Active SLED Opportunity · ARIZONA · CITY OF SAN LUIS

    City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project

    Issued by City of San Luis
    cityRFQCity of San LuisSol. 254969
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 27, 2026
    PUBLISHED
    Apr 12, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    The City of San Luis seeks bids for electrical service connection, lighting replacement, and exhaust fan installation at the San Luis Business Center. Bids due April 27, 2026, with project completion by June 30, 2026. Requires licensed contractors with insurance and bonding. Bid opening and award details provided.

    Opportunity details

    Solicitation No.
    254969
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 12, 2026
    Due Date
    April 27, 2026
    NAICS Code
    238210AI guide
    Jurisdiction
    City of San Luis
    State
    Arizona
    Agency
    City of San Luis

    Description

    NOTICE IS HEREBY GIVEN THAT sealed proposals or bids will be received through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz, until 11:00 am (M.S.T.) on Monday, April 27, 2026, for furnishing all labor, materials, equipment, tools and performing all services required for the construction of the City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project and work incidental thereto.  Each Bid should be submitted through the Procurement Portal and be accompanied by a certified or cashiers check or bid bond in the amount of ten (10%) percent of the total amount of the bid.

     

     

    Background

    The City of San Luis is seeking a certified contractor to furnish all labor, materials, equipment, tools and performing all services required for the City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project. The job consists of connecting to electrical service, replacing interior lighting, and installation of exhaust fans in the vacant half of the San Luis Business Center so the City of San Luis can use it for storage, following the plans prepared by Sternco Engineers, and complete the project before June 30, 2026.

    Project Details

    • Reference ID: 2026-RFP-00000008
    • Department: Facilities
    • Department Head: Eulogio Vera (Director of Public Works)

    Important Dates

    • Questions Due: 2026-04-21T01:00:00.000Z
    • Answers Posted By: 2026-04-23T01:00:00.000Z

    Evaluation Criteria

    • TIMELINE
      Advertisement/Release Project Date:April 12, 2026
      Advertisement/Release Project Date:April 19, 2026
      Question Submission Deadline:April 20, 2026, 6:00pm
      Question Response Deadline:April 22, 2026, 6:00pm
      Submission Deadline:April 27, 2026, 11:00am
      Bid Opening:April 27, 2026, 11:00am
      Council Meeting :May 13, 2026, 6:00pm

       

    • Contractor’s Obligation

      The Contractor shall secure and maintain, at the Contractor’s expense, until the Final Completion of the Project, general liability and property insurance as shall protect the Contractor and the City from claims for bodily injury, personal injury, and property damage which may arise because of the nature of the work or from operations under this Contract. The Contractor’s insurance coverage shall be primary insurance with respect to all other available sources. Any coverage maintained by the City shall not contribute to any claims arising from the Contractor’s performance of this Contract. The Contractor shall file these certificates with City of San Luis within ten (10) days of execution of this Contract and prior to engaging in any operation or activities set forth in this AGREEMENT. The foregoing insurance policies shall provide that no cancellation, major change in coverage, or expiration by the insurance company or the insured.

    • DEFINITIONS

      1.1 All definitions set forth in the General Conditions are applicable to these Instructions to Bidders.

      1.2 Bidding Documents include the Advertisement for Bids, Instructions to Bidders, Bid Form, Bid Bond Form, and the proposed Contract Documents, including any addenda issued prior to the receipt of bids.

      1.3 Addenda are written or graphic instructions issued prior to the execution of the contract which modify or interpret the Bidding Documents, including Drawings, conditions of the Contract and Specifications, by additions, deletions, clarifications or corrections. Addenda will become part of the Contract Documents when the Construction Contract is executed.

      1.4 The term "Owner" or "City" shall be interpreted to mean City of San Luis, Arizona.

    • BIDDER'S REPRESENTATION

      2.1 Before submitting a bid, bidders shall carefully examine the Drawings, Bidding Requirements, Bid Document Contract Forms, General Conditions, Supplementary General conditions, Specifications, and Related Documents, visit the site of the work, and fully inform themselves as to all existing conditions and limitations and shall include in the bid a sum sufficient to cover the cost of all items included in the Contract. The Bidder, if awarded the Contract, shall not be allowed any extra compensation by reason of any matter or thing concerning the Project, which said Bidder might have fully informed himself prior to the building.

    • General Liability Coverage

      Contractor shall have general liability coverage on a per occurrence, and in comprehensive form.  General liability coverage shall include Products, Completed Operations, Products Liability, Explosion, Underground and Collapse Hazard, Premises, Operations, Contractual, Independent Contractors, Broad Form Property Damage and Personal Injury. General Liability coverage shall include and eliminate the exclusion for property under the care, custody, and control of the Contractor.

    • PROJECT NAME, LOCATION, AND OVERVIEW

      PROJECT NAME:

      The name of this project is City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project.  All correspondence and documents are to reference “City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project”.

      PROJECT LOCATION:

      The Project is located in Yuma County, Arizona.  The proposed work is located within the limits of the City of San Luis, Arizona, on North San Luis Plaza Drive.

      OVERVIEW:

      The City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project project is being undertaken by the City of San Luis, Arizona. This bid pertains to those activities described herein under the Scope of Work.

      It is especially important that bidders are aware of the following:

      1. This solicitation is open to general contractors and subcontractors licensed to operate in the State of Arizona.
      2. Davis-Bacon wage rates NO VALUE apply.
    • SCOPE OF WORK

      Scope of Work, City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project

       

      The proposed work is located within the limits of the City of San Luis, Arizona on North San Luis Plaza Drive.

      The City of San Luis is seeking a certified contractor to furnish all labor, materials, equipment, tools and performing all services required for the City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project. The job consists of connecting to electrical service, replacing interior lighting, and installation of exhaust fans in the vacant half of the San Luis Business Center so the City of San Luis can use it for storage, following the plans prepared by Sternco Engineers, and complete the project before June 30, 2026.

    • Coverage Amounts

      Contractor shall provide general liability and excess general liability coverage in the following amounts, at a minimum:

      Employer’s Liability

      1. Each Accident $100,000
      2. Disease for Each Employee $100,000
      3. Disease Policy Limit $250,000

      Contractors General Liability

      1. General Aggregate $6,000,000
      2. Products-Completed Operations Aggregate $2,000,000
      3. Each Occurrence (Bodily Injury and Property Damage) $6,000,000
      4. Personal Injury and Advertising Injury $2,000,000
        1. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages.

      Automobile Liability

      1. Bodily Injury:
        1. Each Person $1,000,000
        2. Each Accident $1,000,000
      2. Property Damage
        1. Each Accident $1,000,000
      3. Combined Single Limit $1,000,000

      Contractual Liability

      1. Bodily Injury:
        1. Each Accident $2,000,000
        2. Annual Aggregate $2,000,000
      2. Property Damage:
        1. Each Accident $2,000,000
        2. Annual Aggregate $2,000,000
        3. Each Accident $2,000,000
        4. Annual Aggregate $2,000,000

      Professional Liability Errors and Omissions $1,000,000

    • BIDDING DOCUMENTS

      3.1 Bidders may obtain copies of the bidding Documents through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz.

    • Additional Provisions
      1. Additional Insured:  Contractor shall name the City of San Luis, Arizona (an Arizona municipal corporation) and its elected officials, officers, agents, as “Additional Insureds” on all insurance policies, except Worker’s Compensation and Errors and Omissions, and this shall be reflected on the Certificate(s) of Insurance, with corresponding endorsement relative to the additionally insured indemnification. Contractor shall name the City of San Luis as certificate holder.
      2. Cancellation Notice of Material Change of Coverage:  The Contractor shall keep all policies in force for the duration of the Contract and any possible extension thereof. Contractors’ required insurance shall be endorsed to provide that the policies will not be canceled, reduced, discontinued, or otherwise materially altered during the period of performance without thirty (30) days prior written notice to the City of San Luis Public Workers Department.
      3. Certificate(s) of Insurance:  Certificates of Insurance shall be Project-specific. Prior to commencing work under the Contract, Certificates of Insurance shall be submitted and approved by the City.  Contractor is responsible for obtaining Certificates of Insurance, establishing that the Contractor and all subcontractors have complied with insurance requirements previously stated.  Copies of Certificates of Insurance shall be forwarded to the City Risk Manager for review and filing. Failure of the City to demand such Certificate or other evidence of full compliance with these insurance requirements or failure of the City to identify a deficiency from the evidence that is provided shall not be construed as a waiver of the Contractor’s obligation to maintain such insurance. City shall have the right, but not the obligation, to prohibit Contractor or any of its subcontractors from entering the Project Site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by City.
      4. Rating of Insurance Companies:  Any and all insurance companies supplying coverage to the Contractor shall be approved to write insurance in the State of Arizona and must possess no less than an “A” rating in accordance with the A.M. Best rating guide.
      5. Deductible: Contractor shall be solely responsible to satisfy any deductible or self-insured retention with respect to any of the coverages required by the Contract Documents. Such deductibles or self-insured retention shall not be applicable with respect to the policy limits provided to the City of San Luis. The City of San Luis, at its option, may require the Contractor to secure payment of such deductible or self-insured retention by a surety bond or irrevocable and unconditional Letter of Credit.
      6. Rental Equipment: In the event that rental of equipment is undertaken to complete and/or perform the Work, the Contractor agrees that it shall be solely responsible for such rental equipment. Such responsibility shall include, but not be limited to, theft, fire, vandalism, and use by unauthorized persons.
      7. Personal Property: In the event that materials or any other type of personal property are acquired for the Project or delivered to the Project site, the Contractor agrees that it shall be solely responsible for such property until it becomes a fixture on the Project, or otherwise is installed and incorporated as a final part of the Project. Such responsibility shall include, but not be limited to, theft, fire, vandalism, and use by unauthorized persons. Contractor shall maintain “all risk” insurance on a replacement cost basis, covering loss or damage to personal property (for which it has title and/or risk of loss), which is to become a final part of the Project, during any time such personal property is in transit and while stored or worked upon away from the Project site. City and its officials, officers, employees, and agents shall be named as additional insured under such insurance.
      8. Waiver of Subrogation: City and Contractor waive all rights against each other and Architect/Engineer, and separate contractors for damages caused by fire or other perils covered by Builder’s Risk or any other property insurance, except such rights as they may have to the proceeds of such insurance.
      9. Right to Require Higher Limits: City reserves the right, in its sole discretion, to require higher limits of liability coverage if, in the City’s opinion, operations by or on behalf of the Contractor create higher-than-normal hazards and to require the Contractor to name additional parties in interest to be Additional Insureds.
      10. Waiver of Requirements: The City Manager, in consultation with the City Risk Manager and/or City Attorney, reserves the right to waive or reduce insurance requirements should it be in the best interest of the City.
    • INTERPRETATION OF BIDDING DOCUMENTS

      4.1 Should a Bidder find discrepancies, inconsistencies or obscurities in, or omissions from the bidding documents, or should he be in doubt as to their meaning, Bidder shall submit their questions through the Procurement Portal. A written Addendum, clarifying the intent of the documents shall be issued, if needed. Addenda may not be issued less than 48 hours before the time specified for receipt of bids. Questions received less than four calendar days prior to the assigned bid date cannot be answered in writing. Should any discrepancies not be clarified by Addendum, the Contractor shall use the most expensive condition shown or specified in bid.

      4.2 Prior to the receipt of bids, each person or firm recorded by the Office of the City Clerk as having received the bidding documents will be notified of any addendum. Addenda will also be available for Inspection wherever the bidding documents are kept available for that purpose.

      4.3 All Addenda issued by the City during the time of bidding are to be included in the bid, and shall become a part of the bidding documents (bidder’s responsibility to check for addendums). Acknowledge receipt of Addenda through the Procurement Portal.

      4.4 All questions must be submitted through the Procurement Portal no later than 6:00 pm on Monday, April 20, 2026.

    • SUBSTITUTIONS

      5.1 When a specific manufacturer, trade name or material is specified, or indicated, it is to establish a standard of quality and shall not be construed as limiting competition. However, components of electrical systems shall be standard items and/or interchangeable with specified manufacturer to facilitate repairs and upkeep by the Owner.

      5.2 It shall be the Contractor's responsibility to provide materials of equal standards to those specified. The City shall be the sole judge as to whether or not the products meet the established standards. The Contractor MUST request written approval of equal materials from the City prior to, or after the bid date.

    • BIDDING PROCEDURES

      6.1 A bid is invalid if it has not been submitted through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz prior to the time and date for receipt of bids indicated in the Invitation to Submit Proposals, or prior to any extension thereof issued to the bidders.

      6.2 Bid Security:

        1. Each bidder is required to submit, with his bid, a certified or cashier's check upon a solvent bank, or a surety bond for ten percent (10%) of the amount of the Base Bid made payable to the Owner.
          1. If more than one proposal is submitted, only one Bid Security is required for the largest base Bid amount, however, this bond shall apply to any and/or all bids submitted.
        2. The Bid Security shall be given as a guarantee that the bidder will enter into a contract to perform the work, if awarded to him, and provide a satisfactory Performance Bond and Payment Bond as required under the provisions of Title 34, Chapter 2, Article 2, Arizona Revised Statutes. Bid Security shall be declared forfeited as liquidated damages if he refuses to enter into said contract upon request to do so by the Owner.
        3. Bid Security will be returned to the unsuccessful bidders, and to the successful bidder upon the execution of a satisfactory Performance Bond and Payment Bond and Construction Contract.
        4. Bidders may withdraw their bid at any time prior to bid opening, but may not resubmit them. No bid may be modified or withdrawn after the bid opening for a period of 30 days except where the award of the contract has been delayed at least 31 days.

      6.3 A NO VALUE pre-bidders conference will be held at NO VALUE at the NO VALUEon NO VALUE.

    • BIDDING PROCEDURES

      6.1 A bid is invalid if it has not been submitted through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz prior to the time and date for receipt of bids indicated in the Invitation to Submit Proposals, or prior to any extension thereof issued to the bidders.

      6.2 A NO VALUE pre-bidders conference will be held at NO VALUE at the NO VALUEon NO VALUE.

    • SUBCONTRACTOR LIST FORM

      7.1 Complete the Subcontractor List Form, listing a single company, firm, or organization name only for each branch of the work. Submit through the vendor PROPOSAL KIT.

      7.2 The competency and responsibility of bidders and their proposed subcontractors will be considered in making the award.

      7.4 The Contractor shall pay the cost of all permits, changes, meters, connections, fees, etc., directly to governmental agencies having jurisdiction to comply with the law of the place of the Project in order to complete the work. The bidders' attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction shall apply to the Contract.

    • REJECTION OF BIDS

      8.1 The Bidder acknowledges the right of the Owner to reject any or all bids, to waive any informality or irregularity in any bid received, or to withhold the award for any reason he determines. In addition, the Bidder recognizes the right of the Owner to reject a bid if the Bidder failed to furnish any required Bid Security or to submit the data required by the Bidding Documents, or if the bid is in any way incomplete or irregular. Bidders shall understand that the Owner will not be responsible for any errors or omissions in the preparation of the bid.

    • AGREEMENT

      9.1 The form of Agreement which the successful Bidder will be required to execute in two (2) original counterparts. Progressed payments will be made to the Contractor by the Owner in an amount equal to 90% of that due until the final payment.

    • WARRANTY

      10.1 The Contractor certifies by submitting his bid that he has familiarized himself with all specified products, materials, and systems which are proposed for inclusion in the required work, and that said materials, products, and systems are appropriate for the use(s) intended. He additionally certifies by submitting this bid that he shall, in fact, install said materials, products, and systems in the work properly and in rigid compliance with the terms and conditions of the Contract Documents, and shall issue his written warranty applicable to the work as required by the applicable Supplementary General Conditions. If the Bidder determines that the proposed materials, products, and/or systems are not appropriate for the use(s) intended, he shall submit his written exceptions attached to the Bid Form.

    • PERFORMANCE AND PAYMENT BONDS

      11.1 The Contractor is hereby required to provide and pay for Performance and Payment Bonds. Bonds shall secure the faithful performance (100%) of the Contract and the payment of all obligations (100%) arising there under, in such form as the Owner may prescribe and with such sureties that he may approve. Both Bonds shall be active and held by the Owner for duration of the guaranty (warranty).

    • CONTRACTOR LICENSE LAW, ELIGIBILITY & PREFERENCE

      12.1 The Contractor shall comply with, and require all subcontractors to comply with State of Arizona and City Contractor's License Laws. Contractor shall comply with the provisions of "an Act to Regulate the Business of Contracting", Title 32, Chapter 10, Arizona Revised Statutes with latest adopted revisions and ‘Contractor's License Laws and Regulations" dated July, 1981, published by the Arizona State Registrar of Contractors, or the latest revision thereof adopted under the provision of AIRS title 32, chapter 10, Articles 2 and 3.

      The prime Contractor shall have a State of Arizona Classification “A” Contractor’s license to perform the work. A bid submitted by any Contractor not properly licensed at the time of bid opening shall be considered non-responsive and will be rejected.

    • NONDISCRIMINATION

      13.1 In connection with the performance of work under this Contract, the Contractor agrees (as prescribed in A.R.S. Section 23-373) not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensations and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees and applicants for employment, notices setting forth the provisions of the nondiscrimination clauses. The contractor further agrees to insert the foregoing provision in all subcontracts hereunder, except subcontracts for standard commercial supplies or raw materials.

    • COPIES OF DOCUMENTS FURNISHED

      14.1 The Contractor shall obtain Construction Documents free of charge through the Procurement Portal.

    • INSURANCE

      15.1 The contractor is required to provide and pay for insurances. He shall file, with his Performance and Payment Bonds, all required Certificates of Insurance and endorsements demonstrating that the insurance policy was amended to add City of San Luis, Arizona as an additionally insured.

      15.2 The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until the insurance require of the subcontractor has been so obtained and approved.

      15.3 The Contractor shall procure and maintain during the life of this contract, Workmen's Compensation Insurance as required by applicable State or Territorial Law for all of his employees to be engaged in work at the site of the project under this contract, and in any such work sublet, the Contractor shall require the Subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractors Workmen's Compensation Insurance. In case any class of the employees engaged in hazardous work on the project under this contract are not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected.

      15.4 The Contractor shall provide public liability insurance and show evidence specified in the Contract Documents in the City Insurance Requirements.

    • ADDITIONAL SERVICES

      16.1 Contractor agrees to pay for additional testing services, additional Engineering services, and any similar related additional costs as designated in the Contract Documents.

    • SUMMARY OF THE WORK

      17.1 Refer to the Overview, Summary and Scope of Work, and Summary of the Work, for description of the work.

    • SUBSTANTIAL COMPLETION

      18.1 Substantial Completion will be accomplished no later than 30 from dated letter "Notice to Proceed".

    • LIQUIDATED DAMAGES

      19.1 The liquidated damages for this project shall be determined by the Schedule of Liquidated Damages in City of San Luis Supplemental to the MAG Uniform Standard Specifications.

    • EVALUATION AND AWARD
      • Bid opening will take place on Monday, April 27, 2026 immediately after the close of the bidding.
      • City staff will convene in the San Luis City Hall, Pedro Julian Conference Room, 1090 E. Union St. San Luis, AZ 85349, open the proposals virtually, and read the bids into the record.
      • Award will be made to the lowest qualified responsive bidder.
      • Formal award of contract will be on the next available Regular City Council meeting.
    • PROTESTS

      All responders will receive notification via e-mail regarding their status vis-a-vis the proposed contract award. Responders not selected have two days from e-mail sent date to initiate protest proceedings. To do this, a dissatisfied party must lodge a protest with Angelica CiFuentes, Procurement Coordinator, via receipted e-mail (acifuentes@sanluisaz.gov) or by certified mail (Attn: Angelica CiFuentes/City of San Luis/P.O. Box 1170/San Luis, AZ 85349). The City of San Luis will then hold a hearing within two days of the receipt of the protest and make a determination within two days of the hearing. In the absence of a successful protest, the contract will be awarded to the most responsive qualified bidder.

       

    Submission Requirements

    • Proposal (required)

      Project Name: City of San Luis Business Center Electrical Service, Lighting, and Exhaust Project

      In compliance with the Advertisement for Bids:

      Having examined the contract documents, site of work, and being familiar with the conditions to be met, hereby submits the following Proposal for furnishing the material, equipment, labor and everything necessary for the completion of the work listed and agrees to execute the contract documents and furnish the required CONTRACT AND LABOR AND MATERIAL surety bonds and certificates of insurance for the completion of said work, at the locations and for the prices set forth on the inside pages of this form;

      Understands that construction of this project shall be in accordance with all applicable Maricopa Association of Governments (MAG) Uniform Standard Specifications and Details for Public Works Construction as adopted by the City of San Luis, the City of Yuma Construction Standard Detail Drawings – 2009 edition [details], the City of San Luis Supplemental to the MAG Uniform Standard Specifications and Details for Public Works Construction and the City of Yuma Construction Standard Detail Drawings, except as otherwise required by the Plans and Special Provisions;

      Understands that this proposal for construction of this project shall be submitted with a proposal guarantee of cash, certified check, cashier's check or bid surety bond for an amount not less than 10 percent of the amount bid;

      Agrees that upon receipt of Notice of Award, from the City of San Luis, Arizona, Bidder will execute the contract documents within 10 (Ten) calendar days;

      Understands that the work shall commence on day 1 of the Contract Time and be completed within 30 from the date of Notice to Proceed.

    • Bid Surety Bond (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Bidders Participation Subcontractors and Suppliers List (required)

      Please download the below documents, complete, and upload.

    • Certificate of Insurance (required)

      Please upload your Certificate of Insurance. 

    • The project shall be complete and in place within _____ calendar days from the date of Notice to Proceed. (required)

      Example: 60

    • City staff will convene in the _______________, open the proposals virtually, and read the bids into the record. (required)

      Example: Pedro Julian Conference Room at the San Luis City Hall

    • Which deadlines are required? (required)
    • Provide Date/Time and Location for EACH of the deadlines you selected (required)

      Feel free to type out your dates and times or upload a document detailing your dates and times in the attachments section. 

    • Will you be needing the following sections: (required)
    • Is a contract required for this project? (required)
    • Estimated Budget/Cost (required)

      Enter the amount budgeted for this project.

    • Funding Source (required)

      Enter what type of funding source will be used.  Example, will it be grant funds, bonds, etc. 

    • Do Davis-Bacon wage rates apply? (required)
    • Is a Pre-Bid meeting needed for this project? (required)
    • Date/Time and Location (required)

      Enter date, time and location of meeting/deadline.

    • How many days are needed for the completion of the project from date of Notice to Proceed? (required)
    • Department Approval Required

      All intake requests require Department Director/Manager approval.

    • I certify that this project was approved by: (required)

      Please type the name of Department Director or Manager that approved to initiate project intake/project.

    • Will a bid security be required? (required)
    • The prime Contractor shall have a ________________________ to perform the work. (required)

      Example: State of Arizona Classification “A” Contractor’s license

    Questions & Answers

    Q (No subject): How do we view the site? Is there someone to contact for access or will there be a pre-bid walk scheduled?

    A: Site Visit can be coordinated through the project coordinator: Edgar Juarez ejuarez@sanluisaz.gov (928)341-8590 office


    Key dates

    1. April 12, 2026Published
    2. April 27, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.