BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published September 24, 2025 at 8:00 PM

Updated September 25, 2025

This is a service / maintenance or supply contract in Santa Ana, California. Contact the soliciting agency for additional information.

The County of Orange, OC Public Works, (hereinafter referred to as County) is requesting competitive bids from qualified vendors (hereinafter referred to as Bidder) for Construction Site Flagger Services. The awarded Contract, (hereinafter referred to as Contract) will be between the County and awarded Bidder, (hereinafter referred to as Contractor) in accordance with the model contract terms, conditions and scope of work. Scope of Work Scope of Work: Contractor shall provide all labor, materials, tools, and equipment required for Construction Site Traffic Control/Flaggers. Services shall be provided on an as-needed basis as required by the County. Specifications: Contractor shall provide all equipment as specified herein. Acceptable equipment shall be pickup trucks and/or stake beds with light bars and/or beacons. Acceptable equipment also includes everything in line items. All vehicles utilized in the performance of this Contract must meet all vehicle operating requirements of the State of California Department of Motor Vehicles, CAL OSHA regulations, and all other applicable codes required in the State of California. All vehicles shall be adequately maintained both mechanically and visually by Contractor, and shall be fully operational at all times. Contractor Requirements: Contractor shall provide service under this Contract in accordance with the California Manual on Uniform Traffic Control Devices, Chapter 6E, 2012 edition. Contractor shall ensure that all flaggers utilized under this Contract shall be properly trained in the fundamentals of flagging moving traffic in accordance with the California Code of Regulations, Title 8, Section 1599. Contractor shall have the capability of supplying traffic control and flaggers for any one job site or for use at multiple job sites as required by County and/or District. Contractor shall supply flaggers and the flaggers shall wear and bring all the proper safety equipment to the job sites which shall include, but not be limited to stop/slow paddles, flashlights, hardhats, safety vests, jackets, or shirts manufactured in accordance with the requirements of the American National Standards Institute (ANSI)/International Safety Equipment Association (ISEA) 107-2004, High Visibility Safety Apparel and Headwear. Contractor shall respond to requests on a 24-hour a day, 7-day a week basis. Contractor's response time to County's requests for Construction Site Flaggers in an emergency is critical. Contractor shall respond within two (2) hours of request for flaggers in an emergency. Contractor shall provide County Project Manager with a precise response time at the time of ordering. Failure to provide accurate response under emergency requests shall be grounds for immediate termination of this Contract. Contractor is required to provide the names and telephone numbers of personnel available 24-hours at the beginning of this Contract and on October 1st of each succeeding year. Contractor's Personnel: Background/Security: All personnel engaged in performance of this Contract shall be warranted to possess sufficient experience and security records to perform this work. Contractor shall conduct a thorough background investigation of each employee providing services under this Contract, including but not limited to, investigation of employment and police records and shall maintain copy of that request. Conduct: Contractor personnel providing services under this Contract shall not be incompetent, disorderly, under the influence of alcohol or drugs, or fail to perform the work properly and acceptably. While performing services under this Contract, personnel consistently come into contact with the general public. Personnel must be respectful and courteous to the public at all times. Performance Requirements: Flaggers, while on duty and assigned to give warning to the public of any dangerous conditions to be encountered, shall perform their duties in a professional manner. The equipment shall be furnished and kept clean and in good repair by Contractor, at Contractor's expense. Flaggers shall set up traffic control and direct all pedestrian and/or vehicle traffic through and/or around construction projects using stop/slow paddles. Flaggers shall utilize County supplied handheld two-way radios to communicate between flaggers and County and/or District personnel. Contractor shall be responsible for the repair and/or replacement of any lost or damaged County two-way radio. The two-way radios shall be issued by County when Contractor arrives at the job site and Contractor shall return the two-way radios at the end of each day/shift. Contractor shall never leave the job site with the two-way radios. Contractor is required to check in and check out of the job site with the Project Manager to pick up and return the two-way radios and receive job assignment. Operating Hours: Regular Work Hours shall be 6:00 A.M. - 3:30 P.M., Monday through Friday (8hour days) Overtime/Saturday/Sundays/Holidays: shall be all day Saturday, Sundays and Holidays. Variations of these hours may be required to meet specific job requirements. Contractor shall perform work in strict accordance with the work hours and work days arranged with the Project Manager. General Conditions: If or when Contractor does not provide service as specified, County and/or District may provide or Contract with others to provide the services and the amount payable under the Contract shall be reduced by the cost to County and/or District of labor, material, overhead, and administration for such corrective action. Such action does not constitute an acceptable alternative to performance of the work by Contractor. Portal to portal charges shall NOT be allowed by County and District. Labor hours shall be charged on basis of actual time spent on each job, not on a portal-to-portal basis and shall be computed nearest one-quarter (1/4) hour. Contractor is required to check in and check out of the job site with the Project Manager. County And/or District's Requirements: County's Project Manager will be responsible for requesting Construction Site Flaggers from Contractor. Routine Requests: County will place orders for traffic control, flaggers and equipment at least 24 hours in advance of the required date. Specific information regarding the job location, work hours, possible special conditions, and other job information will be provided at the time of the request. Period of usage shall be given at the time of the request to the best of County's estimation. 3. Emergency Requests: County and/or District will call Contractor as need occurs, which may be at any time (24 hours a day) to furnish flaggers on an immediate response. In emergency situations Contractor shall respond within two (2) hours and will be expected to quote reasonable time frames for the arrival of crews to the location specified. Contractor is advised not to quote time frames that cannot be met, and failure to provide crews in the time frame quoted may result in the termination of this Contract. County will provide Contractor with as much specific information as is available, with final details sometimes being furnished directly to the crews by County and/or District staff at the job site. Question Deadline 09/11/2025 at 2:00 PM PT All questions or requests for interpretations must be received. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation. They must submit a written request for clarification/interpretation to the County Deputy Procurement Agent (DPA), Wayne Hsiao, via electronically. If clarification or interpretation of this solicitation is considered necessary by County, a written addendum shall be issued and the information will be posted online. Any interpretation of, or correction to, this solicitation will be made only by addendum issued by the County DPA. All addenda will be submitted and posted on the County's online bidding system. It is the responsibility of each Bidder to periodically check online to ensure that they have received and reviewed any and all addenda to this solicitation. The County will not be responsible for any other explanations, corrections to, or interpretations of the documents, including any oral information. Bidders are not to contact other County personnel with any questions or clarifications concerning this Invitation for Bid (IFB). All questions regarding this solicitation must be submitted via electronically. Any County response relevant to this IFB other than through or approved by County is unauthorized and will be considered invalid. Award Upon recommendation of Contract award, Bidder will be required to submit the following documents within seven (7) days of County notification, unless otherwise specified in the solicitation: Insurance: Certificate(s) of Insurance, including additional Insured Endorsement(s); refer to Model Contract, Article-Insurance W-9 Form: Current signed W-9 (Taxpayer ID No & Certification), which includes Contractor's Legal Business Name(s). Out of State Vendors are required to submit a 587/590 Form. Rights Reserved to County The County reserves the right to: Request a sample for determining equality with the specified brand. Waive, at its discretion, any non-material defects, irregularity, or informality, which County deems correctable or otherwise not warranting rejection of the bid that do not result in any unfair competitive advantage. Verify and validate any information prior to Contract Award and during the entire term of the Contract. Make multiple awards to Bidders for services requested in this solicitation, at its sole discretion, to serve the best interests of the County Accept or reject in whole or in part any or all bids received as a result of this solicitation at its sole discretion and to solicit for new bids, as the best interest of the County may require. Negotiate the final Contract with the lowest, responsive and responsible Bidder or Bidders as necessary to serve the best interests of the County. Withdraw or cancel in part or in its entirety this solicitation at any time without prior notice and furthermore makes no representation that any contract will be awarded to any Bidder responding to this solicitation. Award its total requirements to one Bidder or to apportion those requirements among two or more Bidders as the County may deem to be in its best interests; therefore, bids must be provided for each item separately; "all-or-none" bids will not be accepted unless in the best interest of the County. Defer award of this Contract for a period of 90 days after the Bid opening. During this period of time, Bidders shall guarantee the prices quoted in their Bids. County and the lowest responsive, responsible Bidder may mutually agree in writing to a longer deferral period.

Award

Roads / Highways

$13,918.00

Public - County

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
630
Active Projects
312
Bidding Soon
3,521
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

September 22, 2025

October 22, 2025

Project location map

Multiple Locations, Santa Ana, CA


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.