SLED Opportunity · CALIFORNIA · GENERAL SERVICES

    DUST SUPPRESSANT APPLICATION W/CARGILL DUST OFF OR EQUAL

    Issued by General Services
    countyIFBGeneral ServicesSol. 237034
    Closed
    STATUS
    Closed
    due Apr 18, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    General Services
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    County of Solano seeks bids for a firm-fixed-price contract to supply and apply Cargill Dust-off or equivalent dust suppressant for soil stabilization and dust control on roads, considering environmentally sensitive alternatives.

    Opportunity details

    Solicitation No.
    237034
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    March 16, 2026
    Due Date
    April 18, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    General Services
    Agency
    General Services

    Description

    The County of Solano, on behalf of the Department of Resource Management, Public Works Division (PWD), hereinafter referred to as the “County,” is soliciting bids to establish a Firm-Fixed-Price contract(s) with one or more qualified firm(s) to provide, deliver, and apply to road surface Cargill Dust-off, or approved equal dust suppressant for soil stabilization and dust mitigation. An environmentally sensitive alternative product (Green) will be considered, if in the opinion of the County, it is equal to in terms of quality, quantity, performance, cost, safety, and any other attribute as deemed in the best interest of the County as the specified product.

    Project Details

    • Reference ID: 968-0316-26
    • Department: Resource Management
    • Department Head: Terry Schmidtbauer (Director)

    Important Dates

    • Questions Due: 2026-03-24T00:00:00.000Z
    • Answers Posted By: 2026-03-27T00:00:00.000Z

    Evaluation Criteria

    • Statement of Purpose

      The purpose of this Invitation for Bid (IFB) is to define the County’s minimum requirements and gain adequate information by which the County may evaluate services offered by contractors or vendors. As used herein, the term contractor or vendor shall mean the contractor, its employees, or agents.

      1. The County of Solano, on behalf of the Resource Management, hereinafter referred to as the “County,” is soliciting bids to procure The County of Solano, on behalf of the Department of Resource Management, Public Works Division (PWD), hereinafter referred to as the “County,” is soliciting bids to establish a Firm-Fixed-Price contract(s) with one or more qualified firm(s) to provide, deliver, and apply to road surface Cargill Dust-off, or approved equal dust suppressant for soil stabilization and dust mitigation. An environmentally sensitive alternative product (Green) will be considered, if in the opinion of the County, it is equal to in terms of quality, quantity, performance, cost, safety, and any other attribute as deemed in the best interest of the County as the specified product..
      2. The County of Solano exclusively reserves the sole and independent rights to make an award in whole or in part or any varying combination (split bid) if deemed will be in the best interest of the County. The award may not necessarily be to the lowest bidder but to the lowest responsive and responsible bidder able to render services and perform the associated work in support of the County and fulfill all contract requirements.
      3. Moreover, the County reserves the sole and independent right to award all bid items to more than one vendor (multiple award contracts), if deemed in the best interest of the County. If and where multiple award contracts are made, County departments/agencies may purchase goods from one or more awarded vendors.
      4. Services and/or commodities to be rendered as specified within guidelines as provided by this IFB in its entirety. This IFB details deliverables and terms and conditions as required by the County.
      5. In addition to the requesting department, other Solano County departments may utilize this contract (at the same terms and conditions) for similar work.
      6. Contractor to submit with the bid one copy of descriptive literature, including any pictures or drawings, and a specification sheet if applicable.
      7. Bidders are responsible for checking the County's eProcurement Portal frequently for any current information and documents pertaining to this IFB.
      8. Bid shall be valid at least for (90) days after the IFB closing date.
      9. Questions regarding this solicitation shall be submitted via the County's eProcurement Portal Q&A feature no later than 5:00 pm on Monday, March 23, 2026. Response to written questions will be posted via the County's eProcurement Portal no later than 5:00 pm on Thursday, March 26, 2026. If there is a delay in posting responses, the bid submission due date may be extended commensurate. The County cannot assure any response to questions/inquiries received after this date.
      10. Samples: The County reserves the right to require a bidder to furnish samples of any item within seven calendar days after the request is made. The samples must be furnished free of charge, be clearly marked “sample” with the Invitation for Bid number, bid item number, bidder’s name and address and delivered to the Purchasing Services Office. Samples will be evaluated to determine compliance with all major characteristics of the article indicated. Failure of samples to conform to all such characteristics may be cause for rejection of the bid. Failure to submit the requested samples may eliminate the bidder from further consideration for award. Samples will not be returned to bidder.
    • Scope of Work
      1. The work shall consist of furnishing all personnel, tools, material, equipment and transportation needed for the application of approximately 94,000 gallons of said dust suppressant to graveled and or unimproved roads at various unincorporated locations in the County.
      2. Conntractor shall quote a price per gallon; FOB to various locations within Solano County and to include application of dust suppressant to the road surface. See 2026 Dust Off Schedule (ATTACHMENT A) for details.
      3. The amount specified in this IFB is the County’s best estimate of requirements for this road maintenance project.  The actual quantity needed by the County may be greater or lesser as described herein.  The County may place a small order (8,000-16,000) gallons in the months of July or August for a touch up application. Prices quoted by contractor shall remain firm for the entire period of work.
      4. Contractor shall apply material evenly on road surface without material being disturbed by wind.
      5. Concentration of suppressant shall be no less than 30 to 32 percent.
      6. The County will periodically test material with a Refractometer.  The County reserves the right to refuse any material that does not meet the required concentration specifications.
      7. Each load of material shall include a specification sheet from the plant referencing the percent of concentration.
      8. The County Public Works Division shall determine the application rate of suppressant.
      9. All bid responses shall include a detailed copy of complete product specifications and literature.  Bidders shall also provide a description and specifications of truck and dispensing apparatus.  Failure to provide this information may render the bidder unresponsive and will be rejected by the County.  
      10. Technical Assistance: The County may require visits at each site to provide technical and contract management assistance, product support and field support service.
    • INFORMED BIDDERS. 

      Before submitting bids, bidders must fully inform themselves of the conditions, requirements and specifications of the products or materials to be furnished.  Failure to do so will be at bidder’s own risk and they cannot secure relief on the plea of error.

    • Firm Fixed Price Contract

      This is a Firm-Fixed-Price contract that shall be in the form of Purchase Order and all requirement, terms and conditions of this solicitation shall be incorporated in the PO by reference. 

       

    • BID FORMS.

      Bid must be submitted via electronic submission via the County's eProcurement Portal at https://procurement.opengov.com/portal/solanocounty

    • Dust Suppressant Application – Cargill Dust Off or Equal

      Purpose:
      Provide supply, delivery, and application of a dust suppressant to reduce dust on county roads, parking areas, or designated sites.

      Contractor Responsibilities:

      1. Supply: Furnish Cargill Dust Off or approved equal (approximately 94,000 gallons). Provide MSDS and product specifications.

      2. Delivery: Deliver product to project sites as scheduled (attachment A).

      3. Application:

        • Apply in accordance with county specifications at the provided locations, per county timeline.

        • Provide all labor and equipment.

        • Apply in a manner that prevents runoff or contamination of waterways, minimizes dust or overspray, and follows all applicable federal, state, and local environmental regulations, including proper handling, storage, and disposal of materials.

       

    • Price Adjustments

      Price adjustment may be negotiated prior to the beginning of a contract extension year. Any proposed price adjustment shall be submitted to the County in writing at least ninety (90) days prior to contract anniversary date and if approved, will be effective on that date for the subsequent contract period. 

    • Period of Performance

      Period of performance for this contract is six (6) months with an effective period of July 1, 2023 through June 30, 2024. The County reserves the right to award a one-year contract through this IFB, which may be renegotiated and/or renewed/extended, subject to contractor performance and continued funding, for two additional one-year terms without a competitive bid process, representing a total contract term of no more than three (3) years at the sole discretion of the County, provided the County notifies the Contractor in writing of its intention to do so at least thirty (30) days prior to the contract expiration date.  

    • PRICES, NOTATIONS, AND MISTAKES.  

      All prices and notations must be ink or typewritten.  Mistakes may be crossed out and corrections typed or printed adjacent to the mistake and initialed in ink by the person who signs bid.  Prices shall be stated in units and quotations made separately on each item.  In case of conflict, unit prices will govern.  Where there is a conflict between words and figures, words will govern.

    • Period of Performance

      Period of performance for this contract is within eighteen (18) calendar days or from the date road maintenance project starts until the project end date. The County reserves the right to award a one-year contract through this IFB, which may be renegotiated and/or renewed/extended, subject to contractor performance and continued funding, for two additional one-year terms without a competitive bid process, representing a total contract term of no more than three (3) years at the sole discretion of the County, provided the County notifies the Contractor in writing of its intention to do so at least thirty (30) days prior to the contract expiration date.   

    • OFFERS OF MORE THAN ONE PRICE.

      Bidders are allowed to submit more than one bid but not more than two bids.  Bidders may submit one base bid and one alternate bid.  Where bidder submits more than one bid, one bid shall be marked “base bid” and the other shall be marked “alternate bid.”  Base bid and the alternate bid shall be submitted in accordance with the terms and conditions of this bid solicitation.  The County reserves the sole right to accept or reject any alternate offer, in whole or part.  Any such acceptance, in whole or in part, shall be in the best interest of the County.

       

       

    • TERMS OF THE OFFER.

      Solano County’s acceptance of bidder’s offer shall be limited to the terms herein unless expressly agreed in writing by Solano County.  Bids offering terms other than those shown herein will be declared non-responsive and will not be considered.

    • BIDDER AGREEMENT TO TERMS AND CONDITIONS. 

      Submission of a bid through the County's eProcurement Portal will be interpreted to mean bidder has agreed to all the terms and conditions set forth in the pages of this solicitation.

    • CANCELLATION OF CONTRACT. 

      The County of Solano may cancel this contract without cause at any time by giving thirty (30) days written notice to the supplier/vendor.  The County of Solano may cancel this contract with cause at any time by giving ten (10) days written notice to the vendor.  Cancellation for cause shall be at the discretion of the County of Solano and shall be, but is not limited to, failure to supply the service specified within the time allowed or within the terms, conditions, or provisions of this contract.  The successful bidder may not cancel this contract without prior written consent of Purchasing Services.

    • COMPLIANCE OR DEVIATION TO SPECIFICATIONS. 

      Bidder hereby agrees that the services offered will meet all the requirements of the specifications in this solicitation unless deviations from them are clearly indicated in the bidder’s response.  Bidder may submit an attachment entitled “Exception to Specifications,” which must be signed by bidder’s authorized representative.  An explanation must be made for each item to which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken.  Bids failing to comply with this requirement will be considered non-responsive.  Submittal of brochure or other manufacturer literature is desirable but shall not be an acceptable substitution for the requirement.  The County reserves the sole and independent right to accept or reject any exception or deviation in whole or part.  Any such acceptance, in whole or in part, shall be in the best interest of the County. 

       

       

    • COMPLIANCE WITH LAWS. 

      All bids shall comply with current federal, state, local and other laws relative thereto.

    • FORCE MAJEURE. 

      If execution of this contract shall be delayed or suspended and if such failure arises out of causes beyond the control of and without fault or negligence of the Vendor, the vendor shall notify the County of Solano, in writing, within twenty-four (24) hours, after the delay.  Such causes may include but are not limited to acts of God, war, acts of public enemy, acts of any governmental entity in its sovereign or contractual capacity, fires, floods, epidemics, strikes and unusually severe weather.

    • FORMATION OF CONTRACT. 

      Bidder’s bid submittal and Solano County’s written acceptance shall constitute a binding contract.

    • LAWS GOVERNING CONTRACT. 

      This contract shall be in accordance with the laws of the State of California.  The parties stipulate that this contract was entered into in the County of Solano, in the State of California.  The parties further stipulate that the County of Solano, California, is the only appropriate forum for any litigation resulting from a breach hereof or any questions risen here from. 

       

       

    • NOMENCLATURES.

      The terms successful bidder, supplier, vendor, and contractor may be used interchangeably in this solicitation and shall refer exclusively to the person, company, or corporation with whom the County of Solano enters into a contract as a result of this solicitation.

    • SELL OR ASSIGN.

      The successful bidder shall not have the right to sell, assign, or transfer, any rights or duties under this contract without the specific written consent of the County of Solano.

    • SEVERABILITY.

      If any provisions, or portions of any provisions, of this contract are held invalid, illegal, or unenforceable, they shall be severed from the contract and the remaining provisions shall be valid and enforceable.

    • BID PREPARATION.

      Solano County shall not pay for any information herein requested, or is it liable for any costs incurred by prospective bidders.

    • PROMPT PAYMENT TERMS.

      Discounts for payments made twenty (20) days or more from receipt of invoice will be considered in award of bid.  Payment discounts must be clearly shown on the Bid Form.  Normal payment terms are net 30-45 days, after receipt of invoice and equipment acceptance.

    • TAXES-SALES.

      California sales tax should be shown separately on the bid form, when and where indicated (if not indicated on bid sheet do not include in your bid).

    • TAXES, FEDERAL EXCISE.

      TAXES, FEDERAL EXCISE.  The County of Solano is exempt from federal excise tax.

    • DEADLINE FOR BID SUBMITTALS.

      Unless otherwise specified, the time of day for the following events shall be between 8:00 a.m. and 5:00 p.m., Pacific Time.

       

       

    • BIDS MUST BE SUBMITTED ON OR BEFORE THE SUBMISSION DATE AND TIME.

      Contractors shall respond to the IFB and any exhibits, attachments, or amendments. A contractor's failure to submit a bid as required on or before the deadline shall cause the bid to be disqualified.

    • BID SUBMITTALS.

      An electronic submission of Bids via the County's eProcurement Portal at https://procurement.opengov.com/portal/solanocounty are due no later than Friday, April 17, 2026 and 5:00 pm(PST). Late submittals will not be accepted. The County will not pay any costs associated with the preparation, submittal, or presentation of any bid. Please register as a Vendor on the County's eProcurement Portal for uninterrupted notification and access to County bidding opportunities. The County will only accept submission of all bids via the County's eProcurement Portal. Any hard copy submission, any other submission method (email, fax, etc.)   will be retained in the file unopened and will be considered disqualified from consideration in further bidding process.

    • BID AMENDMENT.

      The County shall not accept any amendments, revisions, or alterations to bids after the deadline for submittal.

    • BID WITHDRAWAL.

      To withdraw a bid, contractor must submit a written request, signed by an authorized representative, to the Bid Coordinator prior to the official deadline / submittal date and time.  After withdrawing a previously submitted bid, the contractor may submit another at any time up to the deadline for submittals.

    • BIDS FOR ADDITIONAL SERVICES.

      If a contractor indicates an offer of services in addition to those required by and described in this IFB, these additional services may be added to the contract before, or at any time during an agreed to contract period, at the sole discretion of the County.

    • BID ERRORS.

      Contractors are liable for all errors or omissions contained in their bids.  Contractors will not be allowed to alter documents after the deadline for submitting bids.

    • CONFLICT OF INTEREST.

      By submitting a bid, the contractor certifies that no amount shall be paid directly or indirectly to an employee or official of the County of Solano as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Contractor in connection with the procurement under this IFB.

    • NON-DISCRIMINATION.

      No person shall be excluded from participation in, be denied benefits of, be discriminated against in the admission or access to, or be discriminated against in treatment or employment in the County’s contracted programs or activities on the grounds of disability, age, race, color, religion, sex, national origin, or any other classification protected by federal or California State Constitutional or statutory law; nor shall they be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of contracts with the County or in the employment practices of the County’s contractors.  Accordingly, all vendors entering into contracts with the County shall, upon request, be required to show proof of such nondiscrimination and to post in conspicuous places.

       

    • RIGHT TO REFUSE PERSONNEL.

      Any personnel involved in this service shall submit to a criminal history screening during the contract period, if directed by the County at contractor's sole expense.  The County reserves the right to refuse, at its sole discretion, any subcontractors or any personnel provided by the prime contractor or its subcontractors that fails to submit to screening or for any other reason that is in the best interest of the County.

    • LICENSURE.

      The contractor must hold all necessary and applicable insurance, as well as all business and professional licenses.  The County may require any or all contractors to submit evidence of proper documents.

    • PROTESTS.

      Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the Director of General Services. The protest shall be submitted in writing to the Director of General Services within seven (7) calendar days after such aggrieved person or company knows or should have known of the facts giving rise thereto.  The protesting contractor/vendor shall file a detailed statement specifying the grounds for the protest.  The protest letter must be mailed to the Director of General Services, 675 Texas Street, Suite 2500, Fairfield, CA 94533.

    • CONTRACT AWARD.

      The awarded bidder(s) will be issued a purchase order(s) by the County for the duration of each contract year.

    • CONTRACT MONITORING.

      The contractor shall be responsible for the completion of all work services set out in the contract.  All work services are subject to inspection, evaluation, and acceptance by the County.  The County may employ all reasonable means to ensure that the work is progressing and being performed in compliance with the contract.  At reasonable times, the County may inspect those areas of the contractor's place of business that are related to the performance of the contract.  If the County requires such an inspection, the contractor shall provide reasonable access and assistance.

    • CONTRACT AMENDMENT.

      If during the course of this contract, additions to and/or deletions from services provided are required as a result of changes to any statute, bylaw or regulation, the County shall notify the contractor.  Added work shall be within the general scope of this IFB.  In such instances, the County shall provide the contractor a written description of the additional work, and the contractor shall submit a time schedule for accomplishing the additional work and a price for the additional work based on the rates included in the contractor’s bid.  If the County and the contractor reach an agreement regarding work services and associated compensation, said agreement shall become effective by means of a contract amendment.  Any such amendment requiring additional work must be mutually agreed upon by the parties and signed by the contractor and must be approved by other County officials as required by County laws and regulations.  The contractor shall not commence additional work until the County has issued a written contract amendment and secured all required approvals.

    • LOCAL VENDOR PREFERENCE:
      1. In order to address the competitive disadvantage faced by local businesses that seek to enter into contracts with the County because of the higher costs of doing business in the County, and to encourage businesses to locate and remain in the County, the County has implemented a local preference policy.
      2. Definition of Local Business
        1. For purposes of this section, a “local business” means a business enterprise, including but not limited to a sole proprietorship, partnership, or corporation, which has the following:
        2. a valid business license issued from the County or a political subdivision within the County; and
        3. its principal business office, or a satellite office with at least one full-time employee, located in the County.
      3. Preference
        1. Where the lowest responsible bidder is not a local business, the purchasing agent shall provide the lowest responsible local business bidder, should one exist and its bid is within five percent (5%) of the lowest responsible bidder, with notice and an opportunity to reduce its bid to match that of the lowest responsible bidder.  Notice shall be by telephone and either facsimile or electronic mail.  The local business shall have five (5) business days after the date of such notice to match the lowest bid, in writing.  Should the local business so match, it shall be deemed the lowest responsible bidder and receive the award.
        2. Should the lowest responsible local business bidder decline to match as set forth above, the purchasing agent shall provide the next lowest responsible local business bidder, should one exist, and its bid is within five percent (5%) of the lowest responsible bidder, with the same notice and opportunity to match the bid of the lowest responsible bidder as above.  This process shall continue as necessary, until an award is made either to a responsible local business bidder within five percent (5%) of the lowest responsible bidder, or the lowest responsible bidder itself.
        3. In instances where a local business and a non-local business submit equivalent, lowest responsible bids, the purchasing agent shall give preference to the local business.
        4. No contract awarded to a local business under this section shall be assigned or subcontracted in any manner that permits more than fifty (50) percent or more of the dollar value of the contract to be performed by an entity that is not a local business.
      4. Declaration of Compliance
        1. In submitting a bid subject to this section, a local business shall affirm its compliance with Sections 22-24 of the Solano County Code, on a form to be provided by the purchasing agent (Declaration form included in this bid).
      5. Notice
        1. The purchasing agent shall provide adequate notice of the provisions of this section to prospective bidders.
      6. Exceptions
        1. The exceptions provided for in section 1.1.11 of the County’s Purchasing & Contracting Policy Manual shall apply to this section.  Furthermore, this section is made expressly inapplicable to public works or other projects to the extent the application would be prohibited by state or federal law.

       

    • BIDDER REGISTRATION.

      The County of Solano, Purchasing Services is now partnering with OPEN GOV to create an electronic procurement portal that will allow you to receive notifications of County business opportunities and submit bids and proposals to Solano County digitally.  All Vendors who wish to compete for County work, must register on the County's eProcurement Portal.

      BIDDER REGISTRATION PROCEDURE: Register as a Vendor at https://procurement.opengov.com/portal/solanocounty

      When registration is completed, vendors will receive email notifications of bidding opportunities that match the commodity/services listed in the vendor profile.  It is critical to list the National Institute of Purchasing (NIGP) codes related to the services and/or commodities offered by the vendors/contractors.

      Remember that all vendors are also required to be register with the County of Solano. The vendor applications may be obtained here: (Solano County Vendor Application).

      For further information on registration, please contact Solano County Purchasing Services at Purchasing@solanocounty.com or (707) 784-6320.

    Submission Requirements

    • Do you agree to all of the terms and conditions of this IFB? (required)

      THE UNDERSIGNED OFFERS AND AGREES TO FURNISH THE ABOVE ARTICLE(S) AT THE PRICES AND TERMS STATED SUBJECT TO THE INSTRUCTIONS AND CONDITIONS OF THIS IFB

    • Bid Validity Period - 120 Days: (required)

      Bidder confirms that its bid shall be valid for a period of 120 days after IFB closing date.

    • Specification Confirmation: (required)

      Did you bid on the item(s) per the specifications provided? 

    • Alternative Specifications: (required)

      If proposing alternative products, bidders must attach the specifications of said products here. 

    • Subcontractor Listing:

      If the Bidder will use subcontractors to assist with providing the goods/services requested in this solicitation, the Bidder must upload details of said subcontractors here. Note - The County reserves the right to deny or accept subcontractors and subcontracting.

    • Public Works Reforms (Sb 854) Fact Sheet: (required)

      Check for updates at: https://www.dir.ca.gov/default.html

       

      Public works reforms (SB 854) were signed into law on June 20, 2014. The reforms made several significant changes to the administration and enforcement of prevailing wage requirements by the Department of Industrial Relations (DIR). Among other things, SB 854 established a public works contractor registration program to replace prior Compliance Monitoring Unit (CMU) and Labor Compliance Program (LCP) requirements for bond-funded and other specified public works projects. The fees collected through the program established by SB 854 are used to fund DIR’s public works activities. 

      Essentials of public works contractor registration program:

      • Contractors are subject to a registration and annual renewal fee set initially at $400. The fee is non-refundable and applies to all contractors and subcontractors who intend to bid or perform work on public works projects (as defined under the Labor Code). 

      • Contractors apply and pay the fee online and must meet minimum qualifications to be registered as eligible to bid and work on public works projects: 

        • Must have workers’ compensation coverage for any employees and only use subcontractors who are registered public works contractors. 

        • Must have Contractors State License Board license if applicable to trade. 

        • Must not have any delinquent unpaid wage or penalty assessments owed to any employee or enforcement agency. 

        • Must not be under federal or state debarment. 

        • Must not be in prior violation of this registration requirement once it becomes effective. However, for the first violation in a 12-month period, a contractor may still qualify for registration by paying an additional penalty. 

      • The registration fee is not related to any project. It is more like a license that enables the registrant to bid on and perform public works. 

      • DIR provides a searchable database of registered contractors and subcontractors on its website, so that awarding bodies and contractors can comply with the requirement to only use registered contractors and subcontractors. 

      • Various protections are built in so that 

        • A contractor won’t be in violation for working on a private job that is later determined to be public work; 

        • The inadvertent listing of an unregistered subcontractor on a bid doesn’t necessarily invalidate that bid; 

        • A contract with an unregistered contractor or subcontractor is subject to cancellation but is not void as to past work; 

        • An unregistered contractor or subcontractor can be replaced with one who is registered; 

        • A contractor whose registration lapses will have a 90-day grace period within which to pay a late fee and renew. 

      • Contractors and subcontractors register online. The preferred method of payment is by credit card. 

      • The requirement to list only registered contractors and subcontractors on bids became effective on March 1, 2015. The requirement to only use registered contractors and subcontractors on public works projects applies to all projects awarded on or after April 1, 2015. 

      Essentials of Public Works Enforcement Fund:

      All contractor registration fees go into the State Public Works Enforcement Fund and are used to fund the following items: 

      • Administration of contractor registration requirement; 

      • All DIR costs for administering and enforcing public works laws; 

      • Labor Commissioner’s enforcement of other Labor Code violations on monitored public works projects. 

      DIR no longer charges awarding bodies for prevailing wage compliance monitoring and enforcement on legacy CMU projects. 

       

      Related changes in DIR’s administration and enforcement of public works requirements

      • Requirements to use CMU or specified alternative (labor compliance program or project labor agreement) for state bond-funded and other specified projects were eliminated and replaced by requirements that apply to all public works projects (as defined under the Labor Code). 

      • Awarding bodies are required to submit PWC-100 (contract award notice) for all public works projects. 

      • Contractors and subcontractors on all public works projects are required to submit certified payroll records (CPRs) to the Labor Commissioner unless excused from this requirement. 

        • CPRs are furnished to the Labor Commissioner online

        • This requirement phases in as follows: 

          • Applied to public works projects that had been under CMU monitoring; 

          • Applies to any new projects awarded on or after April 1, 2015; 

          • May apply to other projects as determined by Labor Commissioner; 

          • Applies to all public works projects, (except those listed under Exemptions just below), on and after January 1, 2016.

        • Exemptions: As of April 1, 2015, and even after January 1, 2016, the following projects are exempt from the requirement to have contractors and subcontractors furnish certified payroll records (CPRs) to the Labor Commissioner:

          Any projects monitored and enforced by the following legacy LCPs:

          • California Department of Transportation (Caltrans)

          • City of Los Angeles

          • Los Angeles Unified School District

          • County of Sacramento

      Projects covered by qualifying project labor agreements, at the Labor Commissioner’s discretion. 

      • Requirements for awarding bodies to adopt and enforce a DIR-approved LCP are now limited to: (1) ongoing public works projects awarded prior to January 1, 2012, that were under a pre-existing LCP requirement (see the four legacy LCPs listed above) and (2) projects funded in whole or in part by Proposition 84.

    • Non-Collusion Declaration Pursuant to Public Contract Code Sec. 7106: (required)

      The undersigned declares:  I am the authorized representative of the party making the foregoing bid.

      The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

      Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

      I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that this declaration is executed.

    • Agency References: (required)

      Please download the documents provided below, complete them as required, and upload the finalized versions as part of your submission.

      The bidder shall provide the (3) references of government agencies and or firms for whom they have provided similar services during the last three (3) years.  

      THESE REFERENCES SHOULD BE FROM DIFFERENT ENTITIES AND NOT FROM SOLANO COUNTY.

    • Key Team Member References: (required)

      Please download the documents provided below, complete them as required, and upload the finalized versions as part of your submission.

      Supply three (3) References from Government Agencies and/or Firms of similar size as Solano County for whom the Key Team Member has provided similar services during the last three (3) years.

    • Certification of Compliance: (required)

      The bidder does hereby make certification and assurance of the Proposer’s compliance with:

      The laws of the County of Solano:
      http://www.codepublishing.com/CA/SolanoCounty/

      Title VI of the federal Civil Rights Act of 1964:
      https://www.justice.gov/crt/fcs/TitleVI-Overview

      Title IX of the federal Education Amendments Act of 1972:
      https://www.justice.gov/crt/title-ix-education-amendments-1972

      The Equal Employment Opportunity Act and the regulations issued thereunder by the federal government:
      https://www.justice.gov/jmd/hr-order-doj12001-part-4-equal-employment-opportunity

      The Americans with Disabilities Act of 1990 and the regulations issued thereunder by the federal government:
      https://www.ada.gov/pubs/adastatute08.htm

      All contract employees performing services and/or work as a result of this solicitation must have documented legal authority to work in the United States of America,

      The condition that the submitted proposal was independently arrived at, without collusion, under penalty of perjury; and,  

      The condition that no amount shall be paid directly or indirectly to an employee or official of the County of Solano as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Proposer in connection with the Procurement under this IFB for DUST SUPPRESSANT APPLICATION W/CARGILL DUST OFF OR EQUAL.

    • County Reservations: (required)

      The County of Solano reserves the right to make an award in whole or in part or any varying combination of the following requirements that will be in the best interest of the County, and not necessarily to the lowest Contractor. The intended award of Contract shall be made to the highest rated Proposer based on the evaluation Criteria stated within the IFB.

      Right of Rejection

      The County reserves the right to reject any and all proposals, or to cancel this IFB in part or in its entirety.

      The County reserves the right to waive any variances in proposals provided such action is in the best interest of the County.

      The County reserves the right to amend this IFB at any time.  The County also reserves the right to cancel or reissue the IFB at its sole discretion. 

       Any proposal received which does not meet the stated pre-requisites of this IFB for DUST SUPPRESSANT APPLICATION W/CARGILL DUST OFF OR EQUAL, may be considered to be non-responsive, and may be rejected. The County may reject any proposal that does not comply with all of the terms, conditions, and performance requirements as stated within the IFB.

      To cancel any award and re-solicit proposals for services herein specified due to the increased or added costs, if in its opinion increased prices are greater than those of the general market.

      To cancel any award and re-solicit bids in the event services cannot commence with ten (10) days after the specified date for start of work.

      To reject any and all proposals considered not to be in the best interest of the County.

      To waive any and all minor irregularities in proposals.

      To reduce or increase any specification, in whole or in part due to changes in budget allocations. 

      I declare under penalty of perjury under the laws of the State of California that I have read the above Reservations as stated by the County of Solano.

    • Drug-Free Workplace Certification: (required)

      The contractor or grant recipient named on this proposal hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The contractor will:

      1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a).

      2. Establish a Drug-Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following: 

      1. The dangers of drug abuse in the workplace
      2. The person's or organization's policy of maintaining a drug-free workplace
      3. Any available counseling, rehabilitation and employee assistance programs
      4. Penalties that may be imposed upon employees for drug abuse violations

      3. Provide, as required by Government Code Section 8355(c), that every employee who works on the proposed contract or grant:

      1. Will receive a copy of the company's drug-free policy statement
      2. Will agree to abide by the terms of the company's statement as a condition of employment on the contract or grant

      CERTIFICATION

      I, the official submitting this proposal, hereby swear that I am duly authorized legally to bind the contractor or grant recipient to the above described certification. I am fully aware that this Certification, executed on the date of proposal submittal and in the County below, is made under

    • ****Optional**** Additional Information:

      Please provide any additional or relevant information that you would like to have considered by the County of Solano.

    • Declaration of Local Business: (required)

      Solano County gives local businesses a preference in formal solicitations of goods and services as set forth in section 22-24 of the Solano County code. in order to qualify for this preference, a business must meet all of the following criteria:

       

      • a valid business license issued from the county or a political subdivision within the county; and

      • its principal business office, or a satellite office with at least one full-time employee, located in the county.

      Section 2: Acknowledgement

       

      By completing this section, the undersigned states that, under penalty of perjury, the statements provided herein are true and correct and that the business meets the definition of a local business as defined in section 22-24 of the Solano County code.

       

      All information submitted is subject to investigation, as well as disclosure to third parties under the California public records act.  incomplete, unclear, or incomprehensible responses to the following will result in the bid not being considered for application of the county’s local preference policy.  false or dishonest responses will result in rejection of the bid and curtail the declarant’s ability to conduct business with the county in the future.  it may also result in legal action.

      Bidder declares under penalty of perjury under the laws of the state of California that the foregoing is true and correct, and that this declaration is executed by an authorized representative of the firm. 

      Please select YES if your business is located within Solano County.

    • Legal name of the business? (required)

      Enter Detail Below

    • Physical address of principal place of business or satellite office with at least one employee: (required)

      Enter Complete Address Below.

    • Attach Current Business license issued within the County of Solano (required)
    • I declare under penalty of perjury under the laws of the state of California that the foregoing is true and correct and that this declaration is executed by an authorized representative. (required)
    • Debarment Certification: (required)

      By submitting a bid/offer/proposal/quote to the County of Solano, under penalty of perjury, I, the Proposer, hereby certify that the Prospective Contractor and/or its officers, directors, and employees:

      1. Are not currently excluded, debarred, or otherwise ineligible to participate in a federally funded program
      2. Have not been convicted of a criminal offense related to the provision of federally funded items or services nor has been previously excluded, debarred, or otherwise declared ineligible to participate in any federally funded programs, and
      3. Are not, to the best of its knowledge, under investigation or otherwise aware of any circumstances which may result in contractor being excluded from participation in federally funded programs.

      This representation shall be an ongoing representation during the term of any contract awarded to the Prospective Contractor. If awarded a contract, Prospective Contractor hereby commits to immediately notify the County of any change in the status of the representations set forth in this Form.

      Prospective Contractor authorizes the County to independently verify its suspension and debarment status.

      Prospective Contractors are cautioned that making a false certification may subject the certifier to criminal prosecution or administrative sanctions.

      I certify that I am authorized by the company named above to respond to this request.

    • Bidder Accepts County Terms and Conditions Without Qualification? (required)
    • What qualifications (i.e., exceptions or conditions) are being requested by the Proposer? (required)

      If the Bidder takes exceptions, please attach qualifications here. The County is under no obligation to accept your qualifications; however, they will be reviewed on a case-by-case basis.

    • Firm’s Disclosure of Criminal and Civil Proceedings: (required)

      Describe all ongoing and past civil and criminal proceedings within the last 10 years. Indicate the status of current proceeding and the outcome of closed or completed actions. Also, describe, if any, how the outcome of actions impacted company business operations.

      Note: if no civil and criminal proceedings within the last 10 years, please indicate.

    • Bidder Declaration: (required)

      Bidder declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that this declaration is executed by an authorized representative of the firm. 

    • Signature Page: (required)

      Please download the documents provided below, complete them as required, and upload the finalized versions as part of your submission.

    • Project Description (required)

      (Brief description of commodities/services to purchase).

    • Will The "Public Works Reforms" (SB 854) Apply to This Project? (required)

      Public works reforms (SB 854) were signed into law on June 20, 2014. The reforms made several significant changes to the administration and enforcement of prevailing wage requirements by the Department of Industrial Relations (DIR). Among other things, SB 854 established a public works contractor registration program to replace prior Compliance Monitoring Unit (CMU) and Labor Compliance Program (LCP) requirements for bond-funded and other specified public works projects. The fees collected through the program established by SB 854 are used to fund DIR’s public works activities. 

    • Is "Period of Performance" applicable to this project? (required)
    • Period of Performance (required)

      Type the appropriate period of performance, your text will replace the text below: 

      Period of performance for this contract is: 

    • Price Adjustments (required)

      Will price adjustments be allowed per the sample text below:

      Price adjustment may be negotiated prior to the beginning of a contract extension year. Any proposed price adjustment shall be submitted to the County in writing at least ninety (90) days prior to contract anniversary date (by April 2) and if approved, will be effective on that date for the subsequent contract period.

      If your answer is YES, you will be given a chance to edit the text above accordingly. 

      If your answer is NO, this section will not be shown.

       

    • Delivery/Service Start Date (required)

      Please type the required Delivery date in MM/DD/YYYY format:

      EXAMPLE: 

      Bidder shall schedule one-time delivery to take place on MM/DD/YYYY.

      Bidder shall begin services on MM/DD/YYYY.

    • Will these goods/service require installation or delivery? (required)
    • What is the delivery/service location? (required)

      Please enter delivery address. 

    • Will any grant funds be used for the awarded good/service? (required)

    Questions & Answers

    Q (No subject): Could you please confirm if prevailing wage is applicable for this bid?

    A: Yes, prevailing wage is applicable to this bid. There is also an acknowledgement to this in section 9.5 of the Electronic Submittal.


    Q (No subject): What is the estimated budget for this contract?

    A: The estimated budget is $100,000


    Q (No subject): Based on your previous orders/usage, what is the estimated quantity per order and how frequently will orders be placed throughout the contract term?

    A: This information can be found in Attachment A (2026 Dust Off Schedule) located in the Attachments section of this bid.


    Key dates

    1. March 16, 2026Published
    2. April 18, 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.