2036 RFQ 17/18-33 CCNA Traffic & Mobility ConsultantsFINANCE DEPARTMENT
Thursday, December 20, 2018
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
n
Development Order
0
Mayor's signature
F1
Final Plat (original mylars)
Fl.
Recording
F]
Letter of Credit
F]
Rendering
F]
Maintenance Bond
F
Safe keeping (Vault)
F]
Ordinance
Deputy City Manager
F]
Performance Bond
F]
Payment Bond
F]
Resolution
F]
City Manager Signature
El
F]
[]
City Clerk Attest/Signature
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
El
Special Instructions:
1-i,4� (3oja&zqev-
From
SharePoint—Finance —Purchasing Forms - 2018.doc
Date
AGREEMENT BY AND BETWEEN THE CITY OF SANFORD TRAFFIC & MOBILITY
CONSULTANTS LLC FOR SOLICITATION NUMBER: RFQ 17/18-33
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
day of January, 2019, by and between the City of Sanford, Florida, a Florida
municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North
Park Avenue, Sanford, Florida 32771, and TRAFFIC & MOBILITY CONSULTANTS
LLC, a Florida limited liability company, (hereinafter referred to as the "CONSULTANT")
whose address is 3101 Maguire Boulevard; Suite 265; Orlando, Florida 32803. The
CITY and the CONSULTANT may be collectively referenced herein as the "parties".
WITNESSETH:
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above recitals are true and form a material part of
this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
Section 3. Scope of Agreement. This Agreement is for the services as
set forth in RFQ 17/18-33 which include the procurement solicitation documents, the
responses thereto from the CONSULTANT (all of which are incorporated herein as if
fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform
services as otherwise directed by the CITY all of such services to include all labor and
materials that may be required including, but in no way limited to, the services provided
by subconsultants as may be approved by the CITY within the amount of compensation
to be paid to the CONSULTANT. In general, services shall be provided as needed by
the City to support of various projects of the CITY, essential services needed by the
CITY and to enhance the facilities of the CITY.
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the parties hereto
and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days
prior to the annual renewal date that it desires to terminate this Agreement; provided,
however, that this Agreement shall terminate after 5 years and shall not be renewed
beyond that date and the parties shall be subject to any additional procurement
activities of the CITY. However, the indemnification provisions and insurance provisions
of the standard contractual terms and conditions referenced herein shall not terminate
and the protections afforded to the CITY shall continue in effect subsequent to such
1 i a e
services being provided by the CONSULTANT. No services have commenced prior to
the execution of this Agreement that would entitle the CONSULTANT for any
compensation therefor.
Section 5. Compensation. The parties agree to compensation as set forth
in each purchase order issued by the CITY.
Section 6. Standard Contractual Terms and Conditions; Notices. All
"Standard Contractual Terms and Conditions", as provided on the City of Sanford's
website, apply to this Agreement. Such Terms and Conditions may be found at the
City's website (www.SanfordFL. ov) and may be modified by the CITY from time -to -
time. The parties shall also be bound by the purchasing policies and procedures of the
CITY as well as the controlling provisions of Florida law. The addresses to be used for
notices under this Agreement shall be as set forth above.
Section 7. The Consultant's Mandatory Compliance with Chapter 119,
Florida Statutes, and Public Records Requests.
In order to comply with Section 119.0701, Florida Statutes, public records laws,
the CONSULTANT must:
(a). Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the service.
(b). Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(c). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by
law.
(d). Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of the CONSULTANT upon termination of
the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored
electronically must be provided to the CITY in a format that is compatible with the
information technology systems of the CITY.
(e). If the CONSULTANT does not comply with a public records request, the
CITY shall enforce the contract provisions in accordance with this Agreement.
(f). Failure by the CONSULTANT to grant such public access and comply with
public records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a
copy of any request to inspect or copy public records in possession of the
21Paa,e
CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's
response to each such request.
(g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC,
FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE,
SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire Agreement/Modification. This Agreement, together with all
"Standard Contractual Terms and Conditions", as provided on the City of Sanford's
website, and including, without limitation, the exhibits hereto, constitutes the entire
integrated agreement between the CITY and the CONSULTANT and supersedes and
controls over any and all prior agreements, understandings, representations,
correspondence and statements whether written or oral in connection therewith and all
the terms and provisions contained herein constitute the full and complete agreement
between the parties hereto to the date hereof. This Agreement may only be amended,
supplemented or modified by a formal written amendment of equal dignity herewith.
Section 10. Severability. If any term, provision or condition contained in this
Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the CITY to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the CITY hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
3'11age
Section 14. Binding Effect. This Agreement shall be binding upon and
inure to the benefit of the successors in interest, transferees and assigns of the parties.
Each party hereto represents to the other that it has undertaken all necessary actions to
execute this Agreement, and that it has the legal authority to enter into this Agreement
and to undertake all obligations imposed on it. The signatories hereof represent that
they have the requisite and legal authority to execute this Agreement and bind the
respective parties herein.
Section 15. Remedies. The rights and remedies of the parties, provided for
under this Agreement, are in addition to any other rights and remedies provided by law
or otherwise necessary in the public interest.
Section 16. Governing law, Venue and Interpretation. This Agreement is
to be governed by the laws of the State of Florida. Venue for any legal proceeding
related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for
Seminole County, Florida. This Agreement is the result of bona fide arms length
negotiations between the CITY and the CONSULTANT, and all parties have contributed
substantially and materially to the preparation of the Agreement. Accordingly, this
Agreement shall not be construed or interpreted more strictly against any one party.
than against any other party and all provisions shall be applied to fulfill the public
interest.
IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this
instrument for the purpose herein expressed.
Attest:
THE CITY OF SANFORD
Traci Houchin,
FCRM, City Clerk
Approved as to form and
Legality:
_V1 - -- ® _ " SIGNATURE BLOCK FOLLOWS:
41Pa(yc
Attest.*
Corrina P. Greico
Manager
THE CONSULTANT
By:
Moharnme&W'Abdallah
Meer
Dated:
5 111 a cg e
Tmacsw�
Traffic & Mobility Consultants
Section A — Letter of Transmittal
July 31, 2018
Ms. Marisol Ordonez, Purchasing Manager
City of Sanford — Finance Department
Purchasing Division
300 N. Park Avenue, Suite 243, 2"d Floor
Sanford, Florida 32771
Re: RFQ 17/18-33 Professional Consulting Services (CCNA)
Dear Ms. Ordonez,
Traffic & Mobility Consultants LLC (TMC) is pleased to submit the following package detailing our firm's
capabilities, key personnel, relevant experience, availability, and project approach, along with all other
requested documentation.
We respectfully submit this response in pursuit of the following subsections from the Scope of Services:
i. Transportation
n. Traffic Engineering and Analysis
TMC is a local, Orlando based firm specialized in providing complete traffic engineering services from conception
to final acceptance. The firm was founded as a limited liability company in 2012 based on the principle of
providing quality traffic engineering founded in a keen understanding of our special Orlando character. Over the
past 5 years, TMC has developed a reputation for providing efficient, effective, and solution driven, engineering
services. TMC has consistently demonstrated the advantages of specialization in the delivery of hundreds of
traffic engineering studies and design services in the City of Sanford, Seminole County and throughout the
region. TMC is a certified Small Business Enterprise (SBE) in the State of Florida and is pre -qualified by the
Florida Department of Transportation (FDOT) in each of the following groups:
• Group 6—Traffic Engineering & Operations:
6.1 Traffic Engineering Studies
6.2 Traffic Signal Timing
6.3 ITS Analysis, Design & Implementation
6.3.1 ITS Analysis & Design
__ 3101 PBaguire Boulevard, Suite 265, Orlando, Florida 32803 a P: (457) 531-5332 a E (407) 531-5331 x wwvetrafiinmo6ility.cam
• Group 7—Traffic Operations Design:
7.1 Signing, Pavement Marking & Channelization
7.3 Signalization
• Group 13 — Planning:
13.4 Systems Planning
13.5 Subarea/Corridor Planning
13.6 Land Planning/Engineering
13.7 Transportation Statistics
The TMC Team has an established history of quality work in The City of Sanford and Seminole County, and our
staff is intimately familiar with the needs, priorities, and preferences of the City. We trust that once you have
reviewed our qualifications and checked our references, you will be assured that our team is qualified and
experienced to handle your transportation engineering needs of the City.
We appreciate this opportunity, and we look forward to contributing in the effort to create a safer, more
efficient, transportation system for the citizens of The City of Sanford, Seminole County, and our great state of
Florida.
TRAFFIC &
;ULTANTS LLC
Mohammed N. Abdallah, PE, PTOE
Principal, MGR
/ I"
Section B — Experience of Key Personnel
Traffic & Mobility Consultants LLC (TMC), is pleased to introduce the following technical staff members of our
team:
Ayman H. As-Saidi
Mohammed N. Abdallah, P.E.
PE Project Manager & Senior Engineer 23 ✓ v' / ,/ ( ✓` ✓
PE/PTOE Senior Transportation Engineer/QAQC 23 ,/ v1 ✓ ✓ V✓ v/
Matthew J. Wilson PE Senior Design Engineer 13 V, -../ ✓ % ✓'
Key personnel are supported by an experienced staff of qualified engineers, technicians and support staff.
Below is a summary of the experience for each of the key staff members:
Ayman H. As-Saidi, PE — Project Manager
Mr. Saidi is a well-qualified Civil Engineer with a Master's Degree in Transportation Engineering from the
University of Central Florida. He has over 23 years of experience in the field of traffic engineering, transportation
planning and Infrastructure in a career that has embraced studies on traffic impact forecasting and demand
modeling, traffic and parking operations, rail and transit schemes plus Intelligent Transportation and Geographic
Information Systems. Mr. Saidi has worked with major clients on high profile projects in the public and private
sectors in Abu Dhabi, Qatar and Oman as well as having extensive experience in the United States on
sophisticated urban development and transportation plans. Mr. Saidi is an acknowledged expert in managing
transportation and infrastructure projects of all magnitudes and complexity for both public agencies and private
sector clients and has presented papers at international venues in the areas of traffic safety and GIS. He is an
efficient, organized team leader and motivator with a successful record in the effective coordination of both
external and internal teams in meeting engineering objectives and doing so within agreed budgetary and time
constraints. He demonstrates significant skills in the identification and resolution of technical and management
difficulties. Mr. Saidi has developed a particular expertise which harmonizes sophisticated technical knowledge
in operating to the highest engineering standards with the ability to manage individual projects to commercially
successful conclusions.
Mohammed N. Abdallah, PE, PTOE — Senior Transportation Engineer and QA/QC Officer
Mr. Abdallah has 23 years of experience in the fields of traffic engineering and transportation planning. He has
served in the public and private sectors with increasing levels of responsibility. Mr. Abdallah has been involved
-- in the production and management of a wide range of transportation studies, varying in scope, size and purpose.
In his tenure at Orange County he oversaw the concurrency management system and he managed the County's
transportation impact fee program. As chairman of the Alternative Road Impact Fee Committee, he was
involved in updating and administering the County's Impact Fee Ordinance. Since joining the private sector, Mr.
Abdallah has proven himself an innovator in the field of traffic operations and transportation management
strategies. He has administered several transportation management and mitigation plans that balance the
demand for growth with the integrity and efficiency of the transportation network. Mr. Abdallah has managed
the implementation of transportation planning and engineering projects internationally and is currently focused
on the practical application of Transportation Systems and Mobility Strategies to deliver a robust, balanced, user
centric, transportation network for the future.
Mathew Wilson, PE — Senior Design Engineer
Mr. Wilson has 13 years of experience in the field of Civil Engineering, specifically in transportation design and
engineering. He has worked extensively in the preparation of ITS, traffic signal and pedestrian designs, and
signing and pavement marking plans. Mr. Wilson has very broad experience in design/build transportation
projects throughout his career in various local agencies and FDOT. As Senior Traffic Engineer with Osceola
County, Mr. Wilson was responsible for overseeing Osceola County's Traffic Signal and ITS Deployment,
Operations and Maintenance. In his role, he developed operational procedures for Traffic Management Center
(TMC) maintenance and support as well as a monitoring program to determine compliance. He also developed
a system engineering management plan and concept of operations for TMC and ATMS networks. He was also
responsible for plans review for signal, ITS and signing and pavement markings in all phases of design. In the
absence of a County Traffic Operations Engineer, Mr. Wilson assumed this role from March, 2014 through March,
2015. Mr. Wilson has demonstrated effective project and personnel management skills, overseeing a team of
traffic engineers and technicians, as well as managing consultant and contract personnel.
Key Personnel Contact Information:
Ayman H. As-Saidi, PE
aha@trafficmobilitV.com
office: (407)531-5332 x209
cell: (407)730-1473
fax: (407)531-5331
Mohammed N. Abdallah, PE, PTOE
mna@trafficmability.com
-- office: (407)531-5332 x202
cell: (407)575-5439
fax: (407)531-5331
Matthew J. Wilson, PE
mlw�trafficmability,com
office: (407)531-5332 x205
cell: (407)988-5774
fax: (407)531-5331
T min
mxacm�
Traffic & Mobility Consultants
AYMAN H. AS-SAID1, PE
Director of Engineering
Education
Mr. Saidi is a well-qualified Civil Engineer with a Master's Degree in Transportation
Engineering from the University of Central Florida. He has over 22 years of experience
B.S.C.E.
in the field of traffic engineering, transportation planning and Infrastructure in a career
University of Central Florida,
that has embraced studies on traffic impact forecasting and demand modeling, traffic
1995
and parking operations, rail and transit schemes plus Intelligent Transportation and
M.S.C.E.
Geographic Information Systems. Mr. Saidi has worked with major clients on high
University of Central Florida,
profile projects in the public and private sectors in Abu Dhabi, Qatar and Oman as well
1997
as having extensive experience in the United States on sophisticated urban
Certifications
development and transportation plans. Mr. Saidi is an acknowledged expert in
managing transportation and infrastructure projects of all magnitudes and complexity
Registered Professional
for both public agencies and private sector clients and has presented papers at
Engineer: Florida PE #56849
international venues in the areas of traffic safety and GIS. He is an efficient, organized
Key Expertise
team leader and motivator with a successful record in the effective coordination of both
external and internal teams in meeting engineering objectives and doing so within
agreed budgetary and time constraints. He demonstrates significant skills in the
• Transportation Systems
Modeling
identification and resolution of technical and management difficulties. Mr. Saidi has
developed a particular expertise which harmonizes sophisticated technical knowledge
• Micro -Simulation Modeling
in operating to the highest engineering standards with the ability to manage individual
• Long Range
projects to commercially successful conclusions.
Transportation Plans
Principal Publications
• Traffic Impact Analysis
• Developments of Regional
Using GIS in crash analysis in Florida to link crashes to demographic characteristics of
Impact
the drivers. Traffic Safety on Two Continents, 10th International Conference, Malmo,
• Transportation Corridor
Sweden. September 1999.
Studies
A methodology for route selection and guidance signing using GIS and network models.
Training
Transportation Research Board, 76th Annual Meeting, Washington, DC. January 1997.
Active Traffic Management
Professional Experience
and Managed Lanes
Certification Course, 2010
Traffic & Mobility Consultants LLC 06/2018 — Present
Director of Engineering
PTV America — VISSIM &
VISUM Training, 2009
KEO International Consultants 11/2012 — 05/2018
ITS Evaluation Using CUBE
Director of Infrastructure Services & Country Manager
Model Training, 2009
KEO International Consultants 05/2011 —11/2012
Principal Engineer— Head of Transportation Planning
CUBE Comprehensive
Modeling Training, 2008
Traffic Planning and Design, Inc. (UAE) 02/2010 — 04/2011
Managing Director
Advanced Transit and Freight
Modeling Training, 2006
Traffic Planning and Design, Inc. (USA) 06/2002 — 02/2010
Trafficware - Synchro and
Director of Traffic Engineering & Vice President
Simtraffic Advanced Training,
2003
Ghyabi Lassiter and Associates, Inc. 01/2000 — 06/2002
Project Manager
Languages
Leftwich Consulting Engineers, Inc. 08/1995 — 01/2000
English
Traffic Engineer and Transportation Planner
Arabic
AYMAN H. AS-SAIDE, PE
Director of Engineering (continued)
Relevant Project Experience
Town of Dundee Continuing Transportation Engineering Services — Mr. Saidi managed
the team which oversaw a three-year contract with the Town of Dundee, including the
evaluation and review of development and rezoning applications, comprehensive plan
amendments, the geometry of access improvements, plus the provision of general
support to traffic engineering projects.
Landstone Communities Development Regional Impact Analysis — This traffic impact
study for a 4,130 -acre property in Sumter County included analysis of all roadways and
intersections within a fifteen mile radius of the development which was planned for a
total of 8,000 residential units, a golf course, a hotel and an elementary school. The
plan also envisaged 100,000 square feet of office space and 300,000 square feet of
commercial and retail use with 50,000 square feet of industrial warehousing. Together,
this generated a total of 87,238 vehicles per day.
City of Cocoa Transportation Management Study — A transportation management plan
for the City of Cocoa to address capacity deficiencies and mobility restrictions on a 3.5
mile section of SR 524. The Brevard Area Transportation Study model was used to
develop future traffic projections and recommendations were then made for roadway,
intersection, safety and traffic calming improvements.
North International Drive Corridor and Mobility Study — Developed alternative plans to
resolve traffic bottlenecks along a four -mile corridor in one of the most congested tourist
areas of Orlando, Florida. Using micro -simulation models, Mr. Saidi oversaw
improvements including use of advanced signal control systems, alternative routing of
traffic through one-way pairs and changes to intersections in the network.
Jetport Park Development Regional Impact Analysis — A detailed traffic impact study
for the Jetport Park project located adjacent to Orlando International Airport which
included analysis of all roadways and intersections within a ten -mile radius of this five
million square foot industrial and retail development.
Concept Design of E -Ring Road and Wholesale Market Street — Developed concept
option designs for a twenty-one kilometer corridor along E -Ring Road and Wholesale
Market Street located in the center of Doha; Mr. Saidi led the traffic engineering and
planning team on all tasks related to traffic engineering, transportation planning, macro
and micro simulation modeling, traffic surveys and traffic study reports. The study
corridor included fourteen major junctions and one major strategic interchange which
connects the arterial E -Ring Road to the Al Muntazah Street expressway and the
Wakrah Bypass Freeway.
Signal Timing Study in Downtown Al Ain — Coordinated with the Al Ain Municipality to
conduct a signal retiming study using Synchro software, for two corridors in the center
of the City of Al Ain to develop Time -of -Day signal timing plans and to synchronize along
two main corridors for AM peak hour, Noon peak hour and PM peak hour periods.
Transportation and Safety analysis of Abu Dhabi Elementary Schools — This was a
detailed transportation study over six separate school sites including the analysis of all
roadways and intersections within the impact area of each school plus site access
queuing projections for driveways. The study also included an internal circulation and
parking layout analysis for each school and a safety analysis for all pedestrian
crossings.
MOHAMMED ABDALLAH, PE, PTOE
Traffic & Mobility Consultants
Principal
Education
Mr. Abdallah has 23 years of experience in the fields of traffic engineering and
transportation planning. He has served in the public and private sectors with
B.S.C.E.
increasing levels of responsibility. Mr. Abdallah has been involved in the production
University of Central Florida,
and management of a wide range of transportation studies, varying in scope, size and
1995
purpose. In his tenure at Orange County he oversaw the concurrency management
M.S.C.E., Transportation
system and he managed the County's transportation impact fee program. As
University of Central Florida,
chairman of the Alternative Road Impact Fee Committee, he was involved in updating
1997
and administering the County's Impact Fee Ordinance.
Certifications
Since joining the private sector, Mr. Abdallah has proven himself an innovator in the
field of traffic operations and transportation management strategies. He has
Registered Professional
administered several transportation management and mitigation plans that balance
Engineer: Florida PE #56169
the demand for growth with the integrity and efficiency of the transportation network.
Professional Traffic
Mr. Abdallah has managed the implementation of transportation planning and
Operations Engineer #2415
engineering projects internationally and is currently focused on the practical
-- Advanced AMOT #5345
application of Transportation Systems and Mobility Strategies to deliver a robust,
balanced, user centric, transportation network for the future.
Highway Capacity Analysis
Workshop, McTrans
ITS Evaluation Tools
Publications
Modeling Workshop, FDOT
Key Expertise
A Methodology for Route Selection & Guidance Using GIS & Computer Network
Models. Abdel-Aty M., Abdallah M. and As-Saidi A. (1997), 761h Annual Meeting.
• Transportation Planning
Traffic Simulation along the 1-4 Central Corridor, Volumes I and ll. Al-Deek H., Radwan
• Traffic Operations
A. E., Abdallah M., and Ishak S., Prepared for FDOT, August 1997.
• Signal Coordination
• Impact Fees
Professional Experience
• Concurrency
Management
Traffic & Mobility Consultants, LLC Sep 2012 — Present
Principal / Manager
• Mitigation Strategies
--- • Modeling & Simulation
Traffic Planning and Design, Inc. Aug 2005 —Aug 2012
Activities /
Vice President
Memberships
Levant Consultants, Ltd. (UK) Jul 2002 — Jul 2005
Institute of Transportation
Development Manager
Engineers (ITE)
American Society of Civil
Traffic Planning and Design, Inc. Feb 2001 — Jun 2002
--- Engineers (ASCE)
Senior Engineer
Florida Engineering Society
Orange County Traffic Engineering Jun 1997 — Feb 2001
Home Builders Association
Senior Transportation Engineer
Developer's Council
Leftwich Consulting Engineers, Inc. Aug 1995 —Jun 1997
Traffic Engineer
MOHAMMED ABDALLAH, PE, PTOE
Principal (continued)
Relevant Project Experience
Storey Lake Boulevard — Prepared traffic projections for the opening and design
year of a new 4 -lane facility connecting Osceola Parkway and US 192 in Osceola
County. Developed intersection design traffic volumes at two traditional
intersections at US 192 and Osceola Parkway and a roundabout at Old Vineland
Road to determine the lane configuration and traffic control requirements. The
project involved coordination with adjacent property owners, County, and FDOT, as
well as a multi -discipline project team designing the roadway and the adjacent
development.
Conroy Road Intersection Improvements Study— Developed an improvement plan to
mitigate traffic congestion along the Conroy Corridor from Eastgate Drive to the
Interstate 4 ramps in Orlando. Developed recommendations that included minor
intersection improvements and improved signal timing and coordination at the five
intersections in the corridor.
Camino Reale Road PD — Prepared an areawide transportation study for the
Innovation Way area of Orange County to address the transportation network
requirements of several proposed developments in the area and to evaluate the
optimal network improvements to support the Camino Reale property. The project
involved the identification and evaluation of multiple route alternatives on the
transportation network. The project required coordination with multiple property
owners and stakeholder groups, including citizen groups, adjacent property owners,
and public agencies. Prepared traffic projections for a network of five new major
facilities and their intersections to determine capacity and route alternatives.
Prepared presentation materials for public engagement and hearings.
Orange Avenue Improvements — Prepared signalization design plans and signing and
pavement marking plans for the intersections of Orange Avenue and Rollins Street,
and Orange Avenue and Winter Park Street. The plans included the replacement and
upgrade of existing strain pole signal infrastructure to decorative mast arm
assemblies, the installation of audible pedestrian control, and the installation of ADA
compliant ramps and upgraded high visibility pavement markings.
SR 5351SR 536 — As the result of a turn lane addition project, additional signal heads
were required on an existing diagonal span. Due to structural failing of the existing
span, significant loading was removed and placed on a new span designed to run
parallel to existing.
Champions Gate DRI M&M — Prepared a Modeling & Monitoring transportation
analysis for a mixed-use development located in the four corners area of Osceola
County, which included the evaluation of existing transportation network, projection of
traffic growth, and an assessment of projected conditions on roadway segments,
intersections, and multi -modal facilities. The analysis developed required mitigation
strategies including recommendations for roadway expansions and calculated
proportionate share obligations from the development of regional impact.
SR 200 Signal Timing Study— Performed signal timing and coordination analysis for 5
signals along the corridor. Study involved using SYNCHRO software to develop new
coordinated signal timing patterns for the study corridor for AM, Mid-day and PM peak
hour periods.
SR 24 (Waldo Road) Signal Timing Study — Performed signal timing and coordination
analysis for 7 signals along a 3.4 -mile segment of SR 24. Study involved using
SYNCHRO software to develop new coordinated signal timing patterns for the study
corridor for weekday, weekend, Thanksgiving, and Christmas period operations.
MATTHEW J. WILSON, PE
Traffic & Mobility ConsulKtnts
Lead Transportation Designer
Education
Mr. Wilson has over 10 years of experience in the field of Civil Engineering, specifically
in transportation design and engineering. He has worked extensively in the preparation
B.S.C.E.
of ITS, traffic signal and pedestrian designs, and signing and pavement marking plans. Mr.
University of Central Florida,
Wilson has very broad experience in design/build transportation projects throughout his
2005
career in various local agencies and FDOT. As Senior Traffic Engineer with Osceola County,
Mr. Wilson was responsible for overseeing Osceola County's Traffic Signal and ITS
Certifications
Deployment, Operations and Maintenance. In his role, he developed operational procedures
for Traffic Management Center (TMC) maintenance and support as well as a monitoring
Registered Professional
program to determine compliance. He also developed a system engineering management
Engineer: Florida PE #71605
plan and concept of operations for TMC and ATMS networks. He was also responsible for
Advanced MOT #12490
plans review for signal, ITS and signing and pavement markings in all phases of design. In
the absence of a County Traffic Operations Engineer, Mr. Wilson assumed this role from
Key Expertise
March, 2014 through March, 2015. Mr. Wilson has demonstrated effective project and
personnel management skills, overseeing a team of traffic engineers and technicians, as well
as managing and consultant and contract personnel.
• Traffic Signal Design and
Timing
• Pedestrian
Professional Experience
Systems/Signals
• Intelligent Transportation
Traffic & Mobility Consultants, LLC Oct 2015 — Present
Systems (ITS)
Lead Transportation Designer
• Design/Build Experience
Osceola County BOCC Feb 2013 — Oct 2015
• Signing, Pavement
Senior Traffic Engineer
Marking & Channelization
Jacobs/Carter-Burgess Jul 2006 — Feb 2013
Activities /
Project Engineer
Memberships
U.S. Navy Veteran, Nuclear Power Program
American Society for Highway
Engineers (ASHE)
Relevant Project Experience
US 192 & Storey Lake Boulevard — Project consisted of preparation of signalization
plans for the new traffic signal located at US 192 and Storey Lake Boulevard. Storey
Lake Boulevard is a proposed road that connects to US 192 in Osceola County, FL.
Intersection improvements consist of new mast arm configuration along with fiber
interconnect to existing signals east and west of Storey Lake Boulevard. Signal was
designed in accordance with FDOT design standards and Osceola County preferences.
_
Saxon Boulevard & Finland Drive — Upgraded existing box span signal with concrete
poles to new box span signal with concrete poles. Evaluating existing fiber splice
location and fiber interconnect to provide communication to new box span was part of
this project. Loop vehicle detection was also part of the project scope. Project included
coordination with Volusia County and the Project Team
Broward County ATMS Design Build — The ATMS project consisted of over 60 CCTV
cameras, 30 Bluetooth readers, 10 Optical preemption devices, 10 arterial dynamic
message signs (ADMS), 30 microwave vehicle detection sensors and associated fiber
optic cable. Plans also included splice diagrams, special details and cross sections for
the ADMS signs. Project included coordination with FDOT District 4 and Broward
_ _
County.
Traffic & Mobility Consultants
Section C — Ability to Service the City
The TMC Team has the willingness, personnel and financial resources, and the talent to fulfill the requirements
--- under this work order -based Contract. Our Team is committed to perform all requisitioned tasks in a timely
manner, as necessitated by the City of Sanford. The TMC Team is available for any and all meetings at the
request of the City. The TMC Team will be dedicated and committed to serving the needs of the City of Sanford.
The appropriate staff will be assigned based on the scope of service for an individual work order. For this
Professional Consulting Services contract, we do not anticipate the use of sub -contractors.
ARCHITECT - ENGINEER QUALIFICATIONS
PART I - CONTRACT -SPECIFIC QUALIFICATIONS
A. CONTRACT INFORMATION
1. TITLE AND LOCATION (City and State)
Professional Consulting Services (CCNA), City of Sanford, Florida
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
06/29/2018 1 RFQ 17/18-33
B. ARCHITECT -ENGINEER POINT OF CONTACT
4. NAME AND TITLE
Ayman H. As-Saidi, Director of Engineering, Project Manager
5. NAME OF FIRM
Traffic & Mobility Consultants LLC
6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS
(407)531-5332 1(407)531-5331 aha@trafficmobility.com
C. PROPOSED TEAM
(Complete this section for the prime contractor and all kev subcontractors.)
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑✓ (Attached)
STANDARD FORM 330 (REV. 8/2016)
(Check)
Taw
-z"
9. FIRM NAME
10. ADDRESS
11. ROLE IN THIS CONTRACT
-i -a
Traffic & Mobility Consultants LLC
3101 Maguire Blvd, Suite 265
Transportation
Orlando, FL 32803
Traffic Engineering and Analysis
a.
✓
❑ CHECK IF BRANCH OFFICE
b.
❑ CHECK IF BRANCH OFFICE
C.
❑ CHECK IF BRANCH OFFICE
d.
❑ CHECK IF BRANCH OFFICE
e.
❑ CHECK IF BRANCH OFFICE
f.
❑ CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑✓ (Attached)
STANDARD FORM 330 (REV. 8/2016)
z
0
N
0
z
0.
0
z
a:
U.
W
n
0
w
0.
z
F-
-j
DU)
z
0
F-
M
in
0
FE
off
LL
LL
0
u
c
.0
N
w O UJ
1,30
00 Q)
Cr H w F-
- M k" 0 �
75LLCj LLJ Uj LU w
.—a- 0- n -
v a- t - (/)
O c CU cn
t:- L) CU r- COj! 0.— C, cn 0
O)CO o U) U) (L>
a 3;: :;�z
C'� .= §� = U)
01) ui < U)
CE -0 <
= < 4,- -
Cr 0 M
CU Z -0
CU
E O p> U) r cm w U)
m E = E
cu E E
u2: LU >
<
E E
0
C
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
a. TOTAL b. WITH CURRENT FIRM
Ayman H. As-Saidi Project Manager 23 1 <1
15. FIRM NAME AND LOCATION (City and State)
Traffic & Mobility Consultants LLC, Orlando, FL
16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
Master of Science, Civil Engineering - Transportation Florida Professional Engineer, PE# 56849
University of Central Florida, 1997
Bachelor of Science, Civil Engineering
University of Central Florida, 1995
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Publication: "A Methodology for Route Selection & Guidance Using GIS & Computer Network Models". Abdel-Aty M.,
Abdallah M. and As-Asaidi A. (1997), 76th Annual Meeting; "Using GIS in crash analysis in Florida to link crashes to
demographic characteristics of the drivers." Traffic Safety on Two Continents, 10th Int. Conf., Malmo, Sweden 1999.
19. RELEVANT PROJECTS
STANDARD FORM 330 (REV. 8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Technical Support Contract for Ministry of Transport & Communication
PROFESSIONAL SERVICES
CONSTRUCTION (Ifapplicable)
Sultanate of Oman
2018 I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE F-1Checkif project performed with current firm
a.
As the Project Director, this is a 3 -Year Continuing Service Contract with the Ministry to provide technical support for all
transportation engineering projects. The scope includes services under transportation planning, traffic engineering,
highway design and supervision, traffic data collection, bicycle and pedestrian plans, traffic safety and preparation of
tender packages for government projects.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Duqm Industrial Zone Master Plan and Infrastructure Design
PROFESSIONAL SERVICES
CONSTRUCTION(ifapplicable)
City of Duqm, Sultanate of Oman
2017
I
b .
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm
As EOR, a Transportation Master Plan was developed for a 55,000 Acre Industrial/Economic City as part of the new City
of Duqm in Oman. The Duqm Industrial City includes over 300 miles of roadway network, including all utilities. A Travel
Demand Model was developed for this project, which was used to prepare a full Traffic Impact Study (TIS) for the project.
The construction cost of this project was estimated at $1 Billion. The detail design of Phase 1 is completed.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
The Oman National Railway Preliminary Design Project
PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable)
Sultanate of Oman
2015 I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
C.
As the Director of Infrastructure on a Joint Venture project with the Italian Railway Company (Italfer), the preliminary
design was completed for the 2,200Km of high speed passenger/freight railway network for Oman. The responsibilities
covered all the utility corridors along the rail network, in addition to preparing the Environmental Impact Analysis for the
project. The construction cost of this project was estimated at $15 Billion.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Corridor Design Traffic Project for E -Ring Road & Wholesale Market Street
PROFESSIONAL SERVICES
I CONSTRUCTION (if applicable)
Doha, Qatar
2012
d.
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE F] Check if project performed with current firm
As Head of Transportation Planning Team, managed this Corridor Study for a 15 -Mile Highway to develop Design traffic
Volumes for the E -Ring Road and Wholesale Market Street corridors. The study corridor included 14 multi-level
interchanges, for which concept design options had to be developed. The scope included developing a travel demand
model. includina a micro -simulation model of the entirer i r. Esti ated cost of this proiecti Billion.
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
Traffic Impact Study (TIS) for the Mall of Qatar PROFESSIONAL SERVICESCONSTRUCTION (tfapplicable)
Doha, Qatar 2011
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE � Check if project performed with current firm
e.
As Project Manager, a Traffic Impact Study was conducted for a 1.6 Million Sq. Ft. mall, which is the largest shopping
mall in Qatar. The study included a complicated multi-level access from the adjacent highway, a dedicated metro stop at
the main entrance, and a 2 -level under ground parking structure. A micro -simulation model was developed in order to
evaluate the internal traffic circulation, which included a 4 -star hotel. The cost of this project was $840 Million.
STANDARD FORM 330 (REV. 8/2016) PAGE 2
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE
a. TOTAL b. WITH CURRENT FIRM
Mohammed N. Abdallah Transportation Engineer 2: 5
15. FIRM NAME AND LOCATION (City and State)
(1) TITLE AND LOCATION (City and State)
Traffic & Mobility Consultants LLC, Orlando, FL
16. EDUCATION (Degree and Specialization)
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
Master of Science, Civil Engineering - Transportation
2017-2o1a I
Registered Professional Engineer, Florida PE #56169
University of Central Florida, 1997
Professional Traffic Operations Engineer, Florida PTOE
Bachelor of Science, Civil Engineering
the schools and to provide recommendations to assist with the proposed replacement school designs. This included an
#2415
University of Central Florida, 1995
Advanced Maintenance of Traffic, Florida AMOT #5345
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Publications: A Methodology for Route Selection & Guidance Using GIS & Computer Network Models. Abdel-Aty M.,
Abdallah M. and As-Asaidi A. (1997), 76th Annual Meeting; Traffic Simulation along the 1-4 Central Corridor, Volumes I and
11. AI-Deek H., Radwan A.E., Abdallah M., and Ishak S., Prepared for FDOT, August 1997; Organizations: ITE; ASCE; FES
19 RFI PVANT PRr),IF(.TC
we. i ' " —, ,, (.„., awPu, s,Za, wst, ULU.) Arvu JrMUR-1V KULt- U Check if project performed with current firm
Conducted annual traffic counts at approximately 230 preset locations, which included typical roadway counts, golf cart
traffic counts, and freight/truck counts. As Project Manager, provided management and quality control of the traffic data
collection.
5 I ANDARD FORM 330 (REV. 8/2016) PAGE 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Orange County Public Schools
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
Orange County, Florida
2017-2o1a I
a.
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm
As EOR, prepared Traffic, Access and Pedestrian Studies to evaluate existing site access and pedestrian accessibility to
the schools and to provide recommendations to assist with the proposed replacement school designs. This included an
inventory of ADA elements of the existing pedestrian networks, analyzing existing and projected intersection operations,
and modifying school layout to optimize internal site -circulation and queuing.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Seminole State College - Altamonte Springs Campus
PROFESSIONAL SERVICES
CONSTRUCTION (Ifapplicable)
Altamonte Springs, Florida
2017
b
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm
As EOR, oversaw data collection, prepared mobility models and analyzed scenarios to improve traffic flow for the
expansion. Evaluated the external and internal roadway networks and developed mobility strategies and recommended
improvements. Coordinated with the City, college and project team to provide improvements that meet the mobility
standards per the City's 2030 plan.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Townpark Commons
PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable)
Seminole County, Florida
2017
C.
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE
Q Check if project performed with current firm
As EOR, conducted a traffic impact analysis for the mixed use development including a trip generation analysis, access
connection analysis, turn lane warrants and lane length recommendations. Prepared traffic models and conducted a
signal warrant analysis for the development. Overseeing the signal design plans process for the plans in progress, and
providing quality assurance and quality control for the signal design engineer.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Horizon West Village 1 Global Study
PROFESSIONAL SERVICES
CONSTRUCTION (If applicable)
Orange County, Florida
2017
d
(3) BRIEF DESCRIPTION (Brief scope, size, cost, eta) AND SPECIFIC ROLE Q Check if project performed with current firm
As EOR, prepared a transportation analysis to determine the system wide transportation facility capacity demand,
establish the infrastructure needs, and transportation plan required to support the development in 2040. Prepared a
cost -feasible transportation plan with public-private partenership funding.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Sumter County Annual Traffic Counts
PROFESSIONAL SERVICES
CONSTRUCTION (Ifapplicable)
Sumter County, Florida
2015
we. i ' " —, ,, (.„., awPu, s,Za, wst, ULU.) Arvu JrMUR-1V KULt- U Check if project performed with current firm
Conducted annual traffic counts at approximately 230 preset locations, which included typical roadway counts, golf cart
traffic counts, and freight/truck counts. As Project Manager, provided management and quality control of the traffic data
collection.
5 I ANDARD FORM 330 (REV. 8/2016) PAGE 2
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT
(Complete one Section E for each key person.)
12. NAME 13. ROLE IN THIS CONTRACT 14, YEARS EXPERIENCE
a. TOTAL b. WITH CURRENT FIRM
Matthew J. Wilson Transportation Engineer 13 2.5
15. FIRM NAME AND LOCATION (City and State)
Traffic & Mobility Consultants LLC, Orlando, FL
16. EDUCATION (Degree and Specialization)
Bachelor of Science, Civil Engineering
University of Central Florida, 2005
17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline)
Registered Professional Engineer, Florida PE # 71605
Advanced Maintenance of Traffic, Florida MOT #12490
18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Member, American Society for Highway Engineers (ASHE)
1A RFI FVANT PRO JFCTS
STANUAKU 1-UKM 33U (KtV. ?J/ZUIb) 1'Aht L
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (Ifapplicable)
Howell Branch Road & Eastbrook Boulevard Signal Design
Seminole County, Florida
2017 I
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm
a.
EOR for the preparation of signalization plans to upgrade the existing dual mast arm signals to a four pole mast arm
system to accommodate geometric improvements. Improvements include the addition of a fourth leg and upgrades to
pedestrian features, including ADA ramps and high visibility pavement markings. The design plans included signalization,
fiber communication, signing and pavement markings, vehicle detection, and pedestrian features. Total Cost: $28,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES I
CONSTRUCTION (If applicable)
Storey Lake Signals
Osceola County, Florida
201a
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
b.
Signal upgrade to mast arms at north and south terminus of Storey Lake By and Osceola Py and US 192. Project
required coordination between FDOT and Osceola County for successful completion. Project included new fiber
interconnect, modification of existing splices at US 192 and SR 535 to introduce both signals into the existing fiber optic
network. Total cost: $125,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
Premium Outlet Signals, Oak Ridge and Grand Palm Drive
PROFESSIONAL SERVICES CONSTRUCTION (If applicable)
City of Orlando, Florida
2016 I
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
As EOR, prepared signalization plans for mast arm signalization upgrade for Oak Ridge Road and Grand Palm Drive.
The design plans included fiber optic interconnect from existing splice location at International Drive and Oak Ridge
Road. Accessible pedestrian signals, directional pedestrian curb ramps, CCN camera, GPS preemption and video
detection. Total cost: $26,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
I CONSTRUCTION (If applicable)
Rinehart Road & Crystal Lake Elementary
City of Lake Mary, Florida
2017
(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm
d
As Project Engineer, prepared signal modification design plans for the intersection of Rinehart Road and Crystal Lake
Elementary. Signal plans included coordination with Seminole County for fiber splicing preferences. Signal plans also
included ADA compliant pedestrian features and new signal timing plan. Total cost: $23,000
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (lfapplicable)
Broward County Advance Traffic Management System (ATMS) Design
Build, Broward County, Florida
2012
2013
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm
e.
EOR and Project Manager for ATMS Installation in Central Broward County (FM #427971-1). This project consisted of 10
dynamic message signs, 63 traffic monitoring cameras, 33 travel time collection sites, 54 vehicle data collection devices,
software to manage the devices, and approximately 18 miles of fiber optic cable and required conduit. Scope included
coodination with Broward County, FDOT, contractors and the public. Total cost: $10,500,000
STANUAKU 1-UKM 33U (KtV. ?J/ZUIb) 1'Aht L
Traffic & Mobility Consultants
Section E — Litigation
Traffic & Mobility Consultants LLC has never been involved in litigation as a result of actions or inactions in the
course of its business or profession.
Litigation resulting from Collections and Claim of Lien activities includes:
1/29/14 Traffic & Mobility Consultants, LLC v. RG Developments and Investments, LLC
Case No. 2014 -SC -001332-0
Orange County, FL
TMC Project No 13020 Eden Springs
Small Claims in the amount of $2,231.25 for failure to pay for services
Settlement Agreement Reached in the amount of $1,116.00
Voluntary Dismissal submitted 5/8/14
7/23/14 DCS Capital Investments 1, LLC v. Alfresco Acquisitions, LLC, Overlook at Grassy Lake
Partners, LLC, Overlook at Grassy Lake Partners 3, LLC, BC Holding Partners, LLC a/k/a BC
Holding Partner, LLC, Bret Jones, PA, Booth, Ern, Staughan & Hiott, Inc, and Traffic &
Mobility Consultants, LLC
Case No. 2014CA001470
Lake County, FL
TMC Project No 13045 Overlook at Grassy Lake
Foreclose on Property (TMC filed Claim of Lien on the property)
Notice of Lis Pendens 7/23/14
TMC recorded Satisfaction of Lien on 10/06/14
Notice of Dropping TMC from Lawsuit 10/20/14
920�
ri /.,.�,,. j� is�f "ii iui��imn,
July 30, 2018
Ms. Marisol Ordonez, Purchasing Manager
City of Sanford Purchasing Division
300 N Park Avenue, Suite 243, 2"d Floor
Sanford, FL 32771
Re: Traffic & Mobility Consultants LLC
Solicitation RFP 17/18-33 Professional Consulting Services — CCNA
Dear Ms. Ordonez,
Traffic & Mobility Consultants LLC has maintained a banking relationship with Chase Bank since
September, 2012 and is a valued customer of our bank. Currently, Traffic & Mobility Consultants LLS has
an average balance of $238,670 and is in good standing with Chase Bank. Our relations have been
entirely satisfactory.
This is information is given in strict confidence and without any responsibility, howsoever arising, on the
part of the Bank or its officers.
Sincerely,
Michael J. Gershman
AVP - JP Morgan Chase - Business Banking Relationship Manager
3 Alafaya Woods Blvd.
Oviedo, FL 32765
Phone: (321) 948-7134
Fax: (407) 218-5325
Michael.J.GershmagL@jr)mchase.com
h. EXAMPLE PKOJtzU 15 VVHIUH tits I ILLUJ I KA I t PKUtUbtU I tAM"b 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 1
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Seminole State College - Altamonte Springs Campus PROFESSIONAL SERVICES I CONSTRUCTION (If applicable)
City of Altamonte Springs, Florida 2017
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Seminole State College John Schultheis, PE, Dewberry 1(386)626-2136
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Conducted analyses to assess the operations at the Seminole State College's campus in Altamonte Springs and the impacts
of the proposed 200,000 square foot expansion, which included educational facilities, office and retail space. The analysis
included a determination of project trip generation and a review of existing and projected roadway and intersection capacity,
as well as a review of traffic operations and alternative modes of transportation, including pedestrian features, bicycle
facilities and public transportation. The study also involved a parking analysis, including a layout and management plan,
proposed modifications to improve mobility to include roadway realignment and traffic calming measures, reducing the
number of lanes, and the addition of a roundabout to reduce speeds and improve efficiency of the intersection. Pedestrian
studies were conducted and fencing and channelizing devices were recommended to direct pedestrian traffic safely through
parking areas to marked crossing areas on and at the campus boundaries. Proposed mobility strategies and improvements
to the facility to improve safety and efficiency.
Total cost: $30,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Transportation Engineer - Engineer of Record -
Traffic & Mobility Consultants LLC
Orlando, FL
Traffic Analysis
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY
- QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 2
21. TITLE AND LOCATION (City and State) 1 22. YEAR COMPLETED
Lake Emma Subdivision - Rinehart Road & Crystal Lake Elementary Signal PROFESSIONAL SERVICES I CONSTRUCTION (If applicable)
City of Lake Mary, Florida 1 2017
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER
Pulte Group Clifford Torres (407)661-1514
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Prepared a traffic analysis for the proposed subdivision including trip generation analysis and project trip distribution of the
area roadways and intersections. Conducted a capacity analysis of all study roadways under buildout conditions. Conduct
an access analysis and provide recommendations for turn lanes and signal modifications to accommodate traffic for
subdivision and nearby elementary school.
Prepare signal design plans for the modification of the existing mast arm assembly serving the intersection at Rinehart Road
and Crystal Lake Elementary School. Plans were prepared in accordance with Seminole County requirements and were
produced at scale showing traffic lanes, mast arm location and assemblies, number and type of signal heads, vehicle
detection, controller, and pedestrian features.
Coordination with Seminole County was necessary to modify the existing fiber optic network to accommodate the signal
modification.
Utility locates were performed on new mast arm locations. The mast arms were located based on provided and observed
utility data.
The pedestrian signals were designed in accordance with the national and state ADA standards.
Prepared notes and provided plan specifications appropriate for bidding. Provided technical assistance during the
construction phase of the signal, including responses to contractor requests for field adjustments and modifications to
design with regard to hardware and equipment location.
Total cost: $23,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
S7ANUARU FORM 330 (Mty. tsl[u lo) CAVE o
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
_._........ .
(3) ROLE
a.
Engineer of Record - Traffic Analysis
Traffic & Mobility Consultants LLC
Orlando, FL
Engineer of Record - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
S7ANUARU FORM 330 (Mty. tsl[u lo) CAVE o
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 3
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
TOwnpark CommonsPROFESSIONAL SERVICES CONSTRUCTION (If applicable)
Seminole County, Florida 2017
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Appian Engineering Luke Classon, PE 1(407)690-5868 x106
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
- Conducted a Traffic Impact Analysis for the mixed use development and a Signal Warrant Analysis for the intersection of
International Parkway and Triumph Way/Allure Lane and at the SR 417 ramps. The analyses consisted of trip generation
calculations, preparing an Orlando Urban Area Transportation Study (OUATS) model to obtain a transportation distribution
pattern, evaluating existing conditions and the roadway network capacity, conducting growth projections and providing a
projected conditions analysis. The studies also involved access analysis for the proposed access points, and provided
calculations for suggested turn lane lengths.
Based on the analysis, signals were warranted, and signal design plans are currently being prepared prepared for the
intersections of International Parkway and Triumph Way/Allure Lane and at the modification of the existing signal at the SR
417 Ramps. Signal design plans include five new mast arm locations (four at Triumph/Allure and one at SR 417), fiber
interconnect, pedestrian features, loops for vehicle detection.
Utility locates were sent out to the applicable utility owners. Subsurface exploration was performed at all proposed mast arm
assembly locations.
Coordination required with Seminole County to complete the design of new fiber optic splice point to provide communication
for the new intersection.
Pedestrian ramps and pedestrian signals were designed to meet federal and state ADA requirements.
Total cost: $28,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Transportation Engineer - EOR - Traffic Analyses
Traffic & Mobility Consultants LLC
Orlando, FL
EOR - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'5 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 4
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Howell Branch Road & Eastbrook Boulevard Signal Design PROFESSIONAL SERVICES I CONSTRUCTION (if applicable)
Seminole County, Florida 2017
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Meritage Homes of Florida Inc lAndon Calhoun 1(407)571-0959
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)
Prepared signalization design plans per FDOT and Seminole County requirements to upgrade the existing dual mast arm
signals to a four pole mast arm assembly, which accommodated the addition of the southbound approach and associated
movements at the intersection of Howell Branch Road and Eastbrook Boulevard.
Coordination efforts were required to be performed with Duke Electric to verify that the existing transformer was sufficient to
take on the additional load of the two extra mast arms.
EOR coordinated with Seminole County for modification of existing fiber optic network to provide communication to the
signal. The existing fiber and electric were overhead and were required to be moved underground.
Post Design Services included shop drawing, submittal data review and contractor coordination.
Improvements include the addition of a fourth leg and upgrades to pedestrian features, including ADA ramps and high
visibility pavement markings. The design plans included signalization, fiber communication, signing and pavement markings,
vehicle detection, and pedestrian features.
Total cost: $28,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
a i wrvuAmi rvrcm aav kr\cv. weau iul vr+ " -
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Traffic & Mobility Consultants LLC
Orlando, FL
Engineer of Record - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
a i wrvuAmi rvrcm aav kr\cv. weau iul vr+ " -
F. F-XAMPLt PKUJEG7 b WHICH t3tb I ILLUS I KA I t PKUPU,tU I tAM'b 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 5
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
_ Orange County Public Schools - Continuing Services PROFESSIONAL SERVICES CONSTRUCTION (llapplicable)
Orange County, Florida 2017-2018
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER
Orange County Public Schools Harold Jenkins (407)317-7000 x2025103
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Traffic & Mobility Consultants prepared Traffic, Access, and Pedestrian Studies for various existing and new schools
throughout Orange County. The evaluations consider multi -modal transportation network, including roadway, bicycle routes,
pedestrian routes, multi -use paths within the walk shed. Evaluations also consider traffic operations at primary connection
points and at the vehicular and bus access points.
Pedestrian routes are inventoried to catalogue any observed or projected network continuity deficiencies, safety hazards to
the pedestrian, and significant ADA compliance deficiencies. recommendations are developed for continuous pedestrian
and bicycle connectivity within the walk shed, as well as improvements to address mobility deficiencies in the area. The
recommendations are presented for implementation with the campus development and/or provided to the maintaining
agencies for future action.
Internal circulation and access points are evaluated to ensure that adequate flow patterns are established, sufficient on-site
queue storage is provided, and adequate operations are supported with appropriate traffic control, auxiliary lanes, and
sufficient throughput capacity at the intersections.
Sites include:
Lake Gem Elementary School
Hillcrest Elementary School
Fern Creek Elementary Relief School
Rolling Hills Elementary School
Lake Nona North Elementary School
Town Center - Horizon West Elementary School
Holden Elementary School
Site 20 -E -SW -5 (International Drive south of Little Lake Bryan Parkway) School
Total cost: $85,000 (to date)
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Traffic & Mobility Consultants LLC
Orlando, FL
Project Engineer (EOR) - Transportation
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
1% t:AAMVLL VKUJLU I b WHIUM titb I ILLUb I KA I C YKUt UJCU I tAM b 20. EXAMPLE PROJECT KEY
_ QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project) 6
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Lee Road Extension Signalization PROFESSIONAL SERVICES I CONSTRUCTION (If applicable)
Winter Park, Florida 2015
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
UP Development, Inc. Bob Lochrane, PE 1(407)896-3317
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
Traffic & Mobility Consultants (TMC) collaborated on preparing plans to upgrade this intersection located in the heart of the
City of Winter Park's growth center and on one of the busiest thoroughfares in the metro Orlando area. The project involved
the eastward extension of Lee Road, the addition of a westbound leg, and the removal of the continuous northbound
through lane on US 17-92. The design improvements included geometric improvements on all four approaches, the addition
of pedestrian features on all four approaches, signalization upgrade to mast -arm assembly, communications upgrades to
connect intersection to existing fiber-optic line.
Given the significant amount of urban development approved by the City at the intersection, it was imperative to serve
pedestrian traffic in a more safe and efficient manner. The design included pedestrian crosswalks, ramps, and signal
indications on the four corners and approaches of the intersection. The newly constructed pedestrian ramps were installed
in accordance with FDOT and City preferences.
An extensive public involvement effort including multiple public hearings was undertaken through the analysis phase of the
intersection. TMC worked closely with City and FDOT staff to provide information to stakeholders, including
adjacent businesses, citizens, and elected officials. The plan was adjusted and modified to address concerns and
comments provided by various concerned groups, which ultimately resulted in a more responsive design plan for the road
extension and the intersection. In concert with these improvements, signal modification plans were prepared for the
intersection of Lee Road and Webster Avenue to remove the southbound left turn movement. Additionally, a new mast -arm
assembly was designed for the new intersection of Webster Avenue and Lee Road Extension.
The design and permitting phase of the project was completed within the established schedule for the project and in time to
meet the City's desired opening date for the roadway extension. The project was also completed within budget as agreed
with the project owner.
Total cost: $130,000.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Transportation Engineer (EOR) - Traffic Analysis
Traffic & Mobility Consultants LLC
Orlando, FL
EOR - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROP05E0 TEAM'5 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project.) 7
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Storey Park Boulevard Signalization PROFESSIONAL SERVICES I CONSTRUCTION (if applicable)
City of Orlando, Florida 2016
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER
Lennar I R. Lance Bennett, PE 1(407)487-2594
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
As Engineer of Record, prepared signalization plans for mast arm signalization upgrade for Storey Park Boulevard and Story
Time Drive. The intersection is part of the Storey Park development that is under construction in the Moss Park area of
Orlando, FL.
The new intersection also controls the traffic entering the brand new Innovation Middle School. The design plans included
fiber optic interconnect to new signal to existing City of Orlando fiber optic network to help complete a loop from Dowden Rd
to Moss Park Rd via Storey Lake Boulevard and Story Time Drive, ADA ramps, video detection, blank out signs, CCN
camera, GPS preemption, and accessible pedestrian features.
The signal plans also included future loading for mast arms to allow the addition of future signal heads due to possible
modification of lane geometry. Project also included the installation of two school flasher cantilever signs for new middle
school at Storey Lake Boulevard and Story Time Drive. A new cantilever sign on Dowden Road for wayfinding to SR 417 is
also included in the overall project. The total estimated construction cost of the signal is $350,000.00.
Total cost: $52,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
S IANUAKU rUKPA ,1JU (Kr -V. 0//-U10) rAUC 0
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Traffic & Mobility Consultants LLC
Orlando, FL
Engineer of Record - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
S IANUAKU rUKPA ,1JU (Kr -V. 0//-U10) rAUC 0
F. EXAMPLt PKUJEG 1 b WHICH titb 1 ILLUb l KA I t rKUrU=L) I tAP1I J 20. EXAMPLE PROJECT KEY
QUALIFICATIONS FOR THIS CONTRACT NUMBER
(Present as many projects as requested by the agency, or 10 projects, if not specified.
Complete one Section F for each project) 8
21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED
Premium Outlet Signals, Oak Ridge and Grand Palm Drive PROFESSIONAL SERVICES I CONSTRUCTION (if applicable)
City of Orlando, Florida 2016
23. PROJECT OWNER'S INFORMATION
a. PROJECT OWNER b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBEF
North American Properties John Riordan, PE, Harris Civil Engineers, Inc (407)629-4777
24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost)
As EOR, prepared signalization plans for mast arm signalization upgrade for Oak Ridge Road and Grand Palm Drive. The
existing "T" intersection was modified to a full four leg intersection to support the construction of a new entrance to a
proposed shopping center south of Oak Ridge Road. The total estimated construction cost of the project was $530,000.00.
The design plans included fiber optic interconnect from an existing splice location at International Drive and Oak Ridge
Road. The interconnect ultimately connected International Drive to Grand National Drive including Grand Palm Drive. Utility
coordination and engineering judgment played a crucial role in determining the final placement of the mast arms for this
intersection as numerous utilities were not identified on as-built information provided by utility owners. This required the
single mast arm for the northeast quadrant to be combined into a dual mast arm with the northwest quadrant. Coordination
with the City of Orlando was critical to modify the northwest mast arm to dual type as this is not a typically approved mast
arm design for signalized intersections in City of Orlando limits. The southeast mast arm required location modification due
to insufficient utility data as well. Accessible pedestrian signals, directional pedestrian curb ramps, CCN camera, GPS
preemption and video detection was also included in the overall project. The signal plans also included future loading for
mast arms to allow the addition of future signal heads due to possible modification of lane geometry.
Total cost: $26,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
STANDARD FORM 330 (REV. 8/2016) PAGE 3
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
a.
Traffic & Mobility Consultants LLC
Orlando, FL
Engineer of Record - Signal Design
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
b.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
C.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
d.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
e.
(1) FIRM NAME
(2) FIRM LOCATION (City and State)
(3) ROLE
f.
STANDARD FORM 330 (REV. 8/2016) PAGE 3
G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
26. NAMES OF KEY
PERSONNEL
(From Section E, Block 12)
27. ROLE IN THIS
CONTRACT
(From Section E, Block 13)
28• EXAMPLE PROJECTS LISTED IN SECTION F
(Fill in 'Example Projects Key" section below before completing table.
Place 'X" under project key number for participation in same or similar role.)
1
2
3
4
5
6
7
8
9
10
Mohammed Abdallah, PE
Transportation Engineer
QAQC, Project Manager
X
X
X
X
X
X
X
X
Matthew Wilson, PE
Transportation Engineer
Signal Design
X
X
X
X
X
X
29. EXAMPLE PROJECTS KEY
4UMBER
TITLE OF EXAMPLE PROJECT From Section F
NUMBER
TITLE OF EXAMPLE PROJECT From Section F
1
Seminole State College - Altamonte Springs
6
Lee Road Extension
2
Lake Emma -Rinehart Road & Crystal Lake Elem.
7
Storey Park Boulevard Signalization
3
Townpark Commons
8
Premium Outlet Signals
4
Howell Branch Road & Eastbrook Boulevard
9
5
Orange County Public Schools Continuing Svcs
10
STANDARD FORM 330 (REV. 8/2016) PAGE 4
W. ADDITIONAL INFORMATION
30, PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY, ATTACH ADDITIONAL SHEETS AS NEEDED.
I. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
N.
32. DATE
131/2018
STANDARD FORM 330 (REV. 8/2016) PAGE 5
Attachment "I"
References
Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed
within the last three (3) years. Additional references may be provided as set forth below.
Project #1
Project Name: Seminole State College - Altamonte Springs Cam us
Type of Project/Service: Traffic Impact Analysis, Pedestrian Safety Study and Parking Analysis
Address: 850 S State Road 434 Altamonte Springs, FL 32714
Contracting Agency/Client: Dewberry/Seminole State College
Contact Name and Phone #: John Schultheis PE (386)626-2136
Contact Email Address and Fax #: jschultheis@DewberrV.com (703)849-0100
Contract Amount: $30,000 Date Work Performed: 10/2015 - 09/2017
Project #2:
Project Name: Lake Emma Subdivision - Rinehart Road & Crystal Lake Elementary Signal Desian
Type of Project/Service: Traffic Impact Analysis, Signal Design
Address: 231 Rinehart Road Lake MarV, FL 32746
Contracting Agency/Client: Pulte Group
Contact Name and Phone #: Clifford Torres (407)661-1514
Contact Email Address and Fax #: Clifford.Torres(@PulteGroup.com (407)661-4089
Contract Amount: $23,000 Date Work Performed: 06/2016 - 06/2017
Project #3:
Project Name: Town ark Commons
Type of Project/Service: Traffic Impact Anal sis Signal Warrant Anal sis Signal Design
Address: International Pkwy & SR 417 Seminole County, FL
Contracting Agency/Client: A ian Engineering, LLC
Contact Name and Phone #: Luke Classon PE (407)960-5868 x106
Contact Email Address and Fax #: Iclasson@appianfl.com
Contract Amount: $28,000 Date Work Performed: 06/2017 - Present
Project #4:
Project Name: Howell Branch Road & Eastbrook Boulevard Signal Design
Type of Project/Service: Signal Design
Address: Howell Branch Road & Eastbrook Boulevard Seminole County, FL
Contracting Agency/Client: Merita a Homes of Florida Inc.
Contact Name and Phone #: Andon Calhoun (407)571-0959
Contact Email Address and Fax #: andon.calhoun merita ehomes.com (407)712-8640
Contract Amount: $28,000 Date Work Performed: 03/2016 - 06/2018
Project #5:
Project Name: Orange County Public Schools - Continuing Services
Type of Project/Service: Pedestrian Mobility & Circulation Parking Studies Traffic Impact Analyses
Address: Orange CountV, FL
Contracting Agency/Client: Hanlex Civil LLC/Orange County Public Schools
Contact Name and Phone #: Harold Jenkins 407 317-7000 x2025103
Contact Email Address and Fax #: harold.ienkins oc s.net (407)712-3200
Contract Amount: $85,000 to date Date Work Performed: 06/2017 -Present
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'Failure to submit this form may be grounds for disqualification of your submittal -'10
47
City of Sanford Finance Department Purchasing
,/„ is , /��i�� �„
Division
, ,�
��„���„ %� ���
C rry U'
300 N. Park Avenue Suite 243 2"a Floor Sanford Florida 32771
SANFORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "I"
References
Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed
within the last three (3) years. Additional references may be provided as set forth below.
Project #1
Project Name: Seminole State College - Altamonte Springs Cam us
Type of Project/Service: Traffic Impact Analysis, Pedestrian Safety Study and Parking Analysis
Address: 850 S State Road 434 Altamonte Springs, FL 32714
Contracting Agency/Client: Dewberry/Seminole State College
Contact Name and Phone #: John Schultheis PE (386)626-2136
Contact Email Address and Fax #: jschultheis@DewberrV.com (703)849-0100
Contract Amount: $30,000 Date Work Performed: 10/2015 - 09/2017
Project #2:
Project Name: Lake Emma Subdivision - Rinehart Road & Crystal Lake Elementary Signal Desian
Type of Project/Service: Traffic Impact Analysis, Signal Design
Address: 231 Rinehart Road Lake MarV, FL 32746
Contracting Agency/Client: Pulte Group
Contact Name and Phone #: Clifford Torres (407)661-1514
Contact Email Address and Fax #: Clifford.Torres(@PulteGroup.com (407)661-4089
Contract Amount: $23,000 Date Work Performed: 06/2016 - 06/2017
Project #3:
Project Name: Town ark Commons
Type of Project/Service: Traffic Impact Anal sis Signal Warrant Anal sis Signal Design
Address: International Pkwy & SR 417 Seminole County, FL
Contracting Agency/Client: A ian Engineering, LLC
Contact Name and Phone #: Luke Classon PE (407)960-5868 x106
Contact Email Address and Fax #: Iclasson@appianfl.com
Contract Amount: $28,000 Date Work Performed: 06/2017 - Present
Project #4:
Project Name: Howell Branch Road & Eastbrook Boulevard Signal Design
Type of Project/Service: Signal Design
Address: Howell Branch Road & Eastbrook Boulevard Seminole County, FL
Contracting Agency/Client: Merita a Homes of Florida Inc.
Contact Name and Phone #: Andon Calhoun (407)571-0959
Contact Email Address and Fax #: andon.calhoun merita ehomes.com (407)712-8640
Contract Amount: $28,000 Date Work Performed: 03/2016 - 06/2018
Project #5:
Project Name: Orange County Public Schools - Continuing Services
Type of Project/Service: Pedestrian Mobility & Circulation Parking Studies Traffic Impact Analyses
Address: Orange CountV, FL
Contracting Agency/Client: Hanlex Civil LLC/Orange County Public Schools
Contact Name and Phone #: Harold Jenkins 407 317-7000 x2025103
Contact Email Address and Fax #: harold.ienkins oc s.net (407)712-3200
Contract Amount: $85,000 to date Date Work Performed: 06/2017 -Present
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
'Failure to submit this form may be grounds for disqualification of your submittal -'10
47
-"n r1l
JrNJUL0S&!BENNETT
Poulos & Bennett, LLC e 4625 Haider Lane, Suite B a Orlando, Florida 32814 o (407) 487-2594 o www.p2lLl�gsandt7c,,nnott-qgrTI
July 21, 2015
l'o Whom It May Concern:
Poulos & Bennett has had the pleasure to work with'-Fraffic & Mobility Consultants, LLC on a large
number of projects since 2011 including roadway design, large residential, and commercial
developments within the Central Florida area. Their transportation expertise and ability to work well
with the design team has been a key factor in our ability to execute our projects on schedule and within
budget.
Poulos & Bennett has been very pleased with the expertise and collaboration of'I'MC and intends to
work with them on future projects.
Please feel free to contact me should you have any questions in regard to our experience with TNIC or
need any additional referral information.
Sincerely
R. Lance Bennett, P.E.
Partner
LEr41MA1R"'
,
Lennar Central Florida Division
8390 ChainpionsGate Blvd, Suite 110
ChanipionsGate, FL 33896
July 22, 2015
Via: E -Mail
To Whom It May Concern,
With well earned respect, I confidently recommend Traffic & Mobility Consultants, LLC,
and their principal engineer, Mohammed Abdallah, for future projects. Over the past few
years, I have worked closely with the Traffic & Mobility Consultants team. Our most
recent project consisted of a Modeling & Monitoring Analysis for a multi jurisdiction
Development of Regional Impact. Mohammed and his team adapt well to jumping into
on-going development efforts. They require very little "ramp up" time and work
seamlessly with our other consultants.
Additionally, their relationships and reputation with the local and state regulating
agencies is stellar. Their vast knowledge of regulations, standards, and practices have
proved invaluable in the process. I commend their incredible attention to detail, ability to
adapt to the ever -evolving standards of multiple government agencies, and take measures
to proactively identify options and solutions to the myriad of challenges that inevitably
occur in such complex development projects.
Again, I highly recommend the Traffic & Mobility Consultants team and welcome their
contribution to future projects. Your inquiries are invited.
Thank your„_.-._-._.
Teri Bowley
Director of Entitlements and Due Diligence
Division— Orlando
Lennar 1-lornes
CC: Mohammed Abdallali-- TMC
_Tmaclw�
Traffle S Mobility consultants
Section A — Technical Approach
TMC will approach each task work order with the understanding that the services requested are necessary and essential to
support the City of Sanford staff in executing functions to accomplish tasks authorized by the City. The TMC approach is
focused on an understanding of project goals, strategic communication with staff, budget and value with quality solutions,
and efficiency in delivery. TMC implements a rigorous multilayered quality assurance and quality control process which is
overseen by Mohammed Abdallah, PE, PTOE, to ensure that all work is delivered free of errors, with adherence to sound
engineering and planning principles, and consistent with applicable standards.
The following defines TMC's approach to the Transportation and Traffic Engineering services listed under the Scope of
Services for this RFQ, and our ability to deliver the quality service expected by the Client.
1, Transportation Master Planning
New large-scale developments must be carefully planned and integrated within the wider transport networks
in a way that enhances the role of these developments in the local context. At the highest level the
transportation analysis for such new developments must deal with issues of accessibility which underpin the
proposed socio-economic policies. It is important that the right access to local facilities is provided to support
a self-sustaining local economy. The balance must be struck between maintaining strategic transport links which
provide strong inward links to support and strengthen the local economy.
This balance will involve a review of connectivity at both a strategic and local level, which must include both
private and public transport to ensure not only travel choice but also to maximize the opportunities presented
by new roadway links. The impact of these new links will be analyzed and their effect identified both in terms
of negatives and positives. A clear hierarchy will be identified which addresses both the regional and local needs.
Care will be taken to ensure that both these needs are fully integrated.
Master Plans will include components to address the circulation patterns, needed capacity, and mobility issues
that will be faced by the anticipated growth of new developments. Planning will be multi -modal with an
emphasis on alternate modes of transportation while providing for the necessary capacity of motorized vehicles.
The Transportation & Mobility component of the Master Plan will require close coordination with regional and
municipal stakeholders. The typical transport assessment must include the following sub -components:
• Traffic Analysis Zones;
• Trip generation;
• Trip distribution and assignment;
• Forecast of traffic for horizon year;
• Land use changes and trip generation;
• Local access and circulation;
• Public transit, pedestrian circulation and safety;
• Truck traffic activity and truck routes development.
To ensure the transportation master plan study is delivered successfully, TMC will work closely with regulatory
and statutory authorities any other interested stakeholders. We will attend meetings with the authorities to
map progress and highlight any issues faced in progressing with the study so that these can be resolved in a
timely and efficient manner. In order to identify the transportation issues and develop and promote proposals
for a reliable and effective transportation system, we propose the following methodology for the study.
1.1 Existing Conditions Analysis
The data collected will be compiled and analyzed to allow a better understanding of the area and also to carry
out an existing condition analysis for current transport conditions on the major roads and key intersections
surrounding the proposed development. Description of key movement corridors, Level of Service assessment
and analysis of public transport facilities etc. will be conducted. The analysis will also identify the current
problems and challenges, identify and evaluate constraints to deal with, compile all findings above and
summarize these in a report.
1.2 Traffic Forecast Development
In order to project the future traffic demand on roadway links and intersections throughout the impacted study
area by the development, TMC will develop annual growth rates based on historical traffic volume data. Upon
obtaining the historical data for at least five (5) years, a regression analysis will be performed to calculate the
annual growth rates. These growth rates will be applied to the existing traffic volumes (which will be collected
by TMC Team) to project the future year traffic volumes for the horizon year and all interim year analyses.
An alternative option to determining future traffic demand is the use of the Central Florida Regional Planning
Model (CFRPM). Our approach to the development and refinement of Long Range Transportation Plans (LRTPs)
is informed by extensive knowledge and experience in the field over the decades. TMC team has worked on
many of the major LRTP plans developed in the area, including the CFRPM. A fundamental element of long
range planning is the area's vision for the future. Our approach to LRTP development begins with an
understanding of the goals and aspirations of the region for its future and the future of the transportation
network. The four -step planning process is described in detail below:
The Four Step Process
The traffic demand process follows trips as they begin at trip generating zone, move through a network of links
and nodes and end at a trip attracting zone. The demand modeling is known as a four step process for each of
the four basic models used in the overall process. These are:
• Trip Generation: The first major step is the trip generation. In this step, information from land use,
population and economic forecasts is used to estimate how many vehicle trips will be made to and from
each zone. Estimation of the trip generation of the proposed development with reference to the Institute
of Transportation Engineers (ITE)10TH Edition Trip Rate Generation Manual.
• Trip Distribution: Trip generation only finds the number of trips that begin or end at a particular zone.
The trips will be linked together to form an origin -destination pattern of trips through the process of trip
distribution. Trip distribution basically represents the process of destination choice.
• Mode Choice: Mode choice is a critical part of travel demand process. A reasonable share of Public
Transportation (PT) will be assumed based on the available network, land use and catchment area.
• Trip Assignment: Once the trips have been split to the available modes, the specific path that they use
to travel from their origin to their destination is found in trip assignment.
1.3 Traffic Assessment:
The links and intersections analysis will be undertaken for the existing condition, and the horizon year for AM
and PM peak periods. Signalized Intersection analysis will be undertaken using SYNCHRO software, and HCM
software for roundabout analysis and interchange ramp merge, diverge and weaving analysis.
1.4 Mitigation Scenario Testing:
Initial assessment of the traffic impact will identify any mitigation measures required, which will then be
assessed and tested for their strategic impact on traffic flow. However, it may be necessary to undertake
multiple options to ensure the most appropriate mitigation measures are chosen.
1.5 Transportation & Mobility Plan Report:
The findings of the transportation study will be presented in form of a precise and objective report in
consultation with the City. The draft report will address extensive evaluation of the transportation network and
the improvement schemes. The study report will contain a summary of the work performed, detailing
intersections and link operation analysis for current and future year scenarios, and provide, where necessary,
definitive mitigation measures.
2.1 Methodology Report
TMC will prepare the Traffic Study Methodology document and submit it to the City of Sanford for review and
approval. The methodology document will set out the procedures and assumptions to undertake the Traffic
Impact Study. The methodology report will cover the following topics:
• Project Background;
• Study Area and Sub Area Model Definition;
• Traffic Data Collection Methodology and Existing Conditions Analysis;
• Trip Generation Procedure and Assumptions;
• Future Traffic Forecast;
• Baseline Conditions and Future Year Assessment;
• Access and Circulation Assessment; and
• Mitigation Measures Development.
2.2 Preparation of Traffic Impact Analysis (TIA) Report
TMC will prepare and submit a comprehensive Traffic Impact Analysis (TIA) Report that complies with Seminole
County guidelines and procedures. The TIA report will cover the following sections:
2.2.1 Project Background
This section of the TIA report will provide a detailed description of the proposed study area, which will include
the location and size of the proposed development, the proposed land use and proposed access points of the
project.
2.2.2 Defining the Study Area
The location and size of the study area and the existing conditions determine its impact on the adjacent road
network and hence the limits of the study area. The study area associated with the project area should include
all site access points, roadway segments and intersections (signalized and un -signalized), where traffic
generated by the new development may have a significant impact.
2.2.3 Traffic Data Collection
TMC will review and verify the most up to date traffic information and any available traffic studies completed
by others in the vicinity or influence area of the project (study area). Data will be obtained from various sources
such as Seminole County and FDOT. The data will be filtered, reorganized and prepared in a format suitable as
input for computer analysis. TMC will also collect all information regarding public transportation from relevant
bodies.
TMC will also conduct a traffic count program designed to optimize field data collection for the project. TMC
will review the preliminary drawings, schematics and tables to develop an understanding of the road network
and traffic operations of the study area. Secondary data available from the City of Sanford and other relevant
sources will be collected and studied to identify data gaps and categorize their applicability to the proposed
study.
TMC will use the most recent technology for data collection and all the collected data will be checked both in
the field and in the office to ensure accuracy. The following traffic survey tasks will be undertaken:
Historical Data Collection
TMC will collect available data from relevant sources and identify any data gaps. The following is an overview
of the type of existing traffic data that we will attempt to collect:
• Records on previous traffic volumes and characteristics (composition, speed etc) and growth trend;
• Historical socio-economic characteristics will be collected from the relevant authorities or any
published studies for the projections of future traffic;
• Planning data for future developments and changes to the road network in the vicinity of the study
area;
• Turning movement count data at major existing intersections in the study area;
• Details of existing public transportation (PT) routes, frequency, and ridership in the study area;
• Data for signal timings, phasing plans & controller information in the study area;
• Any information relevant to parking requirements in the study area; and
• Crash Data for the available latest three years.
2.2.4 Traffic Surveys
The traffic surveys provide the backbone of the traffic study. The traffic surveys include the following:
Automatic Traffic Counts (AT—'s)
Automatic counts will be conducted to determine the peak periods for the study area. The counts will be
conducted over 24 hours periods using pneumatic tubes and/or traffic cameras. Counters will be installed across
each traffic lane to automatically record the traffic volumes. Holidays, special events days and nearby road
works will be avoided, in order to capture a normal daily traffic pattern.
Turning Movements Counts (TMC's) at Intersections
TMC will carry out a manual peak hour turning movement count for the AM and PM peak periods of the weekday
at all intersections within the impact study area of the project. It is appropriate to avoid the beginning and the
end of the work week to capture realistic traffic patterns. TMC will supervise the procedure to ensure
proficiency, accuracy and minimization of errors. The above information will be used to:
• Assess the use and function of the existing and proposed roads;
• Determine the ROW for roads and junctions; and
• Determine the existing and the forecasted Level of Service (LOS) for all major intersections and roadway
segments in the study area and the operating conditions under different peak periods.
2.2.5 Future Year Traffic Forecast
To project the future traffic demand on roadway links and junctions throughout the study area, TMC will utilize
annual growth rates or the CFRMP model to obtain future traffic volumes. The annual growth rates will be
developed based on historical traffic volume data for at least five (5) years, using regression analysis. These
growth rates will be applied to the existing traffic volumes (which will be collected by TMC Team), in order to
project the future year traffic volumes for the Horizon Year analysis. TMC may also use the future volumes
obtained from the CFRPM model to determine the horizon year background traffic volumes.
2.2.6 Existing & Future Year Roadway & Intersection Analysis
The existing and future traffic condition analysis will consist of identifying the physical and operational
characteristics of the transportation system using the Highway Capacity Manual Level of Service (LOS) guidelines
and standards. Intersection analysis for all major intersections over PM peak hour periods will be undertaken
using appropriate software tools. The following will be considered under this task:
Analysis Scenarios
In order to assess the impact of the proposed study area the road network versus the impact of background
growth, two different scenarios will be developed:
• No Build Scenario —considering only the network traffic growth; and
• Build Scenario —considering the study area and network traffic growth.
Analysis Measures
Analysis of link and capacity operation will be undertaken by considering:
• Level of Service (LOS);
• Delay; and
• Volume to Capacity (V/C) ratio.
2.2.7 Assessment of Site Access & Circulation
The TIS report will address project driveways and access points along adjacent roads and will contain the
following:
• Access Locations — in relation to the surrounding roadways and their dimensions;
• Traffic Circulation;
• Pedestrian Circulation;
• Sight Distance Assessment at Driveway(s) and Turning Corner(s);
• Service Vehicle Accessibility;
• Development Plans including Location of Buildings and their Entrances;
• Locations of Accesses (entries and exits).
2.2.8 Development of Mitigation Measures
The traffic impacts of the proposed project will be assessed and discussed with the City of Sanford in the first
stage. Mitigation measures such as physical or operational improvements, travel demand management
strategies or a combination of these and other strategies will then be recommended and tested. Finally, the
-- results of the mitigation analysis, including all improvement measures required by the development, will be
presented along with the estimated cost of these improvements.
TMC believes that a pro -active public involvement approach allows for a set of recommendations that are
technically sound while being accepted by local stakeholders and decision makers. At the beginning of each
assignment, we will identify the project's stakeholders and tailor an outreach program accordingly. We want to
manage expectations by sharing project information, early and often, while listening to comments and
suggestions. As we receive input, we will make sure that they are included in the technical evaluations. Just as
important is our ability to provide feedback on each suggestion, demonstrating what was kept and what was
dropped, and why. Without this interactive approach, misunderstandings can quickly spread, needlessly
complicating any project. Citizens expect to participate actively in the community decisions that will affect their
lives. TMC will rely on our extensive collection of communication tools, selecting the right tool for the right
occasion. When we need to reach a larger audience, holding interactive workshops will allow citizens to review
information and share ideas before key technical decisions are made. We expect to be available on a daily
basis, ready to respond to questions and requests for information. Citizens will be able to reach us by telephone,
email, and regular mail. Project information and updates will be shared through the City's website (with links
to other existing sites), newsletters, and social media. "Drop in" articles will be available so that updates may
be included in existing newsletters and e -blasts. This interactive approach ensures that there will be no surprises
as final recommendations are made, allowing projects to make a smooth transition into the next phases of
implementation.
§cape item "n" -Traff 1c, Engineering and Analysis
The TMC Team approaches a corridor analysis by engaging with the City of Sanford and stakeholders to establish
the goals and vision for the corridor under review. A comprehensive understanding of economic, land use,
transportation, and lifestyle trends on the corridor is an essential component of the analysis. Existing and
projected conditions on the corridor are then evaluated through a trends analysis of land use and population,
travel mode and behavior, and traffic flow. The TMC Team's advanced analytical tools are essential in these
efforts. Based on an understanding of the future vision of the corridor and the growth trends anticipated, the
CFRPM Travel Demand Model is modified to reflect the specific conditions within the study area. Transportation
needs, improvement plans, and other recommendations, including land use and policy guidance, are prepared
for the corridor. Where applicable and appropriate, typical cross sections and street treatments may be
established to help implement the vision of the corridor with respect to adjoining land uses. A public outreach
- and input process is implemented throughout the corridor analysis process to solicit information from and
disseminate plans to the public and all stakeholders.
E
The TMC Team has an experienced staff who direct and perform data collection services locally and statewide.
In 2016, TMC performed nearly 200 different data collection tasks varying in scope, type, size, jurisdiction, and
purpose. While most work was performed in the Central Florida area, tasks were executed throughout the State
of Florida. The experience of our field crews and the state-of-the-art equipment available to them ensure that
field data is accurate and specifically tailored to the needs of the job at hand. All data collection work orders
begin with an internal meeting, which follows the standard scope verifications with the City of Sanford, intended
to ensure that the field foreman has a full understanding of the work requested and the purpose of the data
being collected. We believe that when the field crew understands the purpose of the study, they are better
equipped to make any necessary field adjustments based on conditions encountered during the field execution
phase, which then result in accurate data and studies. All data collection techniques will be consistent and
compatible with the procedures and guidelines of FDOT. Upon initial completion of field work, the data is
checked for quality and reasonableness, analyzed, and placed in the appropriate report formats. All TMC data
reports are designed to be user friendly, with visual depictions of pertinent results (where applicable) and easy
to read summary and detailed reports. All traffic data reports include a header with identifying information
such as, work order number, date, time, type, location, technician's name, diagram(s), and weather conditions.
Should the City of Sanford desire to install a new traffic signal at an intersection experiencing heavy delays or
has safety issues, TMC can perform Signal Warrant Studies for such intersections. TMC will follow the guidelines
of the Manual on Uniform Traffic Control Devices (MUTCD, 2009 edition) for Signal Warrants. The investigation
of the need for a traffic control signal shall include an analysis of factors related to the existing operation and
safety at the study intersection and the potential to improve these conditions, and the applicable factors
contained in the following traffic signal warrants:
• Warrant 1, Eight -Hour Vehicular Volume
• Warrant 2, Four -Hour Vehicular Volume
• Warrant 3, Peak Hour
• Warrant 4, Pedestrian Volume
• Warrant 5, School Crossing
• Warrant 6, Coordinated Signal System
• Warrant 7, Crash Experience
• Warrant 8, Roadway Network
• Warrant 9, Intersection Near a Grade Crossing
A traffic control signal is considered warranted if one of the above warrants are met using either existing traffic
information only, or projected traffic in the event of future developments requesting a traffic signal at their
entrances. The Traffic Engineering Study for Signal Warrants should indicate that installing a traffic control
signal will improve the overall safety and/or operation of the study intersection, and it will not seriously disrupt
the progressive flow of traffic.
Traffic signals will be designed in accordance with the Manual on Uniform Traffic Control Devices (MUTCD, 2009
edition) to meet all applicable City of Sanford and FDOT standards. Following the completion of survey work to
determine the intersection's right-of-way (R/W), surface features and elements, and subsurface utilities, an
initial intersection layout will be prepared to establish the optimal design of the signal assembly. The layout will
consider all existing features, conflicts, and constraints at the intersection to minimize conflicts while meeting
the design requirements in accordance with MUTCD, FDOT, and City of Sanford standards. The signal poles
will be placed to the back of existing pedestrian paths, where possible, to preserve existing pedestrian facilities.
All signal heads will include yellow retro -reflective back -plates for improved visibility and enhanced safety.
Crosswalks will be placed perpendicular to the approach to minimize pedestrian crossing times. Pedestrian
features will be provided at all corners and approaches of the intersection. In addition to Americans with
Disabilities Act (ADA) compliant directional ramps, pedestrian poles will be installed at least ten feet apart.
Items installed on sidewalks will be installed in compliance with ADA standards. Through the survey and design
process, all existing utilities will be identified and verified to avoid utility conflicts where possible. In areas where
conflicts could not be avoided, the utility and conflicting information will be added to a Utility Conflict Matrix
that will be provided to the utility agency owner along with the 60% contract plans to assist them with their
Utility Work Schedule (UWS). Coordination with Seminole County will take place to determine the optimal and
preferred type of fiber optic interconnect and conduit preferences. Splice diagrams will be provided as part of
the signalization plans to show splicing connections. Initial signal timing settings will be established, including
yellow and red intervals per the requirements of the FDOT Traffic Engineering Manual. Maintenance of Traffic
(MOT) plans addressing the construction will be prepared in accordance with FDOT Index 102-600 series.
Survey and Utilities
Upon the initiation of each signal design work order, TMC will coordinate with City of Sanford to obtain the
required surveys and underground utilities within the intersection under design.
The TMC Team has the willingness, personnel and financial resources, and the talent to fulfill the requirements
under this work order -based Contract. Our Team is committed to perform all requisitioned tasks in a timely
manner, as necessitated by the City of Sanford. The TMC Team is available for any and all meetings at the
request of the City. Below is a summary of the TMC Team, along with their availability, assigned for this contract,
who will be dedicated and committed to serving the needs of the City of Sanford. The appropriate staff will be
assigned based on the scope of service for an individual work order. All key staff personnel will be authorized
to give and support information, both in written and oral presentation form, on behalf of the TMC Team.
Availability of Resources
100%
90%
80%
70%
60%
/j
a� /
o
0i
Ayman As-Saidi Mohammed Matthew Najemeddine Sahar AlSeidi
Abdallah Wilson hlabachi
Current Workload Availability to Project E Future Workload
TMJWCU�
Traffic & Mobility Consultants
Section C — Services Performed
At Traffic & Mobility Consultants, we offer our Public and Private clients the following services:
1. Transportation Planning
• Long Range Transportation Planning
• Sub -area / Corridor Planning
• Transportation Planning
• Comprehensive Planning
• Transportation Demand Modeling
• Sector Planning
• Cost / Benefit Analyses
2. Traffic Engineering
• Corridor Operations Analyses
• Signal Timing Coordination Plans
• Traffic Circulation Plans
• Design Traffic Projections
• Traffic Safety Studies / School Studies
• School Circulation Studies
• Traffic Calming Studies
• Signal Warrant Analyses
• Traffic Data Collection
• Parking Demand Analyses
• Parking Facility Layout & Circulation
3. Design
• Signalization Design
• Intersection Design
• Traffic Circle / Roundabout Design
• Driveway / Access Design
• Turn Lane Design
• Minor Roadway Design
• Maintenance of Traffic (MOT) Design
• Signing, Pavement Marking & Channelization
• ITS Design
4. Development Services
• Due Diligence Investigations
• Trip Generation Analyses
• Mobility Analyses
• Traffic Impact Studies
• Concurrency Mitigation Plans
• Developments of Regional Impact (DRI)
• Transportation Impact Fee Studies / Appeals
• Mobility Fee Studies / Appeals
• Site Access Plans
• DOT Permitting Services
Section D — Project Management & Responsiveness
TMC understands the importance of time management for the City of Sanford; therefore, it is imperative that
the Project Manager has a clear understanding of the needs of the City, its goals for this contract, and the
concept of efficient team and project management. Upon issue of NTP of any given work order under this
contract, the TMC Project Manager will allocate the applicable professional and project resources to ensure that
the job is completed in a timely manner and to the specification of the City.
TMC will immediately prepare a precise project schedule for the work order without sacrificing quality and
creativity. TMC will strive to reduce the delivery time on the project through effective communication, clear
instruction, and efficient resource management. Additionally, where feasible and practical, activities will be
stacked, and work will occur on various tasks in parallel, allowing for condensed timelines. Throughout the
process, The TMC Project Manager, Ayman Saidi, PE, will be the sole point of contact with the City and will
ensure the flow of communication with all team members. This will allow one conduit of communication
between the project staff and the City staff involved in this project.
The TMC approach to executing each work order will aim to maximize efficiency, creativity, and value while
minimizing repetition, time, and construction cost. We believe this can be achieved through:
1) Thorough understanding of project scope and goals
2) Effective management and communication
3) Efficient workflow infused with a focus on quality
During every step of this project we will be guided by these three fundamental elements.
takehoIder Coordination
Upon project initiation, the TMC team will identify and coordinate with local stakeholders, such as Seminole
County, FDOT, Lynx, Orange County and/or any of the adjacent counties to ensure that any changes to the
infrastructure and the proposed design plans are consistent with ongoing activities or future plans that may
affect the project at hand.
• Years of success, proven track records in the field of transportation planning and traffic engineering
throughout Central Florida and the beyond.
• Efficiency in design process, while maintaining safety.
• Effective Project Management Tools that ensures the City of Sanford the highest quality of engineering
work, while meeting the City's time schedule.
• Value Engineering is performed throughout the design process to ensure cost savings to the City.
The TMC team implements a QA/QC plan that involves multiple peer reviews, cross checks, and independent
review. The process involves a detailed review checklist and signature tracking process. All QC and peer reviews
are performed by independent qualified checkers who are registered Professional Engineers in the State of
Florida. Mohammed N. Abdallah, PE, PTOE will be responsible for ensuring a QC plan is executed and that QA
is delivered. A three-step project specific QC plan will be established at Notice to Proceed and throughout the
project and provided to City of Sanford for review and approval.
1) Origination Phase: All team members are provided task information sheets to outline the task at hand and
the elements of the task, including references, standards, files, criteria, data, and preferences associated
with the project element.
2) Checking Phase: All calculations, plans, and reports prepared for the project are subjected to iterative checks
and corrections process. The plans are checked independently by the PM and a second Project Engineer to
ensure accuracy and consistency. This process is complete when the plans meet the approval of the two QC
reviewers.
3) Concurrence Phase: The plans and all design documentation are checked by the Principal -in -Charge to
ensure that all QA/QC elements have been incorporated and that the plans generated are accurate and
consistent with the goals and scope of the project.
38
a. It is'noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined
below as may be determined by the project, conditions and exposure
> Certification Terms and Conditions
It is noted that the City has a contractual relationship with the named vendor, contractor or provider
(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or
other form of commitment by the City of Sanford, whether in writing or not and has no such contractual
relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure
that they have the insurance coverage specified by the City to meet all contractual obligations and
expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor
and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or
alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is
understood that the Contractor may satisfy relief to the City for such damages either directly or through
its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief
from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by case basis.
d. In the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 days prior to said expiration date.
e. All limits are per occurrence and must include Bodily Injury and Property Damage.
f. All policies must be written on occurrence form, not on claims made Form, except for
Professional Liability.
g. Self -Insured retentions shall be allowed on any liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy
as a cancellation notice recipient. Should any of the above described policies of Sanford
in accordance with the policy provisions.
i. All insurers must have an A.M. rating of at least A -VII.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and
after and are the responsibility of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be approved by the City of
39
City of Sanford Finance Department I Purchasing
olicit, tio
Division
# '4,
C,Y
300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
`RD
Sk�4FO
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
7;
7,
CONSULTANTS COMPETITIVE
rNANCE CEPAWMENT
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
a. It is'noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined
below as may be determined by the project, conditions and exposure
> Certification Terms and Conditions
It is noted that the City has a contractual relationship with the named vendor, contractor or provider
(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or
other form of commitment by the City of Sanford, whether in writing or not and has no such contractual
relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure
that they have the insurance coverage specified by the City to meet all contractual obligations and
expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor
and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or
alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is
understood that the Contractor may satisfy relief to the City for such damages either directly or through
its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief
from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by case basis.
d. In the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 days prior to said expiration date.
e. All limits are per occurrence and must include Bodily Injury and Property Damage.
f. All policies must be written on occurrence form, not on claims made Form, except for
Professional Liability.
g. Self -Insured retentions shall be allowed on any liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy
as a cancellation notice recipient. Should any of the above described policies of Sanford
in accordance with the policy provisions.
i. All insurers must have an A.M. rating of at least A -VII.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and
after and are the responsibility of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be approved by the City of
39
CITY or
Ski4FORD
City of Sanford Finance Department I Purchasing
DivisionNraae
300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
Jr.
'Joe, FINANCE DEPART AC
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Sanford, Risk Manager.
1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue);
Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax
407.688.5021.
m. All certificates of insurance, notices etc. must be provided to the above address.
n. In the description of the certificate of insurance please also add the solicitation number and
project name.
AFFI C-----
Ohammed N. Abdallah
Typed Name of AFFIANT
Principal, MGR
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 1 t day of —�� —1 20_b, by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC , who
personally swore or affirmed that lie/she is authorized to execute this document and thereby bind the Corporation, and who is RgLonaVy
known to me OR has produced" !A.� k&N)&LJas identification.
Sarah J Davenport
NOTARY PUBLIC
STATE OF FLORIDA
i -
(stamp) Comm#GG195212
(
J/�Vcr twiw` Expires 3/26/2022
0
Y
PUBLIC, State of
The City reserves the unilateral right to modify the insurance requiretnents setforth at any time during the process of solicitation
or subsequent thereto.
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
1�0Failure to submit this form may be grounds for disqualification of your submittal""
40
Policv Number:
Date Entered: 01/24/2018
®
ACC)iRVCERTIFICATE OF LIABILITY INSURANCE
k.�
DATE (MMIDOIYYYY)
r 7l30/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
RISKPRO Insurance Agency, LLC
901 Waterfall Way, Suite 407
y+
Richardson, Texas 75080
CONTACT
NAME:
PHONE ; {972) 235-3030 FAX No: (972) 235-3556
E-MAIL brunker@riskpro.us
ADDRES
COMMERCIAL GENERALUABIUTY
INSURERS AFFORDING COVERAGE NAIC #
INSURER A. Travelers Casualty and Surety Co AmeriC 31194
INSURED Traffic & Mobility Consultants, LLC
INSURERB:The Phoenix Insurance Company 25623
INSURER C: Hartford Casualty Insurance Company 29424
CLAIMS -MADE ®OCCUR
3101 Maguire Boulevard, Suite 265
INSURER O: a Travelers Indemnity Company 25658
Orlando, FL 32803
INSURER E:Travelers Indemnity Co of America 25666
INSURER F
DAMAGE TO RENTED PREMISES Eaoccurrence)S1,000,000
11FAT.luy-7.rN5. di y!11III =1 r4ir9=111illtsIIT, lcl= N=Tj R1 161011111 rUl"'Mim
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
tNSLTR
LTR
OF INSURANCE
ADOLTYPE
INSO
W D
POLICYNUMBER
MM@QY.EFF
INDO EXP
LIMITS
B
COMMERCIAL GENERALUABIUTY
EACH OCCURRENCE $2,000,000
CLAIMS -MADE ®OCCUR
680-3H332953-17-47
10/10/2017
10/10/2018
DAMAGE TO RENTED PREMISES Eaoccurrence)S1,000,000
MED EXP Anyone son) S 5,000
Primary &
PERSONAL &ADV INJURY $2,000,000
Non—contributory
GEMLAGGREGATE LINT APPLIES PER:
GENERAL AGGREGATE $4,000,000
POLICY ®jECT LOC
PRODUCTS -CONPfOPAGG $4+000,000
$
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LINT $1,000,000
Ea accident
_
BODILY INJURY (Per person) $
E
ANYAUTO
BA-9J757697-17—GRP
9/26/2017
09/26/2018
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
BODILY INJURY (Per accident) $
PROPERTY DAMAGE S
Per accident
S
D
UMBRELLA UAB
OCCUR
EACH OCCURRENCE $2,000,000
AGGREGATE $2,000,000
EXCESS UAB
CLAIMS -MADE
I
CUP-2id799463-17-47
10/10/2017
10/10/2018
DED I I RETENTION 5
S
I
`+
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERIEXECUTNE YfN
OFFICERIMEMBEREXCLUDS ®
(Mandatory In NH)
N/A
46 WEC AL6109
10/10/2017
10/10/2018
PER OTH-
TATUTE Eft
_
E.L.EACH ACCIDENT 51,000,000
1 000 000
E.L. DISEASE- EA EMPLOYEE $ + +
1,000 000
E.L. DISEASE - POLICY LIMIT S +
Byes. describe under
DESCRIPTION OF OPERATIONS below
A
Design Professional
106606126
10/10/2017
10/10/2018
Each Claim $2,000,000
Liability
Aggregate $2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space Is required)
City of Sanford as additional insured on general liability, commercial auto liability and umbrella liability as may be required by written contract but only as respects
operations of the named insured. in the event the referenced insurance policies should be cancelled prior to the expiration date, insurer will endeavor to mail (30j
days advanced written notice to the certificate holder however failure to do so will impose no liability whatsoever on the insurer, its agents or affiliates. (10) days .
for non-payment of premium.
Solicitation Number: RFQ 17118-33 Professional Consulting Services - CCNA
Coverage subject to all policy terms, conditions, exlcusions & endorsements.
Attn. Purchasing Manager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
PO Box 1788 {300 N. Park Avenue) THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Sanford, FL 32771
AUTHORIZED REPRESENTATIVE
CO 1983-2015 ACORD CORPORATION. All rights reserved
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
Produced usino Forms Boss Plus software. www.FormsBoss.com: Impressive Publishing 800-208-1977
Attachment "C"
Conflict of Interest Statement
A. I am the Principal MGR of Traffic & Mobility Consultants LLC with a local office in
(Insert Title] [Insert Company Name]
Orlando Florida and principal office in Orlando, Florida
B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA.
C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge.
D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and
time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated
hereby.
E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any
collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of
this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required
by this solicitation.
F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from
participation in this solicitation or any contract to follow thereafter by any government entity.
G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to
any other clients, contracts, or property interests in this solicitation or the resulting project.
H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City
Division/Department/Office.
I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected
for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the
City in writing.
By the signature(s) below, Uwe, thg undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "C",,C,41066 r&m Statement, is truthful and correct at the time of submission.
Name of AFFIANT
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 31'� day of L)k,4 , 20by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility/ Consultants LLC who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personall
kn me OR has producedj?� kM kas identification.
"I,
p _ Sarah J Davenporto NOTARY PUBLIC
STATE OF FLORIDA N PUBLIC, State of (stamp) wZ�I �; ~ Comm# GG195212
�xpWAIEW)MPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
I�P'Failure to submit this form may be grounds for disqualification of your submittal"'
till
City of Sanford I Finance Department ( Purchasing
Soltc ,
t
Division
; tumrbe
CITY OF
300 N. Park Avenue Suite 243 21" Floor, Sanford Florida 32771
qqgg�
CI
FORD
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
�,P o
CONSULTANTS COMPETITIVE
P►`ixe+.
FINANCE DEPARTMENT
NEGOTIATION ACT (CCNA)
Term Contract:
TITLE; PROFESSIONAL CONSULTING SERVICES
Attachment "C"
Conflict of Interest Statement
A. I am the Principal MGR of Traffic & Mobility Consultants LLC with a local office in
(Insert Title] [Insert Company Name]
Orlando Florida and principal office in Orlando, Florida
B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA.
C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge.
D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and
time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated
hereby.
E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any
collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of
this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required
by this solicitation.
F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from
participation in this solicitation or any contract to follow thereafter by any government entity.
G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to
any other clients, contracts, or property interests in this solicitation or the resulting project.
H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City
Division/Department/Office.
I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected
for an elected position within City of Sanford government.
J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the
City in writing.
By the signature(s) below, Uwe, thg undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "C",,C,41066 r&m Statement, is truthful and correct at the time of submission.
Name of AFFIANT
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 31'� day of L)k,4 , 20by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility/ Consultants LLC who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personall
kn me OR has producedj?� kM kas identification.
"I,
p _ Sarah J Davenporto NOTARY PUBLIC
STATE OF FLORIDA N PUBLIC, State of (stamp) wZ�I �; ~ Comm# GG195212
�xpWAIEW)MPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
I�P'Failure to submit this form may be grounds for disqualification of your submittal"'
till
Attachment "D" Non-Collusion/Lobbying Certification
A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting
Services- CCNA.
B. This sworn statement is submitted by Traffic & Mobility Consultants LLC whose business address is
[Name of entity submitting swom statement]
3101 Maguire Blvd, Suite 265, Orlando, FL 32803 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 46-0898461 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
C. My name is Mohammed N. Abdallah _ and my relationship to the above is Principal, MGR
[Please print name of individual signing]
D. NON -COLLUSION PROVISION CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association,
or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free
competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding
documents will make the bid nonresponsive and not eligible for award consideration.
E. LOBBYING CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that:
1. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council
Member of Congress in connection with the awarding of any City Contract.
2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence a member of City Council or an officer or employee of the City in connection with this contract,
the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance
with its instructions.
By the signature(s) Belo , we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "D" =np�_;hljj�e
W,jg"g Certification, is truthful and correct at the time of submission.
Typ6d Name of AFFIANT
Principal, MGR
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 3A�� day of �LA-H , 20_�B, by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC I who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally
kngmn4o me OR has'pro as identification.
, r.9Uj9AA'%
*0 NOTARY PUBLIC
STATE OF FLORIDA PUBLIC, State of 4a
(stamp)Comm#GG195212 "T Y
/ $Celv-5 Expi
nFMO&IMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
`O'Faillure to submit this form may be grounds for disqualification of your submittal'
42
City of Sanford I Finance Department I Put -chasing
Division
ITY F
CO
300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
�FORD D
S�
(
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPAIWANT
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "D" Non-Collusion/Lobbying Certification
A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting
Services- CCNA.
B. This sworn statement is submitted by Traffic & Mobility Consultants LLC whose business address is
[Name of entity submitting swom statement]
3101 Maguire Blvd, Suite 265, Orlando, FL 32803 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 46-0898461 (If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
C. My name is Mohammed N. Abdallah _ and my relationship to the above is Principal, MGR
[Please print name of individual signing]
D. NON -COLLUSION PROVISION CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association,
or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free
competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding
documents will make the bid nonresponsive and not eligible for award consideration.
E. LOBBYING CERTIFICATION.
The undersigned hereby certifies, to the best of his or her knowledge and belief, that:
1. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council
Member of Congress in connection with the awarding of any City Contract.
2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence a member of City Council or an officer or employee of the City in connection with this contract,
the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance
with its instructions.
By the signature(s) Belo , we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "D" =np�_;hljj�e
W,jg"g Certification, is truthful and correct at the time of submission.
Typ6d Name of AFFIANT
Principal, MGR
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 3A�� day of �LA-H , 20_�B, by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC I who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally
kngmn4o me OR has'pro as identification.
, r.9Uj9AA'%
*0 NOTARY PUBLIC
STATE OF FLORIDA PUBLIC, State of 4a
(stamp)Comm#GG195212 "T Y
/ $Celv-5 Expi
nFMO&IMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
`O'Faillure to submit this form may be grounds for disqualification of your submittal'
42
Attachment "E" Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFQ response.
In order to have a drug-free workplace program, a business shall:
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations
of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace,
any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
Z�
C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement
specified in the first paragraph.
D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or
contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is
available in the employee's community, by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions.
By the signature(s) below, I/ undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "E", J)y�uj;,T��=Certification, is truthful and correct at the time of submission.
TypedXfime of AFFIANT
Principal, MGR
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 1 day of 20 1 E3 by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally
own to me OR has produced
5p4k1-`1 V_wu�.*4 as identification.
y _& Sarah J Davenport
NOTARY PUBLIC NOt�� PUBLIC, State of �"-j
STATE OF FLORIDA
(stam �w
ri ETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable)
dOE '10-40PS 30ft
43
City of Sanford I Finance Department I Purcilasing
SotItafiou
Division
OF
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
S OpD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
'GCITY
FINANCE CEPARMIENTCONSULTANTS
COMPETITIVE
D�iue Fate
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "E" Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFQ response.
In order to have a drug-free workplace program, a business shall:
A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations
of such prohibition.
B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace,
any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
Z�
C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement
specified in the first paragraph.
D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or
contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is
available in the employee's community, by any employee who is so convicted.
F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions.
By the signature(s) below, I/ undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "E", J)y�uj;,T��=Certification, is truthful and correct at the time of submission.
TypedXfime of AFFIANT
Principal, MGR
Title
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 1 day of 20 1 E3 by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally
own to me OR has produced
5p4k1-`1 V_wu�.*4 as identification.
y _& Sarah J Davenport
NOTARY PUBLIC NOt�� PUBLIC, State of �"-j
STATE OF FLORIDA
(stam �w
ri ETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable)
dOE '10-40PS 30ft
43
Attachment "F"
Acceptance of Proposal Terms and Conditions
I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions
stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide
by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in
Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding
and acceptance of all the ten -ns and conditions set forth in this RFQ document or as otherwise agreed to between the parties
in writing.
Proposer/Contractor Name: Traffic & Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
Telephone Number: (497)5N-5332 Fax Number: (407)531-5331 E-mail Address: mna@traffiemobility.com
Mohammed N. Abdallah FEIN: 46-0898461
Printed Name
'principal, MGR July 31, 2018
Title Date
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 31ST' day of � UL -4 I 20AB, by
Mohammed N. Abdallah as Principal/MGR of Traffic & Mobility Consultants LLC , who
personally swore or affirmed that lie/she is authorized to execute this document and thereby bind the Corporation, and who is personally
known to me OR has produced 44,%.9 as identification.
IR 4 Sarah J Davenport a
NOTARY PUBLIC N TAR �UBLIC, State of 11 4A 214,
(stampSTATE OF FLORIDA
Comm# GG195212
. V/4 ExpirqPl0j?ME?COMPLE TE AND SUBMIT WITH YOUR RFQ RESPONSE
"P -Failure to submit this form may be grounds for disqualification of your submittal"O
City of Sanford I Finance Department Purchasing
Division
. .. .... . T''
R5 j be,
CITY OF
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
ORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
rNANCE DEWMAMT
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
''1""1-', . .... . . . ...... . ....
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "F"
Acceptance of Proposal Terms and Conditions
I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions
stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide
by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in
Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding
and acceptance of all the ten -ns and conditions set forth in this RFQ document or as otherwise agreed to between the parties
in writing.
Proposer/Contractor Name: Traffic & Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
Telephone Number: (497)5N-5332 Fax Number: (407)531-5331 E-mail Address: mna@traffiemobility.com
Mohammed N. Abdallah FEIN: 46-0898461
Printed Name
'principal, MGR July 31, 2018
Title Date
STATE OF Florida
COUNTY OF Orange
The foregoing instrument was executed before me this 31ST' day of � UL -4 I 20AB, by
Mohammed N. Abdallah as Principal/MGR of Traffic & Mobility Consultants LLC , who
personally swore or affirmed that lie/she is authorized to execute this document and thereby bind the Corporation, and who is personally
known to me OR has produced 44,%.9 as identification.
IR 4 Sarah J Davenport a
NOTARY PUBLIC N TAR �UBLIC, State of 11 4A 214,
(stampSTATE OF FLORIDA
Comm# GG195212
. V/4 ExpirqPl0j?ME?COMPLE TE AND SUBMIT WITH YOUR RFQ RESPONSE
"P -Failure to submit this form may be grounds for disqualification of your submittal"O
Attachment "G"
Addendum Receipt Acknowledgement Certification
The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each):
Addendum No. 1 Dated: June 5, 2018
Addendum No. 2 Dated: June 11, 2018
Addendum No. 3 Dated: July 20, 2018
Addendum No. 4 Dated: July 26, 2018
Addendum No. Dated:
By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission.
Proposer/Contractor Name: Traffic & Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
Telephone Number: (_M?1154k532 Fax Number: (407) 531-5331 E-mail Address: mna@trafficmobility.com
Mohammed N. Abdallah. FEIN: 46-0898461
Printed Name
July 31, 2018
Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
''Failure to submit this form may be grounds for disqualification of your submittal"110
B1
City of Sanford Finance Department I Purchasing
Division
CITY Or
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
SANFORD
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
MANCE DENUITMEW
CONSULTANTS COMPETITIVE
true tat.
NEGOTIATION ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "G"
Addendum Receipt Acknowledgement Certification
The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each):
Addendum No. 1 Dated: June 5, 2018
Addendum No. 2 Dated: June 11, 2018
Addendum No. 3 Dated: July 20, 2018
Addendum No. 4 Dated: July 26, 2018
Addendum No. Dated:
By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission.
Proposer/Contractor Name: Traffic & Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
Telephone Number: (_M?1154k532 Fax Number: (407) 531-5331 E-mail Address: mna@trafficmobility.com
Mohammed N. Abdallah. FEIN: 46-0898461
Printed Name
July 31, 2018
Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
''Failure to submit this form may be grounds for disqualification of your submittal"110
B1
crry OF
Ski4FORD
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
A through F included in Tab A, Firms Qualifications and Experience; and G through L include in
Tab "F" Additional Information.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #1 to IFB 17/18-33 Professional Consulting Services- (CCNA)
Traffic & Mobility Consultants LLC mnaCa)trafficmobility.com
Name of Firm/Company Contact Email
3101 Maguire Blvd, Suite 265 Orlando, FL 32803
Street Address City, State, Zip Code
(407)531-5332
Telephone Number
MTN =I,- II a 0 a
ignature
(407)531-5331
Fax Number
Principal, MGR
Authorized Person Title
July 31, 2018
Date of Signature
CITY OF
SkNFORD
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone. 407-688-5028 or 50301 Fax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I
just submit our qualifications for the project? If there are precert forms, can you direct me to
them? I'm not finding them on your website.
AT No additional documents to process for pre -certification. The committee will evaluate each
proposal based on the qualifications.
11. CLARIFICATIONS:
a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted
as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA.
b. Attachment "F" has been revised please complete and process with the proposal.
c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as
Additional Information.
d. GSA Form SF -330 has been broken down in sections, please follow Section 5 for instructions.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
Traffic & Mobility Consultants LLC mna@trafficmobility.com
Name of Firm/Company Contact Email
3101 Maguire Blvd, Suite 265
Street Address
(407)531-5332
Telephone Number
Orlando, FL 32803
City, State, Zip Code
(407)531-5331
Fax Number
Principal, MGR
Authorized Person Title
July 31, 2018
Date of Signature
CITY OF
Ski4FORD
FINANCE DEPARTMENT
City of Sanford I Finance Department
Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 50301 rax: 407-688-50211 Email:
RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA
A16. Please use Tab 'IF" Additional Information to add the additional disciplines.
Q17. Could you confirm that resumes and project description will only be required in SF -330 section I
and nowhere else in the proposal?
A17. Yes, however, insert in Tab "A" per Section 5.
11. CLARIFICATIONS:
a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been
provided, please review and executed and process with the proposal.
b. Read Section 5 for special instructions on SF 330 form.
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
Traffic & Mobility Consultants LLC mna@trafficmobility.com
Name of Firm/Company Contact Email
3101 Maguirp Blvd, Suitp 265 Orlando, FL 32803
Street Address City, State, Zip Code
(407)531-5332 (407)531-5331
Telephone Number Fax Number
3
Principal, MGR
Authorized Person Title
July 31, 2018
Date of Signature
City of Sanford I Finance Department
Purchasing Division
CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
Skj4ORD pure!!, vs!pg2sanfordlljov 94
FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL
CONSULTING SERVICES (CCNA)
Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the
Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this
Addendum with your submittal. Failure to comply may result in disqualification of your response.
Acknowledgment is hereby made of Addendum #4 to RFQ 17/18-33 Professional Consulting Services- (CCNA)
Traffic& Mobility Consultants LLC frinaCaWaffic!"flobility.com
Name of Firm/Company Contact Email
3101 Maguire Blvd, Suite 265 Orlando, FL 32803
Street Address City, State, Zip Code
(407)531-5332 (407)531-5331
Telephone Number Fax Number
Mohammed N. Abdallah Principal, MGR
Authorized Persoe, Authorized Person Title
July 31, 2018
Date of Signature
Attachment "H" Organizational Information
The proposer must include a copy of their State Certificate of Good Stand ing/Articles of Incorporation, which lists the corporate officers.
In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing
this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include:
A. A copy of the Articles of Incorporation listing the approved signatories of the corporation.
B. A copy of a resolution listing the members of staff as authorized signatories for the company.
C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company.
TYPE OF ORGANIZATION
City of Sanford Finance Department I P6rchasi ng
aicttton
Division
CITY OF
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
S.ki4FORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DE!"AnTMENT
—Other
CONSULTANTS COMPETITIVE
NEGOTIATION
Florida
Principal Place of Business
(Enter Address)
ACT (CCNA)
Term Contract
TITLE: PROFESSIONAL CONSULTING SERVICES
Attachment "H" Organizational Information
The proposer must include a copy of their State Certificate of Good Stand ing/Articles of Incorporation, which lists the corporate officers.
In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing
this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include:
A. A copy of the Articles of Incorporation listing the approved signatories of the corporation.
B. A copy of a resolution listing the members of staff as authorized signatories for the company.
C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company.
TYPE OF ORGANIZATION
(Please place a check mark (V) next to a licable type)
Corporation
Partnership
I jNan-Profit
Joint Venture
Sole Proprietorship
—Other
(Please specify) LLC
State of Incorporation
Florida
Principal Place of Business
(Enter Address)
3101 Maguire Blvd, Suite 265
Orlando, FL 32803
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment "H11, Organizational Information, is truthful and correct at the time of submission.
Proposer/Contractor Name: Traffic& Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
TelephoneNurr1b S 32 Fax Number: (407)531-5331 E-mail Address: mna@trafficmobilitV.com
Title
Mohammed N. Abdallah FEIN: 46-0898461
Printed Name
July 31, 2018
Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE
`Failure to submit this form may be grounds for disqualification of your subtnittal'�1
46
Florida Department of State
Division of Corporations
Electronic Filing Cover Sheet
-Note: Please print this page and use it as a cover sheet. Type the f&x audit
number (shown below) on the top and bottom of all pages of the docturicriz.
(((H17000235274 3)))
111 Illl 111111111111111111111 Ill 1111111111111111111111111111111111111111111111111111111111
III 70002352743AeC,
Note: DO NOT hit the REFRESIVRELOAD button
on your browser from
this page. Doing so will generate another
cover shccl.
To:
V;vision of Corivorations;
Fax 1junber (050)617-6383
From:
Account came XAN*-Ir AND KOLTM4, ATTORNEYS AT LAII
Account Number
120080000039
Phone (407)661-2177
FIX Nulrber
"Enter the entail address for this business entity to be used fcr future
annual
report mailings. anter only one email address please.**
F,ma-,l AddrQs--.- dulGekancandkoltun.com
LLC AMND[RESTATE/CORRECT
OR M/MG RESIGN
TRAFFIC & MOBILITY CONSULTANTS LLC
Certificate of Status 0
co Certified Copy 0
...........
!Page Count 04
mated Charge S25.00 1
On
Electronic Filing Menu Corporate Filing Menu Help
K SALY
SEP 19 2017
09/18/2017 70:23 4076606e3i KANE E K01-TUJ PAGE 02/04
1117000235274 3 /,Lg 4t�
A
AMENDED ANDRESTATED
ARTICLES OF ORGANIZATION r
OF
TRAFFIC & MOHILITV CONSULTAINTS, LLC
Pursuant to the provisions of Chapter 605.0202, Florida Statutes, the following
constitutes the amended and restated Articles of Organization of Traffic & Mobility:
Consultants LIC. I
SECTION I - NAME Ar, T Y".lrlr Y
The name of the limited liability company is: Traffic &Mobility Consultants LIC
SECTION 11 -.DATE OF FILING OF ARTICLES O F ORGANIZATION
ARTICLES
The Articles of Organization were filed on August 31, 2012.
SECTION 111- AIVIENDMENTTOAND RESTATEMENT
OF THE AIZTTrl,Pq OF ORGANIZATION
The following constitutes the amendment and restatement of the Articles of
Organization of Traffic & Mobility Consultants LLC:
AR'T'ICLE I - NAMIE OF LIMITED LIABTLITV COIV[PAINY
The name of the limited liability company is Traffic & Mobility Consultants LLC
(the "Company-).
ARTICLE It - PERIOD OF DURATION
The COmpany shall exist perpetually,
H 17000235274 3
0'5/18/2017 10:13 4076606a31 KAIFE 3 KOLTU-J PAGE 03/04
111700023-5274 3
.4,
ARTICLE [it - NWLING ADDRESS AND STREET ADDRESS 00 ,it, 01 4
OFFICETHE PRI ICIpAL OF THE LYMI TED LIABILITY CQMPANY
The mailing address of the Company is 3101 Maguire Boulevard, Suite 265.
Orlando, Florida 32803, and the street address of the principal Office of the Company is
3 101 Maguire Boulevard, Suite 265, Orlando, Florida 32803.
ARTICLE A" - NAME AND STREET ADOPUESS OF
REGIS'T'ERED AGENT
The name of the initial registered agent of the Limited Liability Company is Jefrrey M.
Kohun. The street address of the initial registered agent is 150 Spartan Drive, Suite 100,
Maitland, Florida 32751.
Having been named as registered agent and to accept smice of process for the
Company at the place designated in this ccrtificate. I hereby accept the appointment as
registered agent and and agree-
, to act in this capacity. I Furthcr agree to comply with the
provisions of all statutes relating .0 t the e proper and complete performance of my duties, and
I am familiar with and accept the obligations Of1my position as rePistered 1-1,ent provided
for in .Ft;,L rne, . Florida�rzdas
Statutes.
-2-
H17000235274 3
09118/2017 10:13 4076606031 KANE & KOLTUN PAGE N164
ARTICLE V1 - PURPOSE
The C:OMPa,-i,,,.-- is organized for the purpose of transacting any or all lawful business
for which limited liability companies may be organi7cd under Chapter 605 of the Florida
Limited Liability Company Act.
fN WIT -NESS M4EREOF, the undersigned authorized representative has executed
the Amended and Restated A ri icles of Organization on August 31.2017.
1.-41017-
-3-
-3-
8
R 17000235274 3
H 17000235274 3
AKI-ICL,LV - MANAGEN-JENT
-4;iA S
The name and address of each person
authorized to
manage- and control the
Limited Liability Company are as follows:
Name and Address
ihig
Mohammed N. Abdallah
Manama r
3) 01 Maguire Boulevard. Suite 265
Orlando. Florida 32803
Corrina R. Greico
Manager
3 101 Maguire Boulevard, Suitc 265
Orlando, Florida 32803
ARTICLE V1 - PURPOSE
The C:OMPa,-i,,,.-- is organized for the purpose of transacting any or all lawful business
for which limited liability companies may be organi7cd under Chapter 605 of the Florida
Limited Liability Company Act.
fN WIT -NESS M4EREOF, the undersigned authorized representative has executed
the Amended and Restated A ri icles of Organization on August 31.2017.
1.-41017-
-3-
-3-
8
R 17000235274 3
2018 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT
DOCUMENT# L12000112116
Entity Name: TRAFFIC & MOBILITY CONSULTANTS LLC
Current Principal Place of Business:
3101 MAGUIRE BOULEVARD
SUITE 265
ORLANDO, FL 32803
Current Mailing Address:
3101 MAGUIRE BOULEVARD
SUITE 265
ORLANDO, FL 32803 US
FEI Number: 46-0898461
Name and Address of Current Registered Agent:
KOLTUN, JEFFREY M
150 SPARTAN DR.
SUITE 100
MAITLAND, FL 32751 US
FILED
Mar 15, 2018
Secretary of State
CC2301088520
Certificate of Status Desired: Yes
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE:
Electronic Signature of Registered Agent
Authorized Person(s) Detail
Title MGR
Name ABDALLAH, MOHAMMED N
Address 3101 MAGUIRE BOULEVARD
SUITE 265
City -State -Zip: ORLANDO FL 32803
Title
MGR
Name
GREICO, CORRINA R
Address
3101 MAGUIRE BOULEVARD
SUITE 265
City -State -Zip:
ORLANDO FL 32803
Date
I hereby cartfly that the Information Indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am a managing member or manager of the knited flabirny company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and
that my name appears above, or on an attachment with air other like empowered.
SIGNATURE: CORRINA R GREICO MG2R 03/15/2018
Electronic. Signature of Signing Authorized Person(s) Detail Date
Business Owner
TRAFFIC & MOBILITY CONSULTANTS LLC
1, Business type(s):
Business Location
Description Year
3101 MAGUIRE BLVD
PkOFES 8011 PROF
E§ FIRWOFFICE 2018
V
U n "Led
V
A
®
CITY OF N
2d'Arma 0 R L A N D 0
PERMITTING SERVICES
Local Business Tax Receipt
City Hall, 400 South Orange Avenue, First Floor
Post Office Box 4990
Orlando, Florida 328024990
Phone: 407.246.2204 Fax: 407.246.3420
Email: BusinessTax@cityofodando,net
Prompt! Interactive Voice Response System. 407.246.4444
Visit our website: cilyoforlando.net/permits
NOTICE -THIS TAX RECEIPT ONLY EVIDENCES
r4ftNORLANDO
PAYMENT OF THE LOCAL BUSINESS TAX
PERMITTING SERVICES
PURSUANT TO CH.205, FLORIDA STATUTES. IT
Local Business Tax Receipt
DOES NOT PERMIT THE HOLDER TO OPERATE IN
VIOLATION OF ANY CITY, STATE, OR FEDERAL
(Formerly known as "Business License
LAW. CITY PERMITTING MUST BE NOTIFIED OF
changed per state law HB1269-2006)
ANY MATERIAL CHANGE TO THE INFORMATION
FOUND HEREIN BELOW. THIS RECEIPT DOES
NOT CONSTITUTE AN ENDORSEMENT OR
Business Name:
APPROVAL OF THE HOLDER'S SKILL OR
TRAFFIC & MOBILITY CONSULTANTS LLC
COMPETENTCY.
3101 MAGUIRE BLVD
SUITE 265
ORLANDO, FL 32803
Case Number. BUS -0045674
Issued Date: 09103/2017
Expiration Date: 9/30/2018
Business Owner
TRAFFIC & MOBILITY CONSULTANTS LLC
1, Business type(s):
Business Location
Description Year
3101 MAGUIRE BLVD
PkOFES 8011 PROF
E§ FIRWOFFICE 2018
V
U n "Led
V
A
®
CITY OF N
2d'Arma 0 R L A N D 0
PERMITTING SERVICES
Local Business Tax Receipt
City Hall, 400 South Orange Avenue, First Floor
Post Office Box 4990
Orlando, Florida 328024990
Phone: 407.246.2204 Fax: 407.246.3420
Email: BusinessTax@cityofodando,net
Prompt! Interactive Voice Response System. 407.246.4444
Visit our website: cilyoforlando.net/permits
P
CITY OF
to'-Nh ORLANDO
PERMI'l-rNGSERVICES
Local Business Tax Receipt
(Formerly known as "Business License
changed per state law HBI 269-2006)
Business Name:
MOHAMMED N ABDALLAHJTRAFFIC
3101 MAGUIRE BLVD
SUITE 265
ORLANDO, FL 32803
NOTICE -THIS TAX RECEIPT ONLY EVIDENCES
PAYMENT OF THE LOCAL BUSINESS TAX
PURSUANT TO CH.205, FLORIDA STATUTES. IT
DOES NOT PERMIT THE HOLDER TO OPERATE IN
VIOLATION OF ANY CITY, STATE, OR FEDERAL
LAW. CITY PERMITTING MUST BE NOTIFIED OF
ANY MATERIAL CHANGE TO THE INFORMATION
FOUND HEREIN BELOW. THIS RECEIPT DOES
NOT CONSTITUTE AN ENDORSEMENT OR
APPROVAL OF THE HOLDER'S SKILL OR
COMPETENTLY.
Case Number: BUS -0034717
Issued Date: 09/0312017
1A Expiration Date: 9/30/2018
Business Owner
TRAFFIC & MOBILITY CONSULTANTS LLC
\ Business type(s):
Business Location -A
Description Year
3101 MAGUIRE BLVD
PROFES 8005ENGINEER2018
I
#71
.......
- 7ij
se
...
Phone: 407.246.2204 Fa)c407,246.3420
Email: BusinessTax@cityofodando.net
Prompt! Interactive Voice Response System: 407.246,4444
Visit our website: cityoforlando.net/permits
Business Owner
TRAFFIC & MOBILITY CONSULTANTS LLC
Business type(s):
l 9r
Business Location
3101 MAGUIRE BLVD
Description Year
PROFES 8005 ENGINEER 2018
... . .... ...
PERMITTING SERVICES
Local Business Tax Receipt
City Hall, 400 South Orange Avenue, First Floor
Post Office Box 4990
Orlando, Florida 328024990
Phone: 407.246.2204 Fax: 407.246.3420
Email: BusinessTax@cityofodando,net
Prompt! Interactive Voice Response System: 407.246,4444
Visit our website: cityoforlando.net/permits
2017-2018
CITY OF
N0110E-THIS TAX RECEIPT ONLY EVIDENCES
ARNORLANDO
PAYMENT OF THE LOCAL BUSINESS
PERMITTINGSERVICES
PURSUANT TO CH 205, FLORIDA STATES. IT
DOES NOT PERMIT THE HOLDER TO OPERATE IN
Local Business Tax Receipt
VIOLATION OF ANY CITY, STATE, OR FEDERAL
(Formerly known as "Business License
LAW. CITY PERMITTING MUST BE NOTIFIED OF
changed per state law HB11269-2006)
ANY MATERIAL CHANGE TO THE INFORMATION
FOUND HEREIN BELOW. THIS RECEIPT DOES
NOT CONSTITUTE AN ENDORSEMENT OR
Business Name:
APPROVAL OF THE HOLDER'S SKILL OR
COMPETENTCY.
MATTHEW J WILSON/TRAFFIC
3101 MAGUIRE BLVD
SUITE 265
ORLANDO, FL 32803
Case Number: BUS -0045676
Issued bate: 09/0312017
Expiration Date: 9/30/2018
Business Owner
TRAFFIC & MOBILITY CONSULTANTS LLC
Business type(s):
l 9r
Business Location
3101 MAGUIRE BLVD
Description Year
PROFES 8005 ENGINEER 2018
... . .... ...
PERMITTING SERVICES
Local Business Tax Receipt
City Hall, 400 South Orange Avenue, First Floor
Post Office Box 4990
Orlando, Florida 328024990
Phone: 407.246.2204 Fax: 407.246.3420
Email: BusinessTax@cityofodando,net
Prompt! Interactive Voice Response System: 407.246,4444
Visit our website: cityoforlando.net/permits
'cott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida
Is local business tax receipt is In addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other
vful authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty Is added October 1.
2017 EXPIRES 9130/2018 3004-1107193
3004 ENGINEER $30.00
TOTAL TAX $30.00 ABDALLAH MOHAMMED N
PREVIOUSLY PAID $30.00
TOTAL DUE $0.00
TRAFFIC & MOBILITY CONSULTANTS LLC
ABDALLAH MOHAMMED N
3101 MAGUIRE BLVD #265
ORLANDO FL 32803
3101 MAGUIRE BLVD #265
A - ORLANDO, 32803
PAID: $30.00 0099-00802231 9/1/2017
cott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida
is local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other
vful authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty Is added October 1.
2017 EXPIRES 9/30/2018 3004-1107193
3004 ENGINEER $30.00
I
TOTAL TAX $30.00
PREVIOUSLY PAID $30.00 m oA ALLAH MOHAMMED N
TOTAL DUE $0.00
AFFIC & MOBILITY CONSULTANTS LLC
ABDALLAH MOHAMMED N
3101 MAGUIRE BLVD #265 3101 MAGUIRE BLVD #265
A - ORLANDO, 32803"o ORLANDO FL 32803
Y L'N"
PAID: $30.00 0099-00802231 911/2017
This receipt Is official when validated by the Tax Collector.
-I
ks tate of Florida
Department ofState
I certify from the records of this office that TRAFFIC & MOBILITY
CONSULTANTS LLC is a limited liability company organized under the laws
of the State of Florida, filed on August 31, 2012, effective August 30, 2012.
The document number of this limited liability company is L12000112116.
I further certify that said limited liability company has paid all fees due this
office through December 31, 2017, that its most recent annual report was filed
on January 12, 2017, and that its status is active.
Given tinder iny hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Tivelveth day of Jan nary, 2017
Secretaty of State
Tracking Number: CC7489174080
To authenticate this certificate,visit the following site,enter this number, and then
follow the instructions displayed.
https:llservices.sunbiz.org/Filings/CertificateOfStatus/Certific,iteAuthentic,ition
Floridaoard of Professional Engineers
2639 North Monroe Street, Suite B412
Tallahassee, FL 32303-5268
Traffic & Mobility Consultants LLC
3101 MAGUIRE BOULEVARD,
SUITE 265
ORLANDO, FL 32803
Each licensee is solely responsible for notifying the Florida Board of Professional Engineers
in writing the licensee's current address.
Name changes require legal documentation showing name change. An original, a certified
copy, or a duplicate of an original or certified copy of a document which shows the legal name
change will be accepted unless there is a question about the authenticity of the document
raised on its face, or because the genuineness of the document is uncertain, or because of
another matter related to the application.
At least 90 days prior to the expiration date shown on this license, a notice of renewal will be
sent to your last known address. If you have not yet received your notice 60 days prior to the
expiration .date, please call (850) 521-0500, or write, Florida Board of Professional Engineers,
2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail:
board@fbpe.org. Our website address is http://www.fbpe.org.
'Oda
t!i tat F1
14
2*S1,1 Ell,
Boardb gmeers
4
t 8 '1
TraffiCl
"AFBPE
FLORIDA HOA1400f
Is authorized under the provisions atu s, to offer engineering services
to the public through a Professional d 1341 Chapter 471, Florida Statutes.
Expiration: 2/28/2019
CA I.Ac. No:
Audit No: 228201902966 R
30024
State of Florida
Hoard of Professional Engineers
2639 North Monroe Street, Suite H-112
'r' Z Tallohossm FL 32303..52613
Traffic & Mobility Consultants LLC
1507 S HIAWASSEE ROAD
SUITE 211
ORLANDO, FL 32835
Each licensee is solely responsible for notifying the Florida Board of Professional Engineers
in writing the licensee's current address.
Name changes require legal documentation showing name change. An original, a certified
copy, or a duplicate of an original or certified copy of a document which shows the legal name
change will be accepted unless there is a question about the authenticity of the document
raised on its face, or because the genuineness of the document is uncertain, or because of
another matter related to the application.
At least 90 days prior to the expiration date shown on this license, a notice of renewal will be
sent to your last known address. If you have not yet received your notice 60 days prior to the
expiration date, please call (850) 521-0500, or write, Florida Board of Professional Engineers,
2639 North Monroe Street, Suite B-1 12,Tallahassee, FL 32303-5268 or e-mail:
board@fbpe.org. Our website address is http://www.fbpe.org.
W
V-1
is authorized under the
to the public through a
Expiration: 2/28/2017
Audit No: 228201702637
ffl
FBPE
FLORIDA 130ARO Of
M*1V40NV FWAINI I Its
to offer engineering services
)ter 471, Florida Statutes.
CA Uc. No:
30024
Store of Florida
Sward of Professional Engineers
2639 North Monroe Street, Suite &112
Tallahassee, Ft 32303-5268
Mohammed Nazih Abdallah
3101 MAGUIRE BOULEVARD
SUITE 265
ORLANDO, FL 32803
State of F i&& ,&;
Board of Professional Engineers
Attests that
Mohammed Nazill Abdallah, P.E.
Is licensed as a Professional Engineer ander Chapter 471, Florida Statutes
XVb-d-=Jz"9 M Lc N.:
A -M Na ZZ3201"W16 56M
FBpf- no longer requires that continuing education
be reported by the provider. Instead licensees will be
subject to a random audit no more than every four (4)
years, If you are selected for the random audit, you
must provide verification of one (1) hour of Florida
laws and rules, one (1) hour of professional ethics,
four (4) hours of area of practice and twelve (12) hours
in any topic pertaining to the practice of engineering,
all taken prior to February 28, 2017. (See s. 471.017,
Fl. Stat.) Any CF, hours taken after February 28, 2017
will result in a S100 delinquent fee and your license
being placed in a delinquent status until the additional
fee is paid,
da
�Aatt,:.11 Q,f ...Flon
"oard of Profibssional Ener'
sineers
,Attests that
Mohamm"e'dNaz,ihAbdallah,P.E.
A!
Is licensed as a Professional En'
girl:eir"'tin'der Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E. Lic. No:
Audit No: 228201919916 R 56169
State of Florida
Board Of Professional Engineers
2639 North Monroo Street, Suite B-112
Tallahassee, FL 32303-5268
Mohammed Nazih Abdallah
1507 S. HIAWASSEE ROAD
SUITE 212
ORLANDO, FL 32835
I a
Bopi&to sioxtal Ean i igers
eta xtr4tt
71"
Is licensed as 1, orida Statutes
R-p"d— V2 PX. 1J. Na
A." Na M201713354 56169
C-1 L
Boarl',
J
Mohtia
R11
Is licensed as a Profen
Expiration: 2/28/2017
Audit No: 228201718854
INIMICI
Pursuant to a change in Rule 61G15-22.006, F.A.C., FBPE no longer
requires that continuing education be reported by the provider. Instead
licensees will be subject to a random audit no more than every four (4)
years. If you are selected for the random audit, you must provide
verification of four (4) hours of Area of Practice and four (4) hours of
Florida Laws & Rules, all taken prior to February 28, 2015. Any CE
hours taken after February 28, 2015 will result in a $100 delinquent fee
and your license being placed in a delinquent status until the additional
fee is paid.
State of-,Florioda
Board ®f Prof6ssional Engineers
Attests that
Matthew assn ilson
P.E.
Is licensed as a Professional En ioi ber udder Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E. Lic. No:
Audit No: 228201921057 R 7'1605
_
D OT��
Florida Department q�Transportation
�
— mcsScorr � �
605 Suwannee Street
cmvuumoo
Tallahassee, F1, 32399-0450
April 2O.2017
Mohammed AbdaUah.Principal
TRAFFIC & MOBILITY CONSULTANTS, LLC
3101 Maguire Bou|smmnd' Suite 265
Orlando, Florida 328O3
Dear Mr. AbdaUah:
RACHEL uCONE
INTERIM SECRETARY
The Florida Department of Transportation has reviewed your application for qualification
package and determined that the data submitted is adequate to technically qualify your firm for
the following types of work:
Group -TraffioEngineehngondOperatonuStudies
61 -TroffioEngneerngGtudies
6.2 -TraffiuSignal Timing
6.3.1 - Intelligent Transportation Systems Analysis and Design
Group -TrofUcOparatnneDesign
7.1 - Signing, Pavement Marking and Channelizatnn
7.3 -Signa|izskion
Group 13 -P|anning
13.4
-8ysterns Planning
13.5
-Guborea/ConidorP|anning
13.6
-LandP|onning/Engineehng
13.7
-TnanapnrtotimnStoUaUce
Your firm isnow technically qualified topursue work for the Department for minor projects
only, enabling your firm to compete for Professional Services projects with foes estimated at
below $5O0,O00.UO.This status shall bevalid until April 20, 2018 for contracting purposes.
Home/Branch Overtime
Office Premium Direct Expense
Indirect Cost 121.80% Reimbursed 1.0396(Hnrno)
Should you have any questions, please feel free to contact me by email at
oadieyn.kel|@b]oLatade.fl.ueorbvphone sU85O-414-4587.
_Sincerely,
6 le'v &r � W
- Kell
Professional Services
[]ue|hi:sdinn Administrator
Form
(Rev, November 2011)
Department of the Treasury
internal Ravenue Service
on your
Mainnin. TRIPTI-M M-111M,117M. I t
t+ Go to www.irs.gov/FormW9 for instructions and the latest information.
required on
name, it ornerent trom above
bianx.
y3 Check appropriate box for federal tax classification of the person whose name is entered on fine 1. Check only one of the
R following seven boxes.
CL
o ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trustlestate
C single -member LLC
a e
.i;' � ❑Lmited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► S
p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
a o another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC the
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
N
❑ Other (see instructions) t*
to 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name
3101 Maguire Boulevard, Suite 265
Zi
6 City, state, and ZIP code
Orlando, FL 32803
7 List account numbers) here (ootionalt
Give Form to the
requester. Do not
send to the IRS.
4 Exemptions (codes apply only to
certain entities, not individuals; see
instructions on page 3):
Exempt payee code (f any)
Exemption from FATCA reporting
code (if any)
(Appbos to accamts m Wafied a tsida the U.S.J
id address (optional)
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number
backup withholding. For individuals, this is generally your social security number (SSN). However, fora _ m -
resident alien, sole proprietor, or disregarded entity, see the instructions for Part i, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
71N, later.
or
Note: if the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number
Number To Give the Requester for guidelines on whose number to enter. M I0-1��
4 6- 0 8 9 8 4 6 1
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. t am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that i am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3.1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (f any) )ndicafing that I am exempt from FATCA reporting is correct.
Certification instructions, You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your jq return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancel 'tigh of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not rept ittie o sign the certification, but you must provide your correct TIN. See the instructions for Part Il, later.
Sign ISignature of 07/16/201$
Here U.S. person ► Date
General Instructions
Section references are to the Internal Revenue GLode unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.govlFonnIM9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (AMN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099 -INT (interest earned or paid)
• Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
It you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
CaL No. 10231X Form W-9 (Rev. 11-2017)
1. SOLICITATION NUMBER (ffany)
ARCHITECT -ENGINEER QUALIFICATIONS I RFQ 17/18-33
PART 11 - GENERAL QUALIFICATIONS
(If a firm has branch offices. COMDIete for each snecific branch office seekina work.)
2a. FIRM (or Branch Office) NAME
Traffic & Mobility Consultants LLC
9. EMPLOYEES BY DISCIPLINE
3. YEAR ESTABLISHED
2012
1 4. UNIQUE ENTITY IDENTIFIER
04-406-9687
2b. STREET
3101 Maguire Blvd, Suite 265
Total
5. OWNERSHIP
a. TYPE
Limited Liability Company
2c. CITY
Orlando
2d. STATE 12e.
FL
ZIP CODE
32803
b. SMALL BUSINESS STATUS
NAICS 541330
6a. POINT OF CONTACT NAME AND TITLE
Ayman H. As-Saidi, PE, Director of Engineering, Project Manager
(1)FIRM (2)BRANCH
7. NAME OF FIRM (If Block 2a is a Branch Office)
6b. TELEPHONE NUMBER
(407) 531-5332
6c. E-MAIL ADDRESS
laha@trafficmobility.com
3
8a. FORMER FIRM NAME(S) (Itany)
08
8b. YEAR ESTABLISHED
8c. UNIQUE ENTITY IDENTIFIER
$2 million to less than $5 million
60
Transportation Enqineer
I
Other Employees
9. EMPLOYEES BY DISCIPLINE
10. PROFILE OF FIRM'S EXPERIENCE
Total
AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Funcfion
b. Discipline
c. Number of Employees
1
a. Profile c. Revenue Ii
b. Experience Number
Code
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
(1)FIRM (2)BRANCH
Code tsee helot
02
Administrative
3
T03 Traffic & Transportation Engineer 5-
08
CADD Technician
1
$2 million to less than $5 million
60
Transportation Enqineer
5
T
Other Employees
Total
9
1 1
1
11. ANNUAL AVERAGE PROFESSIONAL
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS
1.
Less than $100,000
6.
$2 million to less than $5 million
(Insert revenue index number shown at right)
2.
$100,000 to less than $250,000
T
$5 million to less than $10 million
a. Federal Work 2
1
$250,000 to less than $500,000
8,
$10 million to less than $25 million
b. Non -Federal Work 5
4.
$500,000 to less than $1 million
9.
$25 million to less than $50 million
c. Total Work 5
5.
$1 million to less than $2 million
10.
$50 million or greater
12. AUTHORIZED REPRESENTATIVE
The
foregoing is a statement of facts.
a. SIGNATU
b. DATE
107/31/2018
c
Mmeg Abdallah, Principal, MGR
STANDARD FORM 330 (REV. 8/2016) PAGE 6
CITY OF
FORD
FINANCE DEPARTMENT
SECTION 00462
Answer the following questions byanswering "YE8"or"NO" |fyou answer "YEG".please explain
in the space provided, please add a page(s) if additional space is needed.
1. Has your firm, orany ofits officers, received areprimand ofanynotunaorbeenauepended
by the Department of Professional Regulation or any other regulatory agency or
professional association within the last five (5) years? NO _ (Y/N)
2. Has your firm, or any member ofyour firm, been declared in default, terminated or
removed from o contract or job related to the services your firm provides in the regular
course of business within the last five (5) years? NO _ (Y/N)
3. Has your firm had filed against itmfiled any requests for equitable adjustment, contract
claims orlitigation inthe past five (5)years that igrelated tothe services your firm provides
in the regular course ofbusiness? YES (Y/N) Note: K yes, the explanation
must state the nature of the request for equitable adjustment, contract claim or litigation,
a brief description of the case, the outcome or status of suit and the monetary amounts or
extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement
or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further
consideration of the project identified.
I I . - 0 6 wo, _1 - �=
resentative
Mohammed N. Abdallah, Principal, IVIGR
Printed orTyped Name and Title ofAuthorized Representative
RFQ17nx-3&CCConsulting Services
Due July 31, 2018 at 2:OOPM
0O4S2-
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
TMAMCVM�
Traffic & Mobility Consultants
UST OF LAWSUITS
1/29/14 Traffic & Mobility Consultants, LLC v. RG Developments and Investments, LLC
Case No. 2014 -SC -001332-0
Orange County, FL
TMC Project No 13020 Eden Springs
Small Claims in the amount of $2,231.25 for failure to pay for services
Settlement Agreement Reached in the amount of $1,116.00
Voluntary Dismissal submitted 5/$/14
7/23/14 DCS Capital Investments 1, LLC v. Alfresco Acquisitions, LLC, Overlook at Grassy Lake
Partners, LLC, Overlook at Grassy Lake Partners 3, LLC, BC Holding Partners, LLC a/k/a BC
Holding Partner, LLC, Bret Jones, PA, Booth, Ern, Staughan & Hiott, Inc, and Traffic &
Mobility Consultants, LLC
Case No. 2014CA001470
Lake County, FL
TMC Project No 13045 Overlook at Grassy Lake
Foreclose on Property (TMC filed Claim of Lien on the property)
Notice of Lis Pendens 7/23/14
TMC recorded Satisfaction of Lien on 10/06/14
Notice of Dropping TMC from Lawsuit 10/20/14
3101 i4ayuire Boulevard. Suite 265.Orlando. FL 32003 a P: (407) 531.5332 a F: (407) 5315.5331 a no w6rafficmobility.com
•� i111 1, 1 IFIMM"WiliIII
Section 00435-3
Florida Public Entity Crimes Statement
SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN
THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act
(CCNA) Professional Consulting Services.
B. This sworn statement is submitted by Traffic & Mobility Consultants LLC whose business address is
[Name ofentity submitting sivmn statement]
Employer Identification Number (FEIN) is 46-0!
Number of the individual signing this sworn statement:
and (if applicable) it's Federal
(If the entity has no FEIN, include the Social Security
C. My name is Mohammed N. Abdallah and my relationship to the above is Principal/MGR
[Please print name of individual signing]
D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or
federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or
with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or
a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record
relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or
entry of a plea of guilty or nolo contenders.
F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity and who has been
convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by
one person of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one
person controls another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an
affiliate.
G. I understand that a "person" as defined in section 287.133(l) (e), Florida Statutes, means any natural person or entity
organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which
bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or
applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this
sworn statement. [Please indicate with a check mark (✓) which statement applies].
Rev 03/2018
X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public
entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies].
There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of
Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did
not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.]
The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court
of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The
final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate
from the convicted contractor list. [Please attach a copy of the final order.]
x The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending
with the State of Florida, Department of Management Services.]
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided
in, Public Entity ement Section 00453-3, is truthful and correct at the time of submission.
A I
Mohammed N. Abdallah
Typed Name of AFFIANT
Principal, MGR
Title
STATE OF -F( z r -I DA
COUNTY OF
The foregoing instrument was executed before me this - �`S day of y�1..� A 20� by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC , who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is
personally known to me OR has produced'?A& ytt.y as identification.
Sarah J Davenport
P NOTARY PUBLIC C12-�
+STATE OF FLORIDA N Y PUBLIC, State of Fux
(stamp) �-„ $ Comm# GG195212
NCE 10 Expires 3/26/2022
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
`k"Failure to submit this form may be grounds for disqualification of your submittal''
2 Rev 03/2018
City of Sanford I FinanceDepartment ( Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
cirr oc
Phone: 407-6$&5028 or 5030 Fax: 407-688-5021
ORD
w � r
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
Term Contract
Jill�lkfiyll �J, l % �,1
TITLE: PROFESSIONAL CONSULTING SERVICES
X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public
entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders,
employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies].
There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of
Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did
not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.]
The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court
of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The
final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate
from the convicted contractor list. [Please attach a copy of the final order.]
x The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending
with the State of Florida, Department of Management Services.]
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided
in, Public Entity ement Section 00453-3, is truthful and correct at the time of submission.
A I
Mohammed N. Abdallah
Typed Name of AFFIANT
Principal, MGR
Title
STATE OF -F( z r -I DA
COUNTY OF
The foregoing instrument was executed before me this - �`S day of y�1..� A 20� by
Mohammed N. Abdallah as Principal, MGR of Traffic & Mobility Consultants LLC , who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is
personally known to me OR has produced'?A& ytt.y as identification.
Sarah J Davenport
P NOTARY PUBLIC C12-�
+STATE OF FLORIDA N Y PUBLIC, State of Fux
(stamp) �-„ $ Comm# GG195212
NCE 10 Expires 3/26/2022
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
`k"Failure to submit this form may be grounds for disqualification of your submittal''
2 Rev 03/2018
CITY OF
�SkNFORD
FINANCE DEPARTMENT
SECTION 00450
CERTIFICATION OFNON-SEGREGATED FACILITIES FORM
The Bidder certifies that no segregated facilities are maintained and will not be maintained
during the execution ofthis contract etany ofits establishments.
The Bidder further certifies that none ofits employees are permitted toperform their services at
any location under the Bidder's control during the life ofthis contract where segregated facilities
are maintained.
|
The Bidder certifies further that itwill not maintain orprovide for its employees any segregated
facilities at any of its establishments, and that he will not permit his employees to perform their
services at any location, under his control, where segregated facilities are maintained.
As used in this certification, the term "segregated facilities" means any waiting rooms, work
area, rest rooms and wash rooms, restaurants and other eating areea, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
armao, tnansportatinn, and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of raoe, nreed, color or national origin.
because ofhabit, local custom, urotherwise.
The Bidder agrees that where it has obtained identical certification from proposed
subcontractors for specific time periods) it will utdaim identical certifications from proposed
subcontractors prior tothe award ofsubcontract exceeding $1O.00Oand that itwill retain such
mart0ootiuno in its files.
Mobilitv-Gonsul,tants LLC
Sig
Printed VrTyped Name and Title of Authorized Representative
END OF SECTION
RFU17/18-33 CCNA Professional ConsultinServices
Due July 31, 2018 at 2:0013M
July 31, 2018
Date
CERTIFICATION OF NON -SEGREGATED
FACILITIES FORM
Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act
(CCNA)
Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM
SECTION 00438
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
1. If and when the City of Sanford transmits records to the Contractor/Vendor
which are exempt from public disclosure, the Contractor/Vendor shall execute an
"Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard"
which will be provided with the exempt records. A sample form is attached for the
bidder/proposer's information.
11. Upon award recommendation or 30 days after opening, it is understood that all
submittals shall become "public records" and shall be subject to public disclosure
consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the
Constitution of the State of Florida, and other controlling law (collectively the "Public
Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to
a competitive solicitation and provides notice of its intent to reissue the solicitation, the
replies remain exempt from disclosure until the City provides a notice of intent to award
or withdraws the reissued solicitation. If no award is made, responses are not exempt
for longer than 12 months after the initial notice rejecting all responses.
Proposers/Bidders must invoke the exemptions to disclosure provided by law as
applicable to the response to the solicitation, must identify the data or other materials to
be protected, and must state the reasons why such exclusion from public disclosure is
necessary. The submission of a proposal authorizes release of your firm's credit data to
the City.
If a Proposer/Bidder submits information exempt from public disclosure, the
Proposer/Bidder must specifically and in detail identify with specificity which
pages/paragraphs of their bid/proposal package are exempt from the Public Records
Laws, identifying the specific exemption under the Public Records Laws that applies to
each. The protected information must be submitted to the City in a separate envelope
marked accordingly.
By submitting a response to this solicitation, the Proposer/Bidder agrees to defend,
indemnify and hold the City harmless in the event the City litigates the public records
status of the Proposer's/Bidder's documents this provision including the obligation to
pay the full legal costs of the City including, but not limited to, attorney's fees, court
costs, and any and all other charges, regardless of what level of trial or appeal.
00438-1
Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act
(CCNA)
Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM
Traffic & Mobility Consu
Proposer/Bidder
July 31, 2018
Sign atu ir6—d Representative (Affiant) Date
or Typed Name and Title of Authorized Representative (Affiant)
COUNTY OF C-) R --k M GE,
STATE OF FLORIDA
3X -t
On this.,% gday of, 20,1b�tlefore me, the undersigned Notary Public of the
-
State of Florida, personally appeared Mohammed N. Abdallah
whose nameN is/are subscribed to the within instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand and official seal. He/she is personally known to me or has
produced., as identification.
(N�t� Public in and for the County and State Aforementioned)
SEAL My commission expires: 2-(,, QM -CA t '2,-D
0 14 Sarah J Davenport
0 NOTARY PUBLIC
STATE OF FLORIDA
s�NCECOmm# GG195212
Expires 3/26/2022 0042
10 0 •
PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE
12"Fallure to submit this form may be grounds for disqualification of your submittal -V
City of Sanford ( Finance Department I Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
CITY 4F Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021
Ski!40RD Fusz�>ace aEPr,Rr!ae�vT CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
TERM CONTRACT
TITLE: PROFESSIONAL CONSULTING SERVICES
Respondent Business Information Affidavit
1. State the true, exact, correct and complete name of the company, _sole proprietorship, ___partnership, X LLC, _corporation,
_trade or fictitious name under which you do business and the address of the principal place of business:
FL 32803
The correct name of the Company is: Traffic & Mobility Consultants LLC
a. FEI/EIN Number 46-0898461
b. Trade Mark Name
2. If offeror is a corporation or LLC, answer the following:
a. Date of Incorporation August 30, 2012
b. State of Incorporation Florida
c. Chief Executive Officer—Name and Title Mohammed N. Abdallah MGR' Corrina R. Greico MGR
d. Vice President Name
e. Secretary's Name
f. Treasurers Name
g. Name and address of Florida Resident Agent Jeffrey M. Koltun
150 Spartan Dr. Suite 100, Maitland, FL 32751
3. If offeror is an individual proprietorship or partnership, answer the following:
a. Date of Organization
b. Name, Address and Ownership Units of all Partners
c. State whether general or limited partnership
4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address
of the principals.
5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute.
6. How many years has your organization been in business under is present business name? 6
7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the
Proposal/Bid. Please attach certificate of competency and state registration.
Board of Professional Engineers Lic. No CA 30024
8. Complete Attachment 11311 Reference form and submit with the Proposal as reference.
1
THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS
QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH
INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT
MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO
REJECT THE BID OR PROPOSAL, AN AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT.
AFFIANT SI
bdajj�
Mohamm Abdallah
Typed Name of AFFIANT
Principal, MGR
Title
STATE OF FA JA
COUNTY OF (-'Y,),l E
The foregoing instrument was executed before me this :?A_ST- day of —1 20_b, by
Mohammed N. Abdallah as Principal, MGR of Traffic& Mobility Consultants LLC I who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is
personally k�nownjo me OR has produced [L,,sZN%j-1 as identification.
(stamp) Sarah J Davanpatt
NOTARY PUBLIC
STATE OF FLORIDi,,
Cornm# GG195212
space te�� Expires 3/2612022
NO PUBLIC, State of ��bk
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`�'Failure to submit this form may be grounds for disqualification of your submittal -1
0)
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
city or
S,kNFORD
(D
Phone; 407-688-5028 or 5030 1 Fax. 407-688-5021
FINANCE DEPARPALNT
CONSULTANTS COMPETITIVE
NEGOTIATION ACT (CCNA)
TERM CONTRACT
TITLE: PROFESSIONAL CONSULTING SERVICES
THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS
QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH
INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT
MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO
REJECT THE BID OR PROPOSAL, AN AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT.
AFFIANT SI
bdajj�
Mohamm Abdallah
Typed Name of AFFIANT
Principal, MGR
Title
STATE OF FA JA
COUNTY OF (-'Y,),l E
The foregoing instrument was executed before me this :?A_ST- day of —1 20_b, by
Mohammed N. Abdallah as Principal, MGR of Traffic& Mobility Consultants LLC I who
personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is
personally k�nownjo me OR has produced [L,,sZN%j-1 as identification.
(stamp) Sarah J Davanpatt
NOTARY PUBLIC
STATE OF FLORIDi,,
Cornm# GG195212
space te�� Expires 3/2612022
NO PUBLIC, State of ��bk
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`�'Failure to submit this form may be grounds for disqualification of your submittal -1
0)
Attachment "KII
I Is Y %-UU — uoae vescription Minority Code _. Code Description
AA — - African American NA Native American
A
— Asian/Pacific Islander W Woman
H His anic SDVBE Service Disabled —Veteran
When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this
schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized
signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor
Participation, is truthful and correct at the time of submission.
Proposer/Contractor Name: Traffic & Mobility Consultants LLC
Mailing Address: 3101 Maguire Blvd, Suite 265, Orlando, FL 32803
Telephone Nu Fax Number: - U47)531-5331 E-mail Address.. mna@trafficmobility.com
Author. _Mohammed N. AbAallah FEIN: 46-0898461
Printed Name
X/incipal, MGR July 31, 2018
Title Date
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`'Failure to submit this form may be grounds for disqualification of your submittal''