Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 6, 2025 at 8:00 PM
Updated August 7, 2025
Renovation of a water / sewer project in Prescott, Arizona. Completed plans call for the renovation of a water / sewer project.
**As of August 6th, 2025, the project was awarded to Brentwood Industries Inc, with an awarded amount of $84,043.70.** All communications (other than delivery of the proposal as defined below) shall be addressed to the City project representative at the following: Jaimie SventekContracts Coordinatorcontracts@prescott-az.govRequests for information must be received by the project representative prior to 5:00p.m.on Tuesday, June 3, 2025. The City of Prescott is formally soliciting bids from qualified suppliers to provide components to rehabilitate one rectangular primary clarifier at its Sundog Wastewater Treatment Plant. The successful supplier must demonstrate they have sufficient capabilities and available resources to meet the product specifications and other requirements of this solicitation The City of Prescott is formally soliciting bids from qualified suppliers to provide components to rehabilitate one rectangular primary clarifier at its Sundog Wastewater Treatment Plant. The successful supplier must demonstrate they have sufficient capabilities and available resources to meet the product specifications and other requirements of this solicitation. A. DESCRIPTION OF WORK The City is seeking a wastewater equipment supplier to provide all the necessary components to rehabilitate one rectangular primary clarifier at the Sundog Wastewater Treatment Plant per the attached specifications. B. SCOPE OFWORK ANDSPECIFICATIONS Supplier shall furnish all the necessary components to rehabilitate one rectangular primary clarifier including, but not limited to chains, flights, sprockets, wearing shoes, wearing strips and hardware. Installation to be performed by others. Supplier shall coordinate a site visit to inspect the existing clarifier, to record measurements, and to confirm proper fitment of the new components. Quality Assurance 1. Manufacturer shall have a minimum of twenty (20) years' experience producing equipment substantially like that required and shall be able to submit documentation of at least fifteen (15) independent installations using the same size or larger equipment as detailed below. Each installation must have been in satisfactory operation for at least five (5) years. 2. Fabrication shall be done in compliance with all applicable ASTM standards or equivalent international standards. 3. Bolts, nuts and washers shall be selected from AISI 316 stainless steel such that they are anti-seizing. 4. Manufacturer shall have established an ISO 9001 certified quality management system. Equipment suppliers not utilizing ISO 9001 facilities shall not be considered or approved for this project. Equipment supplier shall provide evidence of certification before being named as an acceptable manufacturer. 5. Manufacturer shall have established an ISO 14001 certified environmental protection management system designed to monitor and help minimize the harmful effects on the environment caused by its manufacturing processes. Equipment suppliers not utilizing ISO 14001 facilities shall not be considered or approved for this project. Equipment supplier shall provide evidence of certification before being named as an acceptable manufacturer. Delivery, Storage, Handling and Equipment Identification 1. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required to conform to transportation regulations or for the protection of components. Each unit of equipment shall be identified with a corrosion resistant nameplate, securely affixed in a conspicuous place. Nameplate information shall include equipment model number, serial number, supplier's 3 name, and location. 2. The Owner shall be responsible for unloading of the equipment and shall have machinery on-site available at the time of delivery permitting proper hoisting of the equipment Chain and Scrapper System 1. The Chain shall be non-metallic, resistant to UV and chemical damage. 2. The Flights shall be non-metallic, and resistant to UV and chemical damage. 3. The Sprockets shall be non-metallic, and resistant to UV and chemical damage. 4. The wearing shoes shall be non-metallic, and resistant to UV and chemical damage. Components 1. Collector Chain The chain shall be integrally molded to reduce wear, resistant to UV and chemical damage, and delivered in sections of 9.5 feet long for longitudinal collectors and 4.5 feet in length for cross collectors. 2. Flights The flights shall be fabricated from fiber reinforced plastic or UV-inhibited isophthalic polyester resin and shall be flat-faced, pre-drilled and notched for easy installation to the chain and wearing shoes. 3. Head Shaft The head shaft, if needed, shall be non-metallic and adjustable in width. 4. Wearing Shoes The wearing shoes shall be UMHW or polyurethane. 5. Stub Shaft Stub shafts shall be non-metallic high strength Nylon or UHMW-PE material resistant to wear. 6. Drive Sprockets The drive sprockets shall be non-metallic high strength Nylon or UHWM-PE and of the split design for ease of installation. 7. Drive Chain The drive chain shall be non-metallic 720-Series durable glass reinforced polyester with integrally molded links to withstand wear. 8. Idler Sprockets The idler sprockets shall be non-metallic high strength Nylon or UHWM-PE and of the split design for ease of installation. 9. Wearing Strips Wearing strips shall be non-metallic UHMW-PE for the upper return rail and tank bottom. 1 Peak design flow 6.00 MGD 2 Waste fluid type Domestic Wastewater 3 Clarifier length 145 feet 4 Clarifier width 14 feet 6 inches 5 Clarifier depth 13 feet 5 inches Design Data and Quantities Item # Item Data 1 Number of Chain & Flight Systems 2 longitudinal, 1 cross collector 2 Longitudinal flight dimensions 3 x 8 x 163" 3 Longitudinal flight profile Flat faced 4 Longitudinal flight spacing 10 feet 5 Longitudinal flight material Fiberglass 6 Longitudinal flight quantity 60 7 Cross Collector flight dimensions 3 x 8 x 60" 8 Cross Collector flight profile Flat faced 9 Cross Collector flight spacing 5 feet 10 Cross Collector flight material Fiberglass 11 12 Cross Collector flight quantity Non-metallic chain size 14 720-Series 13 Non-metallic chain length 120" sections 14 Non-metallic chain quantity 120 15 Wear Shoe, Carry 60 16 Wear Shoe, Return 60 Source Quality Control Each component shall be factory tested to ensure satisfactory operation. Warranty The components shall be covered by a warranty certificate and be free from defects in materials and workmanship for a period of 12 months from start-up, not to exceed 18 months from date of shipment. Installation The City shall install all components in accordance with the supplier's installation instructions, and in compliance with all OSHA, local, state, and federal codes and regulations. Field Quality Control Supplier shall provide the services of a factory-trained representative to check the installation and start up. The factory representative shall have complete knowledge of proper installation, operation, and maintenance of equipment supplied. Representative shall inspect the final installation and supervise a start-up test of the equipment.
Award
Water / Sewer
$84,044.00
Public - City
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
6
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
June 12, 2025
July 14, 2025
1500 Sundog Ranch Rd, Prescott, AZ
Related To This Project
Prescott, AZ
Bid Date: Jul 24 2025
Prescott, AZ
--
Prescott, AZ
Bid Date: Jul 31 2025
Prescott, AZ
Bid Date: Aug 14 2025
Prescott, AZ
Bid Date: Aug 14 2025
Prescott, AZ
Bid Date: Jun 12 2025
Prescott, AZ
Bid Date: May 23 2025
Prescott, AZ
Bid Date: May 08 2025
Prescott, AZ
Bid Date: May 01 2025
Prescott, AZ
Bid Date: Apr 24 2025
Prescott, AZ
Bid Date: Apr 10 2025
Prescott, AZ
Bid Date: Apr 10 2025
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
