however not limited to, the following
considerations:
• Demonstrated ability and experience to perform the work
• Qualifications and experience of key personnel
• Quality assurance - ability to meet approval requirements
• Pricing
2.12 TIME FOR COMPLETION
The work as described in section 2.2 Specifications is to be completed by Friday December 23, 2016.
2.13 NON-FULFILMENT OF THE CONTRACT
If the Contractor fails or neglects to commence or to prosecute the work diligently, in the sole opinion of
The District, or should the Contractor become bankrupt or insolvent, commit any act of insolvency,
abandon the work, or fail to observe or perform any of the provisions of this contract, or should the
Contractor default in the completion of the work within the time or extended time limited therefore under
the contract, then in any of such cases, The District may notify him to discontinue all work, and in such
a case the Contractor shall have no claim for further payment in respect of work performed and no
claim against The District for any loss or damage, expense or cost which may be suffered by the
Contractor.
Page 4
RFQ: 16-411-307
2.14 PAYMENT TERMS
The District’s normal terms of payment are NET 30 DAYS; payment will be by District Purchase Order.
2.15 PROHIBITED CONTRACTOR COMMUNICATIONS
Any attempt on the part of any Contractor or any of its employees, agents, Contractors or
representatives to contact any person other than the District’s Contact with respect to this RFQ, will be
grounds for disqualification, unless permission has been granted by District’s Contact. In such event,
and without any liability, the District may, in its sole and absolute discretion, in addition to any other
remedies available at law, disqualify the Quotation submitted by the Contractor.
2.16 CONTRACTOR NOT TO COMMUNICATE WITH THE MEDIA
A Contractor may not at any time directly or indirectly communicate with the media in relation to this
RFQ or any Purchase awarded pursuant to this RFQ without first obtaining the written permission of the
District’s Contact.
2.17 RESPONSIBILITY FOR DAMAGES
The successful Contractor shall indemnify and save harmless the District from and against all claims,
demands, loss, cost, damages, actions, suits or other proceedings by whomsoever made, brought or
prosecuted by, or attributed to any such damages, injury or infringement as a result of activities under
this Purchase.
Care shall be taken by the Contractor to avoid damage to the remaining two filter units (FIT 502 & FIT
503) and they must be capable of remaining in operation at all times. The contractor is to ensure that
the underdrains and steel subsurfaces/structure are protected from damage.
The Contractor shall be held responsible for any breakage and/or damage to The District's facilities.
The Contractor shall immediately report any such damage to The District and be responsible for the
restoration/replacement of any property, facilities, etc., so damaged.
2.18 INSURANCE
The Contractor shall provide, maintain and pay for insurance coverage as follows:
General Liability Insurance shall be for a minimum of $3,000,000 inclusive per occurrence for bodily
injury, death, and damage to property including loss of use thereof, with a property damage deductible
of not more than $3,000. The Contractor shall provide The District with a Certificate of Insurance
showing The District Municipality of Muskoka as an additional insured. The insurance shall be
maintained continuously for the entire period of the contract.
The liability insurance shall be endorsed to provide that the policy or policies will not be altered,
cancelled or allowed to lapse without thirty days prior to written notice to The District.
2.19 REGULATION COMPLIANCE AND LEGISLATION
The successful Contractor shall ensure all services and products provided in respect to this Contract
are in accordance with and under authorization of all applicable authorities, Municipal, Provincial and
Federal legislation, including but not limited to:
• The Environmental Protection Act (Ontario) and it’s Regulations
• The Occupational Health and Safety Act and its regulations
• The Accessibility for Ontarians with Disabilities Act
• The Workplace Safety & Insurance Act
• The Canadian Environmental Protection Act
Page 5
RFQ: 16-411-307
•
The District of Muskoka Applicable Health and Safety Guidelines and Standard
Operating Procedures (SOP)
The District reserves the right to request authentic copies from the successful Contractor of any
documentation relevant to the aforementioned compliance requirements. Failure to provide may result
in cancellation of the award.
2.20 CONFIDENTIAL INFORMATION OF THE DISTRICT
All information provided by or obtained from the District in any form in connection with this RFQ either before or
after the issuance of this RFQ:
• is the sole property of the District and must be treated as confidential;
• is not to be used for any purpose other than replying to this RFQ and the performance of any
subsequent Agreement;
• must not be disclosed without prior written authorization from the District; and
• shall be returned by the Contractors to the District immediately upon the request of the
District.
2.21 MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY
Information provided by a Contractor may be released in accordance with the Municipal Freedom of
Information and Protection of Privacy Act R.S.O. 1990, c.M 56, as amended. A Contractor shall identify
any information in its Quotation or any accompanying documentation for which confidentiality is to be
maintained by the District. The confidentiality of such information will be maintained by the District,
except where an order by the Information and Privacy Commission or a court requires the District to do
otherwise.
2.22 RIGHTS OF THE DISTRICT
In addition to any other express rights or any other rights which may be implied in the circumstances,
the District reserves the right to:
•
•
•
•
•
•
•
•
•
•
•
•
•
make public the names of any or all Contractors;
request written clarification or the submission of supplementary written information
from any Contractors;
waive formalities and accept Quotations which substantially comply with the
requirements of this RFQ;
verify with any Contractor or with a third party any information set out in a Quotation;
check references other than those provided by any Contractor;
disqualify any Contractor whose Quotation contains misrepresentations or any other
inaccurate or misleading information;
disqualify any Contractor or the Quotation of any Contractor who has engaged in
conduct prohibited by this RFQ;
make changes, including substantial changes, to this RFQ provided that those
changes are issued by way of addenda in the manner set out in this RFQ;
accept or reject a Quotation if only one Quotation is submitted;
select any Contractor other than the Contractor whose Quotation reflects the lowest
cost to the District;
cancel this RFQ process at any stage;
cancel this RFQ process at any stage and issue a new RFQ for the same or similar
services;
accept any Quotation in whole or in part, provided that doing so complies with the
District’s Purchasing Policy and other applicable laws;
Page 6
RFQ: 16-411-307
•
•
discuss with any Contractor different or additional terms to those contemplated in this
RFQ or in any Contractor’s Quotation;
reject any or all Quotations in its absolute discretion.
The District shall not be liable for any expenses, costs, losses or any direct or indirect damages
incurred or suffered by any Contractor or any third party resulting from the District exercising any of its
express rights under this RFQ or exercising any rights which may be implied in the circumstances. By
submitting a Quotation, the Contractor authorizes the collection by the Utility of the information set out
above in the manner contemplated in those subparagraphs.
2.23 GOVERNING LAW OF THE RFQ PROCESS
This RFQ process shall be governed by and construed in accordance with the laws of the Province of
Ontario and the federal laws of Canada applicable therein.
2.24 PURCHASING POLICY
The provisions of the District Municipality of Muskoka Purchasing Policy shall apply to this RFQ. In the
event of any inconsistency or conflict between the provisions of this RFQ and the provisions of the
District’s Purchasing Policy, the latter shall govern.
2.25 CONFLICT OF INTEREST
The Contractor, by submitting a Quotation in response to this RFQ confirms that there is not now, nor
was there in the past any actual or potential Conflict of Interest (the definition for which is set out in the
definition provision of the RFQ) relating to the preparation of their Quotation nor is there any foreseen
actual or potential Conflict of Interest in performing the obligations contemplated in the RFQ.
Page 7
RFQ: 16-411-307
3
QUOTATION
RFQ#: 16-411-307
THE DISTRICT MUNICIPALITY OF MUSKOKA
Engineering & Public Works Department
70 Pine Street, Bracebridge, Ontario, P1L 1N3
A) Filter Repair
Filter 501 Repair
QTY Unit Price
Removal
and
1
install
of
replacement
EIMCO Flexshield
Supply and install
1
of filter media
both sand and
anthracite
HST
Item A total
Total
$
B) Pump(s) Replacement
Sludge Pumps
QTY Unit Price
Raw
Sludge
2
Pump-incl
electrical
Sludge Transfer
2
pump install- incl
electrical
Item B Total
HST
Total
$
The quoted price is to be firm and must reflect all transactions and administrative charges. To the
extent that any potential costs are excluded from the price quoted, such items and their cost
implications for the District must be clearly identified here.
TOTAL
(A+B)
$
_____________
Signed: ______________________________
Witness: ____________________________
Title: ________________________________
Title: _______________________________
Page 8
RFQ: 16-411-307
THE DISTRICT MUNICIPALITY OF MUSKOKA
Engineering & Public Works Department
70 Pine Street, Bracebridge, Ontario, P1L 1N3
RFQ#: 16-411-307
THIS QUOTATION IS SUBMITTED BY: _____________________________________
ADDRESS: ___________________________________________________________
CITY: ________________________________ POSTAL CODE: ________________
TELEPHONE: _________________________ FAX: __________________________
EMAIL ADDRESS: _____________________________________________________
CONTRACTOR BUSINESS NO.: _______________________________________________
NAME OF AUTHORIZED PERSON(S): _____________________________________
(print)
POSITION(S) OF THE PERSON(S): ________________________________________
(print)
THE FOLLOWING ADDENDA HAVE BEEN RECEIVED AND CONSIDERED AND QUOTED
PRICES REFLECT THE REQUIREMENTS SET FORTH THEREIN.
ADDENDUM # _________________THROUGH ADDENDUM # __________________
Note: Quotation submission must include pages 8 & 9
Page 9
RFQ: 16-411-307
Appendix "A" -RFQ 16-411-307
Filter detail
317 cubic feet Anthracite
EF size 1.0-1.2mm, SG
not less than 1.5 & UF
co-eff lower than 1.40
Per unit
197 cubic ft sand
EF size 0.45-0.55 mm, SG not less
than 2.6 & UF co-eff lower than
1.35
Per unit
Appendix "A" -RFQ 16-411-307
26 7/8
50 3/16
ANSI 6"
ANSI 6"
12 11/16
17 5/16
40 1/8
43 11/16
19 11/16
23 5/8
PROPRIETARY AND CONFIDENTIAL
THE INFORMATION CONTAINED IN THIS
DRAWING IS THE SOLE PROPERTY OF
Boerger, LLC. ANY REPRODUCTION IN
PART OR AS A WHOLE WITHOUT THE
WRITTEN PERMISSION OF Boerger, LLC
IS PROHIBITED.
REV
DESCRIPTION
REVISION HISTORY
DATE
APPROVED
BOERGER, LLC
THIRD-ANGLE PROJECTION
2860 Water Tower Place
Chanhassen, MN 55317
TEL.: 612-435-7300
FAX.: 612-435-7301
NAME
ALL DIMENSIONS IN INCHES
UNLESS OTHERWISE NOTED DRAWN dbuvarp
TOLERANCES ± 1/2"
CHECKED
DO NOT SCALE DRAWING
DATE
07/10/13
SHEET 1 OF 1
TITLE:
PUMP: CL 390
GEAR: SK42-160M/4
POWER: 15 HP
SIZE
A
DWG. NO.
REV
C315NNI4KK211A-U0 0
26 7/8"
ANSI 6"
50 3/16"
ANSI 6"
12 11/16"
19 11/16"
23 5/8"
17 5/16"
40 1/8"
43 11/16"
PROPRIETARY AND CONFIDENTIAL
THE INFORMATION CONTAINED IN THIS
DRAWING IS THE SOLE PROPERTY OF
Boerger, LLC. ANY REPRODUCTION IN
PART OR AS A WHOLE WITHOUT THE
WRITTEN PERMISSION OF Boerger, LLC
IS PROHIBITED.
REV
DESCRIPTION
REVISION HISTORY
DATE
APPROVED
BOERGER, LLC
THIRD-ANGLE PROJECTION
2860 Water Tower Place
Chanhassen, MN 55317
TEL.: 612-435-7300
FAX.: 612-435-7301
NAME
ALL DIMENSIONS IN INCHES
UNLESS OTHERWISE NOTED DRAWN dbuvarp
TOLERANCES ± 1/2"
CHECKED
DO NOT SCALE DRAWING
DATE
07/15/13
SHEET 1 OF 1
TITLE:
PUMP: CL 390
GEAR: SK32-132M/4
POWER: 10 HP
SIZE
A
DWG. NO.
REV
C310NNI3KK211A-U0 0
Börger Rotary Lobe Pump
1.15 CL series
1.15.1 Dimensions
This represents only one pipe
connection option. An excerpt of
additional varied options can be
found on pages 28/29. Dimensions
on request.
Design 1 | Short, straight pipe connectors with connection flange and O-ring seal, in mm / inches (approx.)
Standard:
Nominal
diameter:
DN 80
3"
DN 100
4"
DN 125
5"
DN 150
6"
DN 200
8"
CL 260
DIN/DIN EN ANSI/ASME
Dimension:
A
mm
—
inch
—
mm
165
6.50
inch
mm
150
5.91
inch
mm
180
7.09
inch
mm
260
10.24
inch
B
A
B
—
—
—
—
—
—
625
189
24.61 7.44
595
184
23.43 7.24
655
214
25.79 8.46
815
300
32.09 11.81
673
26.50
663
26.10
723
28.49
895
35.24
Size
CL 390
DIN/DIN EN ANSI/ASME
A
195
7.68
160
6.30
175
6.89
160
6.30
260
10.24
B
A
685
215
26.97 8.46
615
184
24.21 7.24
645
209
25.39 8.23
615
194
24.21 7.64
815
300
32.09 11.81
CL 520
DIN/DIN EN ANSI/ASME
B
A
B
A
B
725
—
—
—
—
28.54
—
—
—
—
663
260
815
284
863
26.10 10.24 32.09 11.18 33.98
713
250
795
284
863
28.07 9.84 31.30 11.18 33.98
683
165
625
199
693
26.89 6.50 24.61 7.83 27.28
895
175
645
215
725
35.24 6.89 25.39 8.46 28.54
Production-related deviations in individual dimensions within an acceptable tolerance cannot be ruled out.
Requests for dimensions regarding a specific order are welcome.
56
www.boerger.com
PM, 11/22/2012
Börger Rotary Lobe Pump
Standard unit in mm / inches (approx.)
Drive
[kW]
Weight
[kg]
CL 260
Dimensions
L1
H1
Weight
[kg]
Size
CL 390
Dimensions
L1
H1
Weight
[kg]
CL 520
Dimensions
L1
H1
3 kW
326 kg
1,365 mm
500 mm
352 kg
1,365 mm
500 mm
376 kg
1,406 mm
500 mm
4 HP
719 lbs
53.74 inch
19.69 inch
777 lbs
53.74 inch
19.69 inch
829 lbs
55.35 inch
19.69 inch
4 kW
338 kg
1,390 mm
515 mm
364 kg
1,390 mm
515 mm
388 kg
1,431 mm
515 mm
5 HP
746 lbs
54.72 inch
20.28 inch
803 lbs
54.72 inch
20.28 inch
856 lbs
56.34 inch
20.28 inch
5.5 kW
360 kg
1,525 mm
530 mm
385 kg
1,525 mm
530 mm
409 kg
1,566 mm
530 mm
7.5 HP
794 lbs
60.04 inch
20.87 inch
849 lbs
60.04 inch
20.87 inch
902 lbs
61.65 inch
20.87 inch
7.5 kW
370 kg
1,525 mm
530 mm
396 kg
1,525 mm
530 mm
420 kg
1,566 mm
530 mm
10 HP
816 lbs
60.04 inch
20.87 inch
874 lbs
60.04 inch
20.87 inch
927 lbs
61.65 inch
20.87 inch
9.2 kW
386 kg
1,560 mm
530 mm
410 kg
1,560 mm
530 mm
435 kg
1,601 mm
530 mm
15 HP
909 lbs
61.42 inch
20.87 inch
904 lbs
61.42 inch
20.87 inch
960 lbs
63.03 inch
20.87 inch
11 kW
412 kg
1,665 mm
557 mm
438 kg
1,665 mm
557 mm
462 kg
1,706 mm
557 mm
15 HP
909 lbs
65.55 inch
21.93 inch
966 lbs
65.55 inch
21.93 inch
1,019 lbs
67.17 inch
21.93 inch
15 kW
476 kg
1,665 mm
557 mm
501 kg
1,665 mm
557 mm
526 kg
1,706 mm
557 mm
20 HP
21.93 inch
1,050 lbs
65.55 inch
21.93 inch
1,105 lbs
65.55 inch
21.93 inch
1,160 lbs
67.17 inch
18.5 kW
—
—
—
515 kg
1,775 mm
576 mm
540 kg
1,816 mm
576 mm
25 HP
—
—
—
1,136 lbs
69.88 inch
22.68 inch
1,191 lbs
71.50 inch
22.68 inch
Production-related deviations in individual dimensions within an acceptable tolerance cannot be ruled out.
Requests for dimensions regarding a specific order are welcome.
PM, 11/22/2012
www.boerger.com
57
Börger Rotary Lobe Pump
CL 260
Weight: 185 kg
(408 lbs)
CL 390
Weight: 205 kg
(452 lbs)
CL 520
Weight: 225 kg
(496 lbs)
Production-related deviations in individual dimensions within an acceptable tolerance cannot be ruled out.
Requests for dimensions regarding a specific order are welcome.
58
www.boerger.com
PM, 11/22/2012
Appendix "A" - RFQ 16-411-307