SLED Opportunity · ARIZONA · CITY OF SAN LUIS
AI Summary
City of San Luis seeks bids for Well Site 3 Storage Tank Rehabilitation including coating, structural repairs, and safety upgrades. Bids due April 7, 2026, with a non-mandatory pre-bid meeting on March 26, 2026.
Well Site 3 is located at 1309 E B Street, San Luis, AZ 85349. The facility consists of a welded-steel potable water storage tank with a capacity of 300,000 gallons, a booster station equipped with three parallel pumps, two 7,500 gallon hydropneumatic tanks, and an iron and manganese well treatment system with duel treatment tanks and a bolted steel backwash tank.
NOTICE IS HEREBY GIVEN THAT sealed proposals or bids will be received through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz, until 1:00 pm (M.S.T.) on Tuesday, April 7, 2026, for furnishing all labor, materials, equipment, tools and performing all services required for the construction of the Well Site 3 - Storage Tank Rehabilitation and work incidental thereto. Proposals will then be publicly opened and read aloud. 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.
The City of San Luis is accepting Statements of Qualification (SOQ) from qualified firms to provide Well Site 3 - Storage Tank Rehabilitation. SOQs are to be submitted through the Procurement Portal no later than 1:00 pm on Tuesday, April 7, 2026.
Please use the See What Changed link to view all the changes made by this addendum.
The Well Site 3 - Condition Assessment Report is being added as part of the contract documents and bid package.
A Revised Site Plan-layout is being added as well as a revised Bid Tab. These new documents replaced the ones previously uploaded in the attachment section.
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.
| Advertisement/Release Project Date: | March 22, 2026 |
| Pre-Bid Meeting (Non-Mandatory): | March 26, 2026, 3:00pm City of San Luis City Hall, Pedro Julian Conference Room, 1090 E Union St. San Luis, AZ 85349 |
| Question Submission Deadline: | March 30, 2026, 6:00pm |
| Question Response Deadline: | April 1, 2026, 6:00pm |
| Submission Deadline: | April 7, 2026, 10:00am |
| Bid Opening: | April 7, 2026, 1:00pm |
| Tentative Council Meeting : | April 22, 2026 |
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.
PROJECT NAME:
The name of this project is Well Site 3 - Storage Tank Rehabilitation. All correspondence and documents are to reference “Well Site 3 - Storage Tank Rehabilitation”.
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 1309 E B Street, San Luis, AZ 85349.
OVERVIEW:
The Well Site 3 - Storage Tank Rehabilitation 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:
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.
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.
Contractor shall provide general liability and excess general liability coverage in the following amounts, at a minimum:
Employer’s Liability
Contractors General Liability
Automobile Liability
Contractual Liability
Professional Liability Errors and Omissions $1,000,000
3.1 Bidders may obtain copies of the bidding Documents through the Procurement Portal at https://procurement.opengov.com/portal/sanluisaz.
Scope of Work, Well Site 3 - Storage Tank Rehabilitation.
The proposed work is located at 1309 E B Street, San Luis, AZ 85349. The facility consists of a welded-steel potable water storage tank with a capacity of 300,000 gallons, a booster station equipped with three parallel pumps, and two 7,500-gallon hydropneumatic tanks.
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, March 30, 2026.
The rehabilitation effort is intended to restore Well Site #3 to reliable operational status, extend asset life, and ensure regulatory and safety compliance. The improvements include, but are not limited to, replacement and coating of roof structural components; full interior and exterior surface preparation (blasting) and recoating using updated NSF-certified coating systems; installation of new ventilation; replacement of the interior overflow with a properly sized conical weir; upgrades to safety railings, tie-offs and hatch systems; hydropneumatics tank recoating; appurtenance upgrades, recertification, and site piping improvements.
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.
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:
6.3 A Non-Mandatory pre-bidders conference will be held at 3:00 pm at the City of San Luis City Hall, Pedro Julian Conference Room, 1090 E Union St. San Luis, AZ 85349on Thursday, March 26, 2026.
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 Non-Mandatory pre-bidders conference will be held at 3:00 pm at the City of San Luis City Hall, Pedro Julian Conference Room, 1090 E Union St. San Luis, AZ 85349on Thursday, March 26, 2026.
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.
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.
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.
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.
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).
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.
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.
14.1 The Contractor shall obtain Construction Documents free of charge through the Procurement Portal.
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.
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.
17.1 Refer to the Overview, Summary and Scope of Work, and Summary of the Work, for description of the work.
18.1 Substantial Completion will be accomplished no later than 60 from dated letter "Notice to Proceed".
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.
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.
Project Name: Well Site 3 - Storage Tank Rehabilitation
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.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please upload your Certificate of Insurance.
Example: 60
Example: Pedro Julian Conference Room at the San Luis City Hall
Feel free to type out your dates and times or upload a document detailing your dates and times in the attachments section.
Enter the amount budgeted for this project.
Enter what type of funding source will be used. Example, will it be grant funds, bonds, etc.
Enter date, time and location of meeting/deadline.
All intake requests require Department Director/Manager approval.
Please type the name of Department Director or Manager that approved to initiate project intake/project.
Example: State of Arizona Classification “A” Contractor’s license
Q (Hydropneumatic Tanks): Are the tank dimensions available? I am looking for the diameter and length. I also would need the size of the nozzles, sample port, and sight glass that are to be added or replaced.
A: Dimensions of the Hydropneumatic tanks are: ~ 7” Dia. X 26” Long (measured via aerial imagery – dimensions not included in the as-builts). 2” Sample Port ½” Tap for Sight Glass w/ Valve, x2 30” Sight Glass 10” Flanged Inlet 10” Flanged Outlet 4” Drain and Gate Valve ½” Tap for Pressure Stats w/ Valve 1” Tap for Air 3” Warrick Electrodes 2” Tap for Pressure Relief Valve 15” Dia. Access Hatch
Q (Clarification on structural items ): It list 4 eave vents in addition to the 2 other vents being installed. Are drawings available to assure that pricing is accurate?
A: We will be removing the 4 eave vents and asking for the bid to include one 36” central hood vent. See strikeout in bid tab.
Q (Working Hours ): Are there set working hours for this project? We are hoping to work early morning or late to avoid painting in the afternoon sun.
A: Allow contractor to work sunrise to sunset – will monitor complaints from residents and will adjust if needed. 7 days per week is allowed.
Q (Exterior prep): Is the exterior of the tank being blasted or pressure washed? Section 09 90 00 specifies a pressure wash for exterior prep but the bid form and specs refer to exterior blasting.
A: It is pressure washed with an overcoat system.
Q (Eave Vents): Please clarify what the Eave Vents that are to be replaced as part of Bid Item 2 are, where they are located, and if there is a drawing or cut sheet on them can you please provide that as well?
A: We will be removing the 4 eave vents and asking for the bid to include one 36” central hood vent. See strikeout in bid tab.
Q (Bid Item 2): Are there drawings, or a sketch detailing what the new roof support structure is to be constructed of as well as the layout of the intended new support structure? With no specification or drawing there is lots of room for interpretation on what is intended for the Halo Roof Support, Tie Rods, & Eave Vents.
A: This should be supplied as a shop drawing by the contractor for review and approval by the Engineer.
Q (Inspection Report): Is there an inspection report for the tank available?
A: Yes currently, we have reports for the Coasting System Assessment for Well Site 3. These were conducted by RFI Consultants and are appendixes in the Condition Assessment Reports.
Q (Compressor): - What are the desired dimensions for the new concrete pad the compressor is to be mounted to? - Is the Contractor to furnish the Compressor or is the Owner going to furnish it, and the Contractor will only be required to install it? - If the Contractor is to furnish the Compressor, can you provide a spec for the compressor? - Is the contractor going to be responsible for installing all electrical required for the Compressor? - Can you provide more information on what is going to be required for the enclosure mentioned on the drawings?
A: -- The concrete pad should be 24” x 48” x 8”, centered in slab thickness (From HydroTank Standard Guidance – 07/24) -- Contractor will furnish and install the Compressor. -- Submit a shop drawing for Champion Air Compressor per detail supplied using the pressures specified in the Condition Assessment document. -- Yes, the contractor is responsible for installing electrical for the compressor. -- See on exhibit one air compressor detail
Q (No subject): What year were the tanks built?
A: Well Site 3 was constructed and placed into service in 1993.
Q (No subject): Do any tanks contain lead?
A: It is not anticipated based on the date of construction, according to the Safe Drinking Water Act, the use of lead in public water systems has been banned since 1986.
Q (No subject): Can you provide information on existing coatings on tanks?
A: Yes currently, we have reports for the Coating System Assessment for both Well Site 3. These were conducted by RFI Consultants and are appendixes in the Condition Assessment Reports. There is no record of the type of coating, based on the timeframe of the site construction, it is assumed to be an epoxy polyeurethane for both HT and water tank were used.
Q (No subject): Can we work 7 days a week from sun up to sundown?
A: Yes
Q (No subject): Are there any antenna on the tank? If so, do they need to be removed? If so, by whom?
A: No there are no antennas on the tank.
Q (No subject): Can more than one tank be worked on at a time?
A: Yes, the entire site will be out of service, so the hydropnuematic tanks and water storage tank can all be drained at the same time.
Q (No subject): What month/date do you anticipate that this project will begin?
A: As soon as the selection process is complete and pricing has been negotiated – as soon as possible. To be completed during the current Fiscal year by June 30,2026.
Q (No subject): Will a third-party inspector be used? If so, who or who is being considered?
A: RFI consultants and Kimley-Horn will be used for coating and special inspection services during construction.
Q (No subject): Can you provide a copy of the general and supplemental conditions mentioned in the documents?
A: The general conditions are part of the RFQ package. Supplemental conditions for this project include MAG construction standards and supplied specifications.
Q (No subject): Can robotic blasting or wet blasting be used on the tank exterior?
A: Yes they can be used. An inspection will be completed before and after the use of robotic blasting to confirm structural damage to the tank. If damage occurs, the contractor will be responsible.
Q (No subject): What level of containment is required for the project?
A: Recommend pressure washing exterior and dry rolling coating system to prevent need for containment. If there method using blasting or spray application, excessive debris or neighbor complaints containment may be needed.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.