Adjustment of Quantities: The quantities shown are to be considered as approximate only and may be amended to include additional quantities or additional items, or to decrease quantities or to exclude items of work. This listing of quantities and pay items is only an estimate as to the type of work and approximate quantities involved. The list of streets shown should be considered preliminary and may be amended to include additional streets or to decrease as dictated by project funding. Unforeseen issues may arise during the course of the project that could also require changes to the project. The subtotals and totals included in this packet are for estimation purposes only. The actual payout of each item will be on a unit-cost basis at the unit costs included by the Contractor in this bid packet. The Contractor will submit for payment based on actual measured units in the field or on weight tickets. The measurements and tickets must be included with each invoice. The units will be verified by the City Engineer prior to payment. All tickets must be submitted to the City at the end of each working day. Qualification/Disqualification: It is the intent that all bidders be responsible, competent, and qualified to complete the work. No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds either a Georgia State Contractor's License, Georgia State Utility Contractor's License, or qualifications with the Georgia Department of Transportation for similar work, in compliance with Act. O.C.G.A. 43-14 and 43-41. Failure to provide the bidder's license or qualification number on the outside of the sealed proposal will result in rejection of the bid. Before the City executes the contract, the Contractor shall provide the following: (1) Proof of proper Workers Compensation Insurance as required per State law and (2) Proof of General Liability Insurance of $1 million per incident and $2 million aggregate. The City may at its discretion before executing contract, request proof of automobile insurance for all company vehicles used on this project. Each bidder that has not performed similar work for the City within the last three years will provide, with the bid package, three references and a list of the three most recent projects of similar size and scope. Each reference should include the name of the individual, title, place of employment, phone number, and email address. Selected projects should be those that have been completed within the last three years and include the project name, location, owner, and a brief description. Traffic Control: Traffic Control is the responsibility of the Contractor. All traffic control items needed to ensure safe traffic movements during construction such as signs, barricades, barrels, pilot vehicles, etc., must be provided/operated by the Contractor as necessary. A formal written traffic control plan must be developed by the Contractor for all work within this contract and must be submitted to the City Engineer after the bid is awarded at least one week prior to the preconstruction conference for review. Traffic control measures may be inspected by the City Engineer on a daily basis prior to commencement of work. The City Engineer reserves the right to cease operations during construction in the event adequate or previously approved traffic control measures are not implemented or if conditions arise that warrant additional or revised traffic control measures. All traffic control will comply with Section 150 (Special Provision) of the GDOT Standard Specifications and the current revised edition of the Manual on Uniform Traffic Control Devices. All barricades, warning signs, lights, temporary signs, and other protective devices shall conform to the MUTCD. The length of work zones requiring pilot vehicles will be kept to a minimum and will not exceed 0.5 miles in total length unless approved by the City Engineer. All intersections and adjoining streets within the work zone must, at a minimum, include the use of flagmen during the construction of the work. Traffic control signage will be installed prior to beginning work, inspected, and approved by the City Engineer, covered with wood or plastic prior to starting work, uncovered during work, and remain, as needed, on the project until final payment for the project is issued by the City. All costs associated with traffic control shall be bid as a lump sum. Partial payments, if requested, will be prorated based on the number of streets invoiced compared to the total number of streets in the project.