SLED Opportunity · ARIZONA · CITY OF SAN LUIS

    City of San Luis Fire Station No. 1 Roof Repair

    Issued by City of San Luis
    cityRFPCity of San LuisSol. 245445
    Closed
    STATUS
    Closed
    due Apr 7, 2026
    PUBLISHED
    Mar 15, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238160
    AI-classified industry

    AI Summary

    The City of San Luis seeks sealed bids for roof repair at Fire Station No. 1, including clay tile and built-up roofing, requiring a watertight seal and 10-year warranty. Bids due April 7, 2026, via the city's procurement portal.

    Opportunity details

    Solicitation No.
    245445
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 15, 2026
    Due Date
    April 7, 2026
    NAICS Code
    238160AI guide
    Jurisdiction
    City of San Luis
    State
    Arizona
    Agency
    City of San Luis

    Description

    NOTICE IS HEREBY GIVEN THAT sealed bids will be received through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz, until 11:00 am (M.S.T.) on Tuesday, April 7, 2026, for furnishing all labor, materials, equipment, tools and performing all services required for the City of San Luis Fire Station No. 1 Roof Repair and work incidental thereto.  The repairs consist of 14,000 sq. ft. of sloped roof with clay tile, and 5,000 sq. ft. of low slope built up roof. They City is seeking a roof with a watertight seal and warranty for 10 years. Bids will be publicly opened and read aloud.  Each Bid should be submitted through the Procurement Portal and be accompanied by a certified or cashier's 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 provide materials, labor and work incidental thereto for the repair of roof at San Luis Fire Station No. 1 located at 1165 N McCain Avenue in San Luis, AZ 85349. The repairs consist of 14,000 sq. ft. of sloped roof with clay tile, and 5,000 sq. ft. of low slope built up roof. They City is seeking a roof with a watertight seal and warranty for 10 years. The sloped section with clay tiles scope consists of removal of all tiles, replace underlayment, and reinstall all tiles. Broken tiles are to be replaced with same or approved equal tiles, and to be placed in rear of the Fire Department, and all existing tiles to be placed in public visible areas for consistency. The low slope section of the project is to repair flat surface roof for a watertight roof, repair flashings, and install coatings to qualify for a 10-year warranty. Contractor shall prepare all roof areas at the site designated in accordance with the Construction Documents, as prepared by Southwest Roofing Consultants, Inc.

    Project Details

    • Reference ID: 2026-RFP-00000004
    • Department: Facilities
    • Department Head: Eulogio Vera (Director of Public Works)

    Important Dates

    • Questions Due: 2026-03-25T18:00:00.000Z
    • Answers Posted By: 2026-03-27T01:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-23T17:00:00.000Z — Fire Station No. 1 Conference Room 102, 1165 N McCain Avenue San Luis, AZ 85349

    Addenda

    • Addendum #1 (released 2026-03-19T18:44:04.766Z) —

      Specs for COSL Fire Station No.1 Roof Repair have been added to RFP documents as an attachment.

    • Addendum #2 (released 2026-03-25T15:24:50.350Z) —

      Addendum #2

    Evaluation Criteria

    • 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.

    • TIMELINE
      Advertisement/Release Project Date:March 15, 2026
      Advertisement/Release Project Date:March 22, 2026
      Pre-Bid Meeting (Non-Mandatory):March 23, 2026, 10:00am

      Fire Station No. 1 Conference Room 102, 1165 N McCain Avenue San Luis, AZ 85349

      Question Submission Deadline:March 25, 2026, 11:00am
      Question Response Deadline:March 26, 2026, 6:00pm
      Bid Submission Deadline:April 7, 2026, 10:00am
      Bid Opening:April 7, 2026, 11:00am
      Contractor Selection Date:April 8, 2026
      Tentative Council Meeting :April 22, 2026, 6:00pm

       

    • PROJECT NAME, LOCATION, AND OVERVIEW

      PROJECT NAME:

      The name of this project is City of San Luis Fire Station No. 1 Roof Repair.  All correspondence and documents are to reference “City of San Luis Fire Station No. 1 Roof Repair”.

      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 1165 N McCain Ave San Luis, AZ 85349.

      OVERVIEW:

      The City of San Luis Fire Station No. 1 Roof Repair 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.
    • 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.

    • 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

    • 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.
    • CITY OF SAN LUIS FIRE STATION NO. 1 ROOF REPAIR

      Scope of Work for Fire Department Roof Repair

      Summary

      The City of San Luis, AZ is seeking qualified contractors to provide roof repair services for the San Luis Fire Station No. 1 building located at 1165 N Mc Cain Avenue in San Luis, Arizona. The purpose of this project is to address and rectify any existing damage, ensure the roof is watertight, and extend the lifespan of the roof. The selected contractor will be responsible for providing all labor, materials, equipment, and services necessary to complete the project in accordance with the specifications outlined in the document attached from Southwest Roofing Consultants, Inc.

    Submission Requirements

    • Proposal (required)

      Project Name: City of San Luis Fire Station No. 1 Roof Repair

      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 60 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.

    Key dates

    1. March 15, 2026Published
    2. April 7, 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.