HomeMy WebLinkAboutAGR-7875 - BOWMAN CONSULTING GROUP, LTD. - ON-CALL TRAFFIC ENGINEERING SERVICESDocusign Envelope ID:3F87231B-Al2A-4D5A-9289-FB8880389310
Initial
AGR-7875 `"7
PROFESSIONAL SERVICES AGREEMENT
On-Call Traffic Engineering Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 12th day of November , 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and BOWMAN
CONSULTING GROUP LTD., a Delaware corporation ("Contractor"), who agree as follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide general on-call traffic engineering services to the reasonable satisfaction
of City the services set forth in Exhibit "A," which is attached hereto and incorporated herein by
reference. As a material inducement to City to enter into this Agreement, Contractor represents
and warrants that it has thoroughly investigated and considered the scope of services and fully
understands the difficulties and restrictions in performing the work. The services which are the
subject of this Agreement are not in the usual course of City's business and City relies on
Contractor's representation that it is independently engaged in the business of providing such
services and is experienced in performing the work. Contractor shall perform all services in a
manner reasonably satisfactory to City and in a manner in conformance with the standards of
quality normally observed by an entity providing such services to a municipal agency. All services
provided shall conform to all federal, state and local laws, rules and regulations and to the best
professional standards and practices. The terms and conditions set forth in this Agreement shall
control over any terms and conditions in Exhibit "A" to the contrary.
Larry Tay, City Traffic Engineer ("City's Project Manager"), shall be the person to whom
Contractor will report for the performance of services hereunder. It is understood that Contractor's
performance hereunder shall be under the supervision of City's Project Manager (or his/her
designee), that Contractor shall coordinate its services hereunder with City's Project Manager to
the extent required by City's Project Manager, and that all performances required hereunder by
Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager.
2. Compensation and Fees.
a. Contractor's total compensation for all services performed under this
Agreement, shall not exceed ONE HUNDRED THOUSAND DOLLARS and 00/100
100,000.00) without the prior written authorization of City.
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
3. Payment.
a. As scheduled services are completed, Contractor shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
b. All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
c. City will pay Contractor the amount invoiced within thirty (30) days of
receipt of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager,City Manager or City Council, as applicable.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City, including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers' compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
2
Docusign Envelope ID:3F87231 B-Al 2A-4D5A-9289-FB8880389310
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager,or as designated in Exhibit"A," shall perform work provided for under this Agreement.
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor
shall commence the work provided for in this Agreement within five(5)days of the Effective Date
of this Agreement and diligently prosecute completion of the work in accordance with the time
period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives
of the parties.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay,Contractor must document any delay and request an extension of time in writing
at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Contractor's control. If Contractor believes that delays caused by City
will cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No
additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above,
absent a written amendment to this Agreement.
14. Products of Contractor. The documents, studies, evaluations, assessments,
reports, plans, citations, materials, manuals,technical data, logs, files, designs and other products
produced or provided by Contractor for this Agreement shall become the property of City upon
receipt. Contractor shall deliver all such products to City prior to payment for same. City may
use, reuse or otherwise utilize such products without restriction.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, national origin, mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex, national origin, mental or physical disability, or any other basis prohibited by applicable law.
3
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
Such actions 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 compensation and selection for training, including apprenticeship. Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
c. Contractor shall cause the foregoing paragraphs (a)and(b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
Contractor further agrees that it shall not be eligible to work as the design/build firm for the project
that is the subject of this Agreement.
17. Indemnity.
a. To the fullest extent permitted by law, Contractor agrees to indemnify,
defend and hold City, its City Council and each member thereof, and the officers, officials, agents
and employees of City (collectively the "Indemnitees") entirely harmless from all liability arising
out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's
employees arising out of Contractor's work under this Agreement, including any and all claims
under any law pertaining to Contractor or its employees' status as an independent contractor and
any and all claims under Labor Code section 1720 related to the payment of prevailing wages for
public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation
employed by Contractor, either directly or by independent contract, including all damages due to
loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of
them, arising out of, or in any way connected with the work or services which are the subject of
this Agreement, including injury or damage either on or off City's property; but not for any loss,
injury,death or damage caused by the active negligence or willful misconduct of City. Contractor,
at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other
proceedings that may be brought or instituted against the Indemnitees on any such claim or liability
covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against
4
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
b. To the fullest extent permitted by law, and as limited by California Civil
Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability
arising out of any claim, loss, injury to or death of persons or damage to property to the extent
caused by its negligent professional act or omission in the performance of professional services
pursuant to this Agreement.
c. Except for the Indemnitees, the indemnifications provided in this
Agreement shall not be construed to extend any third party indemnification rights of any kind to
any person or entity which is not a signatory to this Agreement.
d. The indemnities set forth in this section shall survive any closing,
rescission, or termination of this Agreement, and shall continue to be binding and in full force and
effect in perpetuity with respect to Contractor and its successors.
18. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law
for the protection of its employees during the progress of the work. Contractor understands that it
is an independent contractor and not entitled to any workers' compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c. Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned, non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences
5
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 1 8.b and c, above, shall apply to City as an additional insured. Any umbrella liability
insurance that is provided as part of the general or automobile liability minimums set forth herein
shall be maintained for the duration of the Agreement.
f.Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions arising out of the performance of this Agreement
with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep
such policy in force and effect for at least five (5) years from the date of completion of this
Agreement.
g. The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procurement of insurance to cover liabilities other than
as stated above.
h. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten (10) days' prior written notice to City.
i.Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
j Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
I.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
6
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
19. Termination. City may for any reason terminate this Agreement by giving
Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such
notice, Contractor shall immediately cease work, unless the notice from City provides otherwise.
Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily
provided and all allowable reimbursements incurred to the date of termination in compliance with
this Agreement, unless termination by City shall be for cause, in which event City may withhold
any disputed compensation. City shall not be liable for any claim of lost profits.
20. Maintenance and Inspection of Records. In accordance with generally accepted
accounting principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collectively, the
records") pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized representatives shall have access to and the right to audit and reproduce
any of Contractor's records regarding the services provided under this Agreement. Contractor shall
maintain all such records for a period of at least three (3)years after termination or completion of
this Agreement. Contractor agrees to make available all such records for inspection or audit at its
offices during normal business hours and upon three(3)days' notice from City,and copies thereof
shall be furnished if requested.
21. Compliance with all Laws/Immigration Laws.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
b. If the work provided for in this Agreement constitutes a "public works," as
that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must
be paid, to the extent Contractor's employees will perform any work that falls within any of the
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it,
shall pay not less than the specified prevailing rates of wages to all such workers. The general
prevailing wage determinations for crafts can be located on the website of the Department of
Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract,
Contractor must meet all State registration requirements and criteria, including project compliance
monitoring.
c. Contractor represents and warrants that it:
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
7
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e. Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for, of and from any loss, including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
8
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
24. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail,
postage prepaid, to each party at the address listed below. Either party may change the notice
address by notifying the other party in writing. Notices shall be deemed received upon receipt of
same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-
mail shall be deemed received on the date of the e-mail transmission.
CONTRACTOR" CITY"
Bowman Consulting Group Ltd. City of Orange
3060 Saturn Street, Suite 250 300 E. Chapman Avenue
Brea, CA 92821 Orange, CA 92866-1591
Attn.: Farzad Dorrani Attn.: Larry Tay, City Traffic Engineer
Telephone: 714-940-0100 Telephone: 714-744-5525
E-Mail: fdorrani@bowman.com E-Mail: ltay@cityoforange.org
25. Counterparts. This Agreement may be executed in one or more counterparts,each
of which shall be deemed an original, but all of which together shall constitute one and the same
instrument. Signatures transmitted electronically shall have the same effect as original signatures.
Remainder of page intentionally left blank; signatures on next page]
9
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
BOWMAN CONSULTING GROUP LTD., CITY OF ORANGE, a municipal corporation
a Delaware corporation
e-DS DocuSigned by:
By: a By: aiuti r. Swt,V
Printed Name: Robert Hickey ariferf . 1 ter, Mayor
Title: Executive Vice President
Initial
By: N.
ATTEST:
Pri a . athryn Williams
Signed by:
Title: Assistant Secretary
anTaiMiniti, City Clerk
APPROVED AS TO FORM:
LDocuSigned
by:
j . t a_ t1Oi l
a ficliFiVEtistian, City Attorney
NOTE:City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board,the President or a Vice-President,AND (2)the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office, please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement, must be provided to
City.
y
10
Docusign Envelope ID:3F87231 B-Al 2A-4D5A-9289-FB8880389310
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
SECTION III
SCOPE OF WORK
RFP NO. 24-25.24
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
SECTION III: SCOPE OF WORK
All work shall be conducted on an as needed basis when requested in writing by the City Traffic
Engineer or designated representative and according to the timeframe specified by the City.Work
performed by the Consultant that has not be specifically identified and authorized by the City, will
not be compensated.
The scope of work includes, but is not limited to:
Traffic studies for capital projects
Traffic and/or parking study review for private developments
Traffic signal design
Traffic control plan preparations
Plan check for capital/development projects and traffic control plans
Street light design and plan check
Signing and striping plan preparation and plan check
Traffic signal and street lighting construction inspection
Construction management and construction engineering
Technical support for funding and grant application
Grant funding oversight
Intelligent transportation systems (ITS) design
Traffic signal timing and coordination studies
Traffic counts and data collection
Neighborhood traffic calming studies, warrant studies, and traffic investigations
Special studies, civil design, and on-site support services may be requested
General municipal traffic engineering services
The City of Orange manages 160 traffic signals, over 8,000 streetlights, over 20 miles of fiber
optic network, the Traffic Management Center(TMC), radar feedback signs, pedestrian crossing
and overhead flashers, and other devices to facilitate the safety of the public and efficiency of
traffic. The City of Orange expects consulting firms to have thorough knowledge in traffic signal,
ITS systems, street light design to perform required services. Firms are also expected to
understand federal/state/local funding and policies, as well as Orange County Transportation
Authority (OCTA) Comprehensive Transportation Funding Program (CTFP) requirements. The
ideal firm(s) will have expertise in the areas above or may specialize in one or more subareas
and will be capable to provide technical services associated with the general traffic engineering
needs of the City of Orange.
All design work and improvement plan check services shall be performed by or under the
responsible charge of a California License Professional Engineer (Civil, Traffic, and/or California
License Land Surveyor as applicable) eligible to prepare and sign such plans. Successful firms
will be required to enter into the City's standard professional services agreement (attached) and
obtain an Orange business license. Any changes requested to the City's standard agreement
must be noted in the response to the RFP for the City's consideration.
Each specific assignment under an on-call engineering services contract will be compensated on
either lump sum or time-and-materials basis. The method of compensation will be specified in
writing by the City at the time the assignment is given.
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
Generally, response times related to plan checks for the initial review shall be completed within
ten (10) working days, unless otherwise directed by the City. Each subsequent plan check shall
be completed within 5 working days unless otherwise directed by the City.
The scope of work will vary by project, and will be further defined in a project specific request by
the City of Orange, but may generally include the following:
Design Plans — Develop or assist with development of final design plans associated with
traffic signals and street light systems. These plans include, but are not limited to: traffic
signal plans, Intelligent Transportation Systems plans, traffic signal interconnect plans,
and street light plans.
Program Management / Construction Management / Construction Inspection —
Services related to the City's Capital Improvement Program, which will typically include
traffic signal and street light improvements, but may also include ancillary roadway
rehabilitation, roadway widening, ADA access and handicap ramps, parkways, drainage
and drainage structures, storm drain utilities, signage and striping, parks, and other
miscellaneous facilities. A thorough understanding of the NPDES regulations and grant
regulations, including Federally funded program compliance is required. Project manager
and inspector must be able to coordinate with outside agencies such as adjacent cities,
Caltrans, and various utility companies.
Transportation Analysis —Specialized traffic studies to assess proposed projects within
a short time frame. Typical studies would include travel demand or traffic forecasting of
proposed roadways, street widening or intersection improvement projects. Studies will
analyze diversion of traffic due to substantial long term construction projects. Analysis will
incorporate pedestrian and bicycles. Additional studies could be needed to provide
technical support for grant and funding applications.
Traffic Signal Corridor Coordination Studies — Conduct studies that analyze the
performance of traffic signal timing on street corridors. These studies shall include before
and after analysis to quantify the level of improvement to the expected as a result of the
project.
Simulation Modeling — Provide computer simulation of corridors or road networks as
needed utilizing microsimulation software. Training may also be included with these
projects.
Traffic Counts — Perform data collection as needed within short time frames including
ADT's, 12-hour counts, intersection turning movement counts, occupancy rates,
speed/delay runs, pedestrian and bike counts, parking turnover, etc.
Statewide Planning Efforts — Specialized studies and analysis in support of various
regional and statewide initiatives involving traffic signal improvements, timing, and
coordination.
Research and Outreach —Assist staff in producing reports and making presentations on
transportation related topics.
Neighborhood Traffic Calming — Assist staff in processing requests for traffic calming
measures. This includes but is not limited to street and neighborhood evaluation, data
collection, recommendations, design, and coordination/communication with residents.
Review for Private Developments—Assist staff in reviewing plans and reports for private
development projects. This includes but is not limited to: traffic signal plans, striping plans,
street light plans, and various traffic studies. Coordination with project owners or design
teams on behalf of the City may be requested.
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
Deliverables
The specific scope of work for each task/project will be provided in a written transmittal from a
City of Orange representative along with, in most cases, a follow-up phone call and, if necessary,
a meeting to discuss the specific needs of the assignment. Within five business days of receipt of
transmittal, the Consultant will be expected to provide the City with a proposed level of support
along with a NOT TO EXCEED cost. A fully-executed amendment to the on-call contract may be
required along with an authorization to proceed prior to commencement of work.
Consultant is expected to have a close working relationship with City staff and remain very
accessible throughout the contract duration. The Consultant shall act as an extension of City staff.
A member of the consulting firm will be required to attend meetings with other jurisdictions, City
departments, or public outreach events if an individual project requires extra coordination.
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
G Qualifications of Proposer's Personnel
Provide an organizational chart of the Consultant Team showing the names,positions,and responsibilities. This section shall define
the experience of key personnel and sub-consultants.All sub-consultants and their personnel must be identified.Resumes for the
Consultant Team,including the Project Manager and key personnel,shall be provided in the Appendices.Resumes shall contain
information relating to each person's education,experience or training in the area covered within this proposal.The City reserves the
right to review and approve any additions or revisions to the Consultant Team,including sub-consultants.
Resumes appear in the Appendix,and do not count toward the 15-page limit,per the RFP.
1)City of
range
1
a, Aidan Mousavi,MBA,PE,TE,QSD
Principal-in-Charge
1
rh Bowman
allot.
Douglas Benash,PE,QSD
Vitt,40 Quality Assurance(QA)Manager
t .Bowman
1111 Amir Farahani,PE,TE OSeniorProjectManager
Bowman
IN-HOUSE SUPPORT
Yunus Rahi,PhD,PE,TE___(-10)Q Masoud Sepahi,PE,LEED GA
Senior Traffic Engineer Construction Manager
Bowman t Bowman
4 Dennis Barnes,PE,TE O
i
Malcom Weatherbie
Senior Traffic Engineer Construction Inspector
Bowman I Bowman
Named Habibi,MS,EIT 161.111 Cat Survance
Engineer III,Transportation Outreach Specialist
Bowman Bowman
SUBCONSULTANT TEAM
1 + Dennis Janda Nicole Nguyen
Survey i
b Traffic Counts
DJI
y
MIcsTYTRAFFIC
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025 I
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
The Proposer shall indicate an understanding of the scope of that may influence the project objectives,such as local
services requested in this RFP.The work plan should address and site conditions,project-specific details and performance
satisfy the objectives and specifications as listed in the Scope of requirements,client-driven operational needs,community
Work in this RFP. interface,seasonal restrictions,safety requirements,
timelines,or legislatively mandated criteria.It is with this
APPROACH understanding that for each task,we evaluate the critical
Effective execution of task order contracts requires clear objectives and obstacles;implement best practices approach,
delineation of work,streamlined communication and
cost effective and practical solutions;and implement such
accountability of all stakeholders,as well as a collaborative
through engagement in all phases of the project.
approach with both internal resources and subconsultants.
We are accustomed to serving our clients both on stand- Our project execution efforts are aimed at matching the right
alone projects as a dedicated consultant,as well as through skill set to the project task,thereby ensuring effective and
staff augmentation roles,supporting our clients'needs for efficient use of resources.At Bowman,we instill a culture
outside staffing. of consistency and high-quality performance through the
preservation of personnel continuity on tasks through the
Accordingly,Bowman's approach to delivering a successful
life of the contract and the persistent pursuit of excellence
task order within budget and on schedule begins with
through professional growth and innovation.Continuity of
a clear understanding of the goals,scope,deliverables,
proven performers and preservation of project institutional
budget,timeline,and involved stakeholders.On stand-alone
knowledge yields quality performance and successful
projects,and based on this initial information provided delivery metrics.
to our team,we develop a project-specific management
plan that delineates organizational structure,staffing, While we are prepared to work only on portions of a project
deliverables,and associated schedule,including progress ex.a warrant study or calming analysis),our approach to
and review meetings.As part of our approach to the developing our work product follows a total-project-life cycle
execution of individual assignments within a multitask mentality,as reflected in the workflow graphic below.
contract,it is imperative to understand several factors
Scope Definition Task Initiation Data Collection Reporting Collaboration Documentation Feedback
An in-person meeting Field investigations
We ensure that we
Bowman will provide to review project are performed,data Progress reports will Input from project All final work
detailed scope, issues,introduce staff, is acquired and docu- be communicated stakeholders is products,including have a mutually
schedule,and budget and establish commu- mented,and progress with City staff and incorporated into the reports,are sub- agreed upon closure
nication protocols is reported monthly stakeholders project mitted of the project and
encourage feedback
utcome/Benefit Outcome/Benefit Outcome/Benefit Outcome/Benefit Outcome/Benefit Outcome/Benefit Outcome/Benefi
Expectations are A collaborative process Maintain awareness Early coordination and A collaborative design A comprehensive re- Your feedback regard-
aligned and project is established for of project activities, input ensures that all process will help cord of all project data ing project perfor-
execution is defined conducting the project project status and any work is well coordi- maintain the project is maintained for final mance will be utilized
activities items for resolution nated as it progresses budget and schedule submission in support to further optimize
through design throughout design of design decisions project performance
process in future tasks
Traffic engineering is one of the core disciplines we provide to Southern California cities.Bowman's extensive traffic
engineering knowledge,sharply-honed technical skills,and decades of combined experience makes us invaluable to our
client cities as we help them to keep Southern California moving.Bowman is known by our clients for innovation and effective
approaches,providing exceptional value and cost effective services.Traffic and transportation engineering services that we
provide include the following:
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services(July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
Traffic Signal Design and Modification Traffic/Transportation Feasibility Transportation Planning
Traffic Signal Synchronization Traffic Impact Analysis(TIA) Local Transportation
Traffic Signal Construction Management ITS Development,Design and Regional Transportation
Implementation
Community and Neighborhood Traffic Safety Studies Multi-Modal Transportation Plans
Issues
CIP Project Development,Design and School Route Analysis Staff Augmentation
Implementation
Traffic Studies Traffic Engineering City Traffic Engineer
Engineering&Traffic Survey(E&TS) Transportation Planning Assistant Traffic Engineer
EIR Studies/CEQA/NEPA MTA Call-For-Projects Process Overflow Workload
Funding)
Traffic Circulation Studies Traffic Engineering Design Rail Grade Crossing
Neighborhood Permit Parking Program Traffic Signal and System Design ITS Design and Implementation
Project Study Reports(PSR) Interconnect Design Traffic Control and Detour Plans
Traffic Calming Studies Signing and Striping Bicycle Facilities Assessment&
Improvements
Quiet Zone Feasibility Study HAWK&RRFB Design Local Roadway Safety Plan
Transportation Impact Study Guidelines As part of our commitment to consistency and transparency,
Our team offers comprehensive traffic study and analysis we will develop a customized Transportation Impact Study
services tailored to the City's needs.These services include Guidelines document for the City.This document will be
the preparation and review of traffic impact studies,safety informed by the Caltrans Transportation Impact Study Guide
assessments,speed surveys,traffic control warrant analyses, and will outline:
detour plans,and neighborhood traffic calming evaluations.
Criteria for when a Traffic Impact Study is required
We employ a variety of data collection methods—including • Scope and methodology of the study
manual counts,radar devices,automatic traffic recorders
ATRs),and video-based systems—to gather accurate traffic •Data collection standards and sources
volume,speed,gap,and vehicle classification data.As part • Analytical methods for evaluating traffic impacts
of our standard practice,our analysts conduct field visits to • Mitigation strategies and improvement recommendations
each project site to ensure that all analyses are informed by
real world conditions and observations.
This structured approach ensures that all traffic studies
are aligned with state best practices while being tailored
To support our data collection efforts,we maintain a contract to the City of Orange's specific infrastructure,policies,and
with City Traffic Counters(CTC),ensuring timely and reliable community goals.
traffic count data for all studies.
Traffic Engineering,Traffic Analysis and Transportation
Our team specializes in the development of traffic impact Planning Studies
studies that include capacity and safety analyses,mitigation Our team provides full-service traffic engineering and
recommendations in response to specific concerns,and transportation planning support for both public agencies
comparative evaluations of improvement alternatives.We and private development projects.We are well-versed in
also provide ongoing monitoring of traffic conditions to reviewing land development applications,including internal
assess the effectiveness of implemented transportation circulation,site access,and off-site improvements.Our
improvements. reviews ensure compliance with City,County,and Caltrans
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
standards,as well as CA-MUTCD and AASHTO guidelines.We or other control devices.Our team then prepares a
routinely evaluate traffic signal warrants,intersection and comprehensive warrant study report with clear findings
driveway sight distance,and roadway design elements.Our and actionable recommendations.When requested,our
staff are also available to represent the City in meetings with engineers present these findings to the City's Traffic Engineer,
applicants and before planning or land use boards,providing Traffic Commission,Planning Commission,or City Council,
expert technical input as needed.To support planning and ensuring that decision-makers are equipped with the
policy decisions,we conduct detailed analyses of existing technical insight needed to proceed confidently.
conditions and historical trends,including traffic volumes
and crash data,to identify high-priority corridors and
Once a traffic control device is warranted and approved,
intersections.We coordinate closely with City staff to build on Bowman seamlessly transitions into the design phase,
existing studies and data sources. delivering:
Our team is fully qualified to prepare and oversee a wide Construction-ready plans
range of traffic studies,including signal and stop control Engineer's cost estimates
warrants,left-turn phasing evaluations,speed surveys, Technical specifications
and mitigation assessments.We also develop citywide
and corridor-level transportation plans,conduct feasibility • Bid support documents,including addenda and contractor
studies,and support capital improvement programming.
clarifications
Our traffic signal design services are led by registered traffic
Whether the City requires focused intersection analysis or engineers with extensive experience preparing Plans,
comprehensive transportation master planning,our team Specifications,and Estimates(PS&E)for a wide range of
brings the technical expertise and municipal experience to intersection and corridor improvements.We adhere strictly
deliver actionable,policy-aligned solutions.to CA-MUTCD,Caltrans Standard Plans and Specifications,
Traffic Control Device Studies and Signal Design and City of Orange standards.All final plans are signed and
Bowman offers a comprehensive suite of services for the sealed by our licensed engineers to certify their accuracy and
evaluation,justification,and design of traffic control devices, adequacy.
including traffic signals,stop signs,and other regulatory Our design team is proficient in the use of AutoCAD,
measures.Our approach is rooted in data-driven analysis,Synchro,and other industry-standard software,and is highly
regulatory compliance,and a commitment to enhancing experienced in preparing plans that meet the requirements
safety,mobility,and operational efficiency throughout the of Caltrans,Orange County,and other regional agencies.We
City of Orange. are also well-versed in the latest traffic signal technologies,
Our licensed traffic engineers conduct thorough warrant including:
studies in full conformance with the CA-MUTCD,as well as • LED signal heads and internally illuminated street name
all applicable federal,state,and local regulations.Each study signs
begins with a detailed field investigation and the collection
of critical data,including:
NEMA TS-2 controllers and closed-loop systems
Fiber-optic communications and emergency vehicle
Collision history from SWITRS and TIMS
preemption
24-hour Average Daily Traffic(ADT)volumes Red light enforcement cameras
Peak-period turning movement counts for vehicles, Video,microwave,and radar detection systems
pedestrians,and bicyclists
In addition to design,Bowman provides signal system
Speed surveys,gap studies,and sight distance evaluations review,inspection,and operational support.We assist with
This data is analyzed against MUTCD warrant criteria to equipment selection,system integration,and signal timing
determine the need for traffic signals,multi-way stops, optimization to ensure smooth traffic flow and coordination.
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
Our team can also perform signal inventory assessments, Our team will begin each assignment with a thorough review
intersection conformance reviews,and prepare technical of existing infrastructure and system capabilities.We will
specifications for new or upgraded installations. conduct field investigations,assess communication gaps,
and identify opportunities for system upgrades or expansion.
Whether the City is seeking to improve intersection safety, Our ITS engineers will then develop detailed design plans,
modernize signal infrastructure,or implement new traffic specifications,and cost estimates that are fully compliant
control strategies,Bowman is ready to deliver innovative,with Caltrans Standard Plans,CA-MUTCD,and City of Orange
cost-effective,and community-sensitive solutions that align
standards.
with the City of Orange's transportation goals.
Bowman also provides construction support and system
Intelligent Transportation Systems(ITS) Design testing services,ensuring that ITS components are installed
Bowman offers a forward-thinking,technology-driven
correctly,calibrated,and fully functional before system
approach to Intelligent Transportation Systems(ITS)design,
acceptance.We work closely with City staff and vendors to
with a strong emphasis on enhancing traffic operations, ensure that all systems are integrated into the City's TMC and
safety,and multimodal connectivity.Our team has that operations staff are trained on new technologies.
successfully delivered ITS projects for municipalities across
Southern California,integrating advanced technologies that Our goal is to help the City of Orange leverage ITS to improve
support real-time traffic management,data collection,and traffic flow,reduce congestion,enhance safety,and support
system-wide coordination. future smart city initiatives.With Bowman as your partner,
you gain a team that understands both the technical and
We understand that the City of Orange operates a
operational dimensions of ITS—and how to deliver systems
sophisticated transportation network that includes over 160
that work seamlessly from day one.
traffic signals,20+miles of fiber optic infrastructure,and
a centralized Traffic Management Center(TMC).Bowman Traffic Control Plans
is well-equipped to support the City in expanding and Bowman has a proven record of successfully managing
optimizing this network through innovative ITS solutions capital improvement projects and other roadway and traffic
tailored to local needs. engineering construction projects for several Southern
California municipalities.Our registered Traffic Engineers
Our ITS design services include: have prepared numerous traffic control and detour plans for
Traffic signal interconnect design using fiber optic and construction projects while prioritizing traffic and pedestrian
wireless communication technologies convenience and safety.The Traffic Engineers assigned to
these tasks for the City will promptly collect all relevant
Adaptive signal control systems that respond
traffic control needs and roadway safety information upon
dynamically to real-time traffic conditions
receiving a request from the City and prepare the appropriate
Integration of field devices such as CCTV cameras,vehicle plans for application to the specific projects.The CA-MUTCD
detection systems,dynamic message signs(DMS),and and Caltrans Standard Plans and Standard Specifications
radar feedback signs will be used in preparing these plans.The plans will have
Design of communication infrastructure,including the registered engineer's stamp and wet signature certifying
conduit routing,pull boxes,and cabinet upgrades accuracy and adequacy.
Coordination with Caltrans,OCTA,and utility providers Review Projects involving Traffic Impact Analysis,Roadway
to ensure seamless system integration and compliance Improvements and Traffic Signal Modifications
with regional standards Our professionally registered Traffic Engineers can review
Development of system architecture and specifications and comment on traffic studies and are well-versed with all
for new or upgraded ITS corridors local and regional guidelines and policies and procedures,
including the latest state-mandated CEQA-required Vehicle
Support for grant applications and funding strategies
related to ITS deployment(e.g.,SB1,CMAQ and ATP)
Miles Traveled(VMT)analysis procedures(per SB 743)for
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231B-Al2A-4D5A-9289-FB8880389310
H Work Plan
transportation impacts determination.Our traffic engineers With a proactive and responsive approach,we are committed
have experience serving as City Engineers and City Traffic to supporting the City in delivering safe,efficient,and well-
Engineers for various cities and can review and determine coordinated construction projects.
needs for specific traffic controls at intersections or street
segments,including traffic signals,traffic and parking control Research for Federal and State Infrastructure Grants and
signs and markings,posting of speed control signs,etc.We
Preparation of Grant Applications
can prepare recommendations for any traffic ordinance At Bowman,we pride ourselves on being more than just
or City Council or planning commission resolutions,as
engineers—we are strategic partners who help cities unlock
requested.Our team of professionals can also review any
funding opportunities and bring transformative projects
traffic impact mitigation plans,strategies or programs
to life.Our team has extensive,project specific experience
proposed by private developers and work in coordination in preparing successful grant applications and securing
with them to prepare a list of precise recommended competitive funding for municipalities and local agencies
improvements with subsequent involving traffic impacts
across Southern California.
predicting how the proposed plans,strategies,and programs We specialize in developing compelling engineering
will improve traffic congestion and safety. conceptual plans,technical reports,and supporting
Construction Management and Inspection Support documentation under the City's direction,tailored for
Our team has a strong track record of successfully managing
submittal to a wide range of funding agencies.These include,
capital improvement and traffic engineering construction
but are not limited to:
projects for municipalities across Southern California.We Orange County Transportation Authority(OCTA)
provide full-service construction support,including traffic
control planning,field coordination,and engineering
Caltrans
assistance throughout the construction and bidding phases. • Southern California Association of Governments
SCAG)
Our registered Traffic Engineers are experienced in preparing
traffic control and detour plans that prioritize safety and
Metrolink/SCRRA
minimize disruption to vehicular and pedestrian traffic.Upon • California Transportation Commission(CTC)
request,our team will promptly assess site-specific traffic Federal Highway Administration(FHWA)
control needs and develop tailored plans that meet City,
Caltrans,and CA-MUTCD standards. Orange County Council of Governments(OCCOG)
Our staff possess deep knowledge of federal and state
Amir Farahani,PE,TE,will serve as the primary point funding programs,including Measure M,SB 1,ATP,HSIP,
of contact for construction coordination.He will attend CMAQ,and STBG.We don't just respond to funding
pre-construction meetings,job walks,and site visits, opportunities—we anticipate them.In fact,we have a proven
and will provide field recommendations as needed.Our track record of identifying projects that align with upcoming
team is prepared to respond to RFIs promptly,maintain a grant cycles and guiding our clients through the entire
detailed log of inquiries and responses,and revise plans or process,from concept to award.
specifications as required by the City.
One notable example:a city client missed the deadline for an
We also offer engineering support during the bidding phase, MTA Call for Projects for a critical intersection improvement.
including clarification of design documents,preparation Rather than accept the setback,our team proactively
of addenda,and coordination with contractors to ensure a appealed to MTA and successfully secured$2.1 M in funding.
smooth transition into construction.Our team will review We then advanced the project to the 1-710 Early Action
construction area traffic control plans to ensure public safety Technical Advisory Committee,where we obtained an
and maintain traffic circulation throughout the work zone. additional$1.2M—resulting in a fully funded project at zero
cost to the City.
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
This level of initiative is embedded in our culture.We A preliminary field investigation is then conducted to assess:
coach our staff to be vigilant and forward-thinking,always
seeking ways to streamline project delivery,reduce costs,
Site access and circulation
and maximize funding potential.Our team members are Potential utility conflicts
actively engaged in local and regional organizations,staying • Safety concerns and operational deficiencies
informed on policy shifts,funding trends,and emerging
opportunities.
Impacts to adjacent parcels and land uses
To support this effort,our subconsultant CTC—a recognized
For the City of Orange,Bowman will bring this same level leader in traffic data collection—will perform a full suite of
of dedication and foresight.Yunus Rahi,PhD,PE,TE,a services,including:
seasoned grant strategist on our team,will lead all grant-
related efforts,ensuring that every application is technically • Manual turning movement counts
sound,strategically positioned,and aligned with the City's • 24-hour machine counts
long-term transportation goals.
Radar speed surveys
Analyses of Existing and Projected Traffic Conditions Parking occupancy and demand studies
Bowman's approach to traffic condition analysis is rooted
in data integrity,inter-agency coordination,and a deep
Pedestrian crosswalk counts
understanding of the regulatory and physical context Transit and ridership surveys
of each project.Our team is experienced in conducting All field data and site imagery will be integrated into our GIS
comprehensive evaluations of both existing and future platform,enabling real-time access to geo-located photos
traffic conditions to support informed decision-making and and field notes.This system allows both Bowman and City
effective project delivery. staff to visualize and manage project data through the
We begin by coordinating with the City of Orange,Orange City's GIS portal,streamlining coordination and enhancing
County,Caltrans,and other relevant agencies to obtain
transparency.
all available records related to accident history,roadway Our GIS Analyst will support the development of base maps
geometry,traffic operations,and driver behavior.This that reflect true physical constraints and inform the design
includes sourcing crash data from: process.These maps,combined with our traffic modeling
SWITRS(Statewide Integrated Traffic Records System)by
and forecasting tools,allow us to evaluate projected traffic
the California Highway Patrol conditions under various growth and development scenarios.
TIMS(Transportation Injury Mapping System) by UC Bowman's holistic approach ensures that every traffic analysis
Berkeley's Safe Transportation Research and Education is grounded in accurate data,informed by local context,and
Center aligned with the City's long-term transportation goals.
This data provides critical insight into historical safety Pedestrian and Bicycle Studies
trends and informs our field investigations and design Bowman brings a deep bench of expertise in multimodal
recommendations. transportation planning,with a strong track record of
Our team also conducts a thorough review of existing
delivering pedestrian and bicycle studies that lead to
records and right-of-way documentation,including
actionable,community-supported improvements.Our team
topographic surveys,utility maps,easements,and property
understands that enhancing non motorized mobility is not
boundaries.We proactively engage with utility companies,
only a matter of infrastructure,but also about creating safer,
public agencies,and private stakeholders to identify any
more connected,and more livable neighborhoods.
constraints or permitting requirements early in the process. We have successfully led Traffic Safety Studies Near Schools,
This ensures that all necessary approvals are accounted for focusing on critical safety concerns such as excessive
prior to the implementation of traffic improvements. vehicular speeds,collision history,near-miss incidents,and
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
pedestrian vulnerability at intersections and corridors along Our team is committed to delivering solutions that are
school routes.Our methodology includes targeted traffic not only technically sound but also context-sensitive and
and pedestrian counts during peak school hours(typically community-driven.We understand the importance of
7:00-9:00 AM and 2:00-4:00 PM),ensuring that we capture balancing safety,mobility,and aesthetics in a way that
accurate data reflective of real-world conditions.We also reflects the City's vision for a more walkable and bike-friendly
evaluate the potential benefits of deploying adult crossing future.
guards and other operational strategies to enhance safety
during school pick-up and drop-off periods.
Review Projects involving Traffic Impact Analysis,Roadway
Improvements and Traffic Signal Modifications
Bowman is experienced in developing comprehensive Safe Bowman offers a highly qualified team of traffic engineers,
Routes to School(SRTS)Action Plans,which include: including professionally registered Traffic Engineers with
extensive experience serving as City Engineers and City
Project management and stakeholder coordination
Traffic Engineers throughout Southern California.Our team
Assessment of existing conditions and infrastructure gaps is well-versed in reviewing and evaluating traffic impact
Development of interactive,web based tools for studies,roadway improvement plans,and traffic signal
community input modifications in accordance with local,regional,and state
guidelines.
Facilitation of safety workshops and public engagement
Preparation of final SRTS Action Plans with individual We bring a deep understanding of the latest CEQA-mandated
school profiles Vehicle Miles Traveled(VMT)analysis procedures under SB
743,and we are adept at applying these methodologies
30%conceptual design plans for targeted improvements
to determine transportation impacts for both public and
These plans are designed to be implementation-ready and private development projects.Our engineers are proficient
grant-competitive,aligning with funding programs such as in interpreting and applying policies from OCTA,Caltrans,
ATP,HSIP,and SB 1. SCAG,and the City's own General Plan and Circulation
Element.
Beyond school zones,our team conducts citywide pedestrian
and bicycle studies to identify high-demand corridors, Our services include:
safety concerns,and opportunities for network expansion.
We assess traffic conditions,user behavior,and multimodal • Thorough review of Traffic Impact Analyses(TIAs)for
demand to inform the design of Complete Streets that serve compliance with City standards and regional modeling
all users.
assumptions
Evaluation of intersection and corridor operations,
Should the City of Orange choose to pursue a Complete
including the need for traffic signals,stop control,speed
Streets Bicycle and Safety Improvements Project,Bowman
zoning,and other traffic control devices
is fully equipped to support every phase—from feasibility
analysis to final design.Our approach would encompass: Review and comment on roadway improvement plans,
including geometric design,lane configurations,and
Pavement rehabilitation and resurfacing multimodal accommodations
Upgrades to Transportation Management System(TMS)Assessment of traffic and parking control signage,
elements pavement markings,and striping plans
ADA compliance for all pedestrian and bicycle facilities Preparation of staff reports,technical memoranda,and
Design and construction of new infrastructure,including recommendations for Planning Commission,City Council,
protected bike lanes,enhanced crosswalks,and pedestrian
or Traffic Committee consideration
refuge islands
Bowman I RFP No.24-25.24 J On-Call Traffic Engineering Services I July 17,2025 - ----
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
H Work Plan
We also work closely with private developers and their Bowman's approach is collaborative and proactive—we aim
consultants to review proposed traffic mitigation strategies, to streamline the review process while upholding the highest
ensuring that they are technically sound,feasible,and standards of technical rigor and public accountability.Our
aligned with the City's long-term mobility goals.Our team goal is to support the City of Orange in making informed,
can prepare a precise list of recommended improvements, defensible decisions that improve mobility and quality of life
supported by data-driven analysis and predictive modeling for all users.
to demonstrate how proposed measures will alleviate
congestion,enhance safety,and support sustainable growth.
MEET THE SENIOR PROJECT MANAGER
li.
Amir Farahani, PE,TE
f, Amir Farahani is a seasoned traffic and transportation engineering professional
with over 32 years of experience in civil,traffic,and transportation engineering,
including more than 28 years of dedicated service to the City of Orange.Throughout
his tenure,Amir held progressively responsible positions-rising from Engineering
Technician to Assistant Engineer,Associate Engineer,Senior Engineer,and ultimately
serving as City Traffic Engineer and Traffic and Transportation Manager.
In these roles,Amir led the City's traffic and transportation division,where he oversaw daily traffic
operations,managed the City's Traffic Management Center(TMC),and directed signal timing,maintenance,
and capital improvement initiatives.He was responsible for delivering projects from concept through
construction,preparing PS&E packages,administering contracts,and coordinating with local,regional,and
federal agencies.
Amir's expertise includes development review,grant funding strategy and application(including HSIP,SR2S,
CDBG,and TEA),and public representation at City Council and inter-agency meetings.He played a key role
in shaping the City's traffic engineering standards,signal design practices,and transportation policies to
enhance safety and mobility.
Since joining Bowman in 2021,Amir has continued to apply his deep municipal knowledge across Southern
California.His recent work includes traffic signal design,pedestrian safety improvements(e.g.,HAWK and
RRFB systems),including various studies and reports.Amir's long-standing relationship with the City of
Orange provides him with a unique and valuable perspective on its infrastructure,operational priorities,and
community values.
Bowman I RFP No.24-25.24 I On-Call Traffic Engineering Services I July 17,2025
Docusign Envelope ID:3F87231 B-Al2A-4D5A-9289-FB8880389310
City of Orange
RFP 24-25.24 On-Call Traffic Engineering Services
Bowman Consulting Group - Cost Proposal
Principal-in-Charge 300
QA Manager 220
Senior Project Manager 200
Project Manager 185
Assistant Project Manager 170
Senior Traffic Engineer 200
ADA Specialist 190
Engineer III 155
Engineer II 145
Engineer I 140
GIS Analyst 155
Construction Manager 200
Senior Construction Inspector 180
Construction Inspector 160
Outreach Specialist 155
Administrative Assistant 125