No preview available
HomeMy WebLinkAbout126682 A & M LANDSCAPE INC - CONTRACT - BID - 19624 BID 5681 FOSSIL CREEKSERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and A & M Landscape Inc., hereinafter referred to as "Service Provider'. W ITNESSETH: In consideration of the mutual covenants and obligations herein expressed, It is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of seven (t) pages, and incorporated herein by this reference. 2. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated upon signing. Substantial Completion shall be completed no later than May 30, 2004 and Final Completion shall be completed no Inter than June 30, 2004. Time is of the essence. Any extensions of the time limit set forth above rr>'lust be agreed upon in a writing signed by the parties. 3. Delay. If either party is prevented in whole or in part from performing tits obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 4. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing wr tten notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (1) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prep id and sent to the following addresses: SA 10/01 VLr yyi LVVf II�.V lei. �✓ •...• v�V ��� ✓✓iv �. �• i• ♦• .. rL.u�..• .. r.•v t� �. t Fossil Creek Park Landscaping Punch List/Miscellaneous New Contract List Revised 2.19.04 SHEET Pl 1 1. Prune up low branches and relocate Ussurian Pears (PY US) trees on west side of oval. 2. Area between "figure B" shaped sidewalk and forge pond needs to be fine graded and seeded. SHEET PI 1. Fill areas along sidewalk connecting to adjacent neighborhood. Grades odiacent to sidewalk shall be flush with the top surface of the sidewalk. SHEET P13 1. One of the 29 SA AR neon the pond is missing. ir}stoll per the plans. 2. 3 of the 17 Blue Avena Gross (HE SE) are missing north of the water feature. 3. Two of the 54 Three -Loaf Sumac (RH GL) northeast of the fence are undersized. Replace with the specified size. SHEET P14 1. Time Walk Enlargement — 1 of the 20 Lady Ferns (AT FI) is missing in the middle of!the Oval Pavilion. Install per the plans. 2. Time Walk Enlargement — 2 of the Black Eyed Susan (RU GO) east of the women's restroom building are missing. install per the plans. 3. Time Walk Enlargement - Ruts in sod along south edge of Tennis Court maintenance access sidewalk need to be repoirea. SHEET PI 1 _ Move 3 Coyote Willow (SA EX) located east of benches on east side of Adventure Island so that views to the lake are not blocked. Move these to the northeast edge of the island on the east side of the soil cement path. Contact City or Roger Sherman if commem is uncleor. 2, 7 Lanceleaf Cottonwoods (PO AC) were; shown in the central part of adventure island. Three of these trees were deleted from the contract so there should be four trees in this area, but only three exist. Provide the additional tree. It might make sense to locate', this tree further north on the island. Please contact Roger Sherman to discuss before planting. 3. The 5 Three -Leaf Sumac (RH TR) south of the tusk but are missing. Install per plans.' SHEET P16 1 . 2 of the 14 Swithgrass (PA VI) north of the pavilion near the parking lot are missing. Install per the plans. 2. 1 of the 8 Switchgross (PA VI) between the restroom buildings is rnissing. Install per the plans. 3. 4 of the 22 Lady Ferns (AT FI) under the pavilion are missing. Install per the plans. SHEET P17 1. 1 of the 12 Blue Avena Gross (HE SE) west of the Concessions Building is missing. flnstoll per the p'cns. 2. 2 Henry Walkers Walking Stick (CO A%� west of the Concessions Building are missing. Install per the plans. 3. 1 of the 6 Block Eyed Susan (RU GO) on the east side of the Concessions Building is missing. Install per the plans. 3of6 VG. RJ, LVV1 nLV lu. IV 1'.A VIV ". VVly 111 . V, .♦ 1.11, z­ v .. Fossil Creek Park Landscaping Punch List/Miscelloneovs Now Controct List Revisod 2-19.04 ADDITIONAL LANDSCAPE ITEMS INCLUDED IN CLARK CONSTRUCTION'S LIST GENERAL 1. F;II trenches and deep holes. 2. Over -seed bare spots. 3. Remove silt from plonting beds. Add mulch where necessary. MAINTENANCE YARD 1. Some areas east of maintenance yard need to be over -seeded. 2. Crusher fines — tire tracks south — east side of pond 1 by spillway. 3. Valve box cover se side of pond one, needs to be turned over. 4. Pile of dirt next to rock area nw corner of maint yard need to be removed. 5, Ask Steve H if irrigation and what type in the dirt areas for garden — install 6 JU HIJ in bed abuting work bays in was, side of maintenonce yard per plan. Bed with 5 PR PR shown will be planted as a garden by the mointenance crew. Credit city for the moteriols in this area. SOUTHEAST PARKING LOT 1. Re -seed area at edges of northernmost soil cement path extending to Lemay. LEMAY ENTRY/DRIVEWAY 1. Repair bra ruts near Lemay Entry. Reseed this area. DOG PARK 1, Provide crusher fines between fence and shade shelter in dog pork. Adjust irrigation heads so that they don't spray into crusher fines. ROLLER HOCKEY 1. Add mulch in planting beds north of hockey by walks. BALLFIELDS/PLAZA/CONCE55IONS BUILDING 1. Remove silt in right field corner of east ballfield and re -seed. 2. Clean silt out of swore east of east ball field and re -seed. 3. Several low spots exist in the outfields of the ball diamonds. Regrade and reseed these areas. 4. Seeding and landscaping south of west ballfield needs to be redone. 5. Cobble drainage on sw side of concession bldg, needs to replace cobble and perhaps grout in top port. 6. Southeast corner of east ballfield, irrigation hood stuck up in air — frozen?? 7. Treat for weedy grasses or. boll fields. LAKE PAVILION 1. Fescue seeding around near lake pavilion to be completed in spring of 2004. 2. Verify that sand beds around water feature are the required depth. 3. Missing weed barrier fabric_ at top of shotcrete wall, 4. Remove and replace forked tree with broken leader south of woter feature. ADVENTURE ISLAND 4 ul6 Va ?., VVY -.Yv 1V." Il.1 VIv rr1 VVVv 1—. v1 ♦. .. ♦111 1 1 -• Fossil Creek Park Landscaping Punch ListrMiscelloneous New Can+raet List Revised 2.19.04 1. Valve pipe by south bridge of adv. Isle was inc!uded to be cut off and capped with earlier change order. Cut of, cap and place within a valve box. 2. Clear. soil from soil cement paths on Adventure Island, BASKETBALL 1. Turf stone pavers - Holes need to be filled flush with top of block using amended soil and seed. OVAL PAVILION/ T IME WALK l . Edge of planting bed too low on south side of tmewalk about in the center — about an inch or two above the mulch not acceptable. 2. Lots of soil in cobblestone area north of oval pavilion. Clean out. TENNIS COURTS 1. Verify that irrigation coverage tests were completed north of tennis courts. Turf adjacent to walk seems dry in spots. 2. Sprinkler head out of ground nw side of tennis court by retaining wall. OTHER AREAS l . Seed swale west of Lemoy Underpass with bio-swale seed mix. 2. Seed water quality pond. Use bio-swale mix in bottom of pond. 3. Add soil in Pond 1 next to crusher fines trail where trail is less than 3 feet from the waters edge. Soil was added in some locations, but is covering 5 foo- wide crusher fines. Soil is also placed on tap of frozen lake.. This work should be done in spring. 4. Maintain a 5 foot width of crvsher fines trail along regional trail. The soil adjacent to the crusher fines should be raised. Do not toper the crusher -fine surface to meet the soul. 5. Repair erosion on knoll. 6. South side on trail south of adv. IsL Drainage issue — crusher fines and sidewalk rot allowing drainage to pond, also south of neighborhood connection another area needs to be piped under the walk. 7. Irrigation head near small shade shelter east of lake pavilion is full of silt and wont recess. 8. Repair damage caused by car/truck on west side of knoll. Some of the damage occurred prior to the opening of the park. 9. Elevation of regional trail/crusher fines is to high along south edge of park, and is blocking drainage. Regrade this area so that drainage will flow across regional trail,. 10. Extend crusher fines between small shade shelter and regional trail located betweerj Ponds 2 and 3. 1 1. Does not oppeor that irrigation heads are covering area at northwest end of Pond 3. Review head spacing and design, add head if necessary. 12. Complete finish Grading operations on east side of regional trail north of cdverlture, island. 13. Several irrigation heads around ponds are spraying into ponds. Adjust heads to minimize spray into ponds. 14. Regrade crusher fines near smoll shade shelter near Pond 1. Drainage flows to soutlh in this area 15. Some tire ruts from tree installalion that need to be graded out. — trail south of adv. Isle. 16. Smooth out tire tracks in crusher fines along trail. 5of6 I zuvi utu lu:cr rnA aru cci papa !.iii ur ri I W.,UI:U' VLU Fossil Creek Park Landscaping Punch List/Miscellaneous New Contract List Revised 2-19-04 Parties agree that the above list represents work to be completed at Fossil Creek Park. City ,of/F_o-ri Collins Representative Printed NameSignature' Date Clark Construc t ion Comganv, Inc. Iku) J . Printed Norne Signature Da?e A&M Landscooinra Reoresentativs Printed Name Signatcr: Dote 6ofb ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID A DATE(MM/DD(YYYY) A&MLR_ S1 09 12 03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Six & Geving/Denver Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 390 Union Blvd. #650 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .Lakewood CO 80228 Phone:720-962-0930 Fax:720-962-0942 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A. Allied Insurance Group 42579 INSURER 8: P1nnacol Assurance A & M Landscape, Inc. Allen Winter INSURER 2417 E . Mulberry NSURER D Ft. Collins CO 80524 INSURER E: 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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR INQ TYPE OF INSURANCE POLICY NUMBER DA7EYMM/DD/YY) PDATEE (MM/D0/YY)N___ LIMITS GENERAL LIABILITY EACH OCCURRENCE S1,000,000 X PREMISES(Eaoccuronce) $1QQ,000 A COMMERCIAL GENERAL LIABILITY ACP7520917911 05/27/03 05/27/09 MED EXP (Any one parson) s5,000 CLAIMS MADE X❑ OCCUR PERSONAL & ADV INJURY $ 1, 000 000 GENERAL AGGREGATE , s2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 POLICY PRO- JECT LOC AUTOMOBILE LIABILITY A ANY AUTO ACP7520917911 05/27/03 05/27/04 COMBINED SINGLE LIMIT (Ea accident) $1 QQO QQQ X ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS X X NON -OWNED AUTOS BODILY INJURY (Per accident) c PROPERTY DAMAGE $ j (Per accident) GARAGE LIABILITY AUTO ONLY - EAACCIDENT $ ANY AUTO - OTHER THAN EA ACC - $ AUTO ONLY: AGG $ EXCESWUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND X TLIMITS EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE 794 09/01/03 09/01/04 ER E.L. EACH ACCIDENT $500,000 OFFICERIMEMBER EXCLUDED? If es, describe under E.L. DISEASE - EA EMPLOYEE $ 500,000 SPECIAL PROVISIONS below E. L. DISEASE -POLICY LIMIT $SQQ, QQQ OTHER A CONTRACTORS EQUIP 7520917911 05/27/03 05/27/04 SCHEDULED $187,955 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS UNSCHEDUL $ 10,000 ALL PROJECTS/ALL LOCATIONS. CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED EXCEPT FOR WORKERS' COMPENSATION COVERAGE. ^C OTICl/�A TC Llnl nrn FTCOL-1 CITY OF FT. COLLINS PURCHASING OR RISK MGMT. P.O. BOX 580 FT. COLLINS CO 80522 I ANY CLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANgELLED BEFORE THE EXPIRATIOi DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOIMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO -THE LEFT BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 25 (2001/08) City: City of Fort Collins Park Planning P.O. Box 580 Ft. Collins, CO 80522 Kathleen Benedict City: City of Fort Collins Purchasing P.O. Box 580 Ft. Collins, CO 80522 John Stephen Service Provider: A & M Landscape Inc. 2417 E. Mulberry Ft. Collins, CO 80524 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's tole right and remedy for such termination. 5. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of Thirty-five Thousand Fifty- one Dollars and Ninety-two cents ($35,051.92). 6. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests donceming this agreement shall be directed to the City Representative. 7. Independent Service provider. The services to be performed by Servicie Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 8. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Acceptance Not Waiver. The City's approval or acceptance of, or payr�nent for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the SA 10/01 2 City under this Agreement or cause of action arising out of performance of this Agreement. 10. Warran . (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended) use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor add other work, provided under this Agreement, except City -furnished materiels, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final accE ptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformance , the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 11. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 12. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default. 13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, SA 10/01 i agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 15. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. SA 10/01 4 AT S c?OPbRATE SE RETARY CITY OF FORT COLLINS, COLORADO a municipal corporation By: James . 'Neill II, CPPO, FNIGP Director ;71hasing and Risk Management Date: A & M Landscape Inc. By: /./.f4 -7 %i � PRINT NAME AfY S CORPORATE PRESIDENT OR VICE PRE Date:�Y� 1,5�, G'G `/ (Corporate Seal) J•, SA 10/01 5 EXHIBIT B INSURANCE REQUIREMENTS The Service Providerwill provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the fallowing statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. SA 10/01 03/08/2004 05:20 9702241755 AM LANDSCAPE PAGE 01 Landscape 2417 E. Mulberry Fort Collins, Co. 80524 March 08, 2004 City of FT.Collins Park Planning and Devel.opement 215 N. Mason Fort Collins Co 80524 Phone: 970-224-5469 Fax: 970-224-1755 Dear Kathleen, This letter is to certify that the remaining landscape and irrigation installation at Fossil Creek Park will be installed under a separate purchase order from the City of Fort Collins as follows' 1. Fine grading 244,860 sq ft. cost $4407.09 2. Soil prep 79600 sq ft. cost $3980.00 3. 29 Canopy trees cost $6525.00. Includes the 2 Oak by pavil lion and I tree with broken leader. 4. 46 ornamental trees 13 to purchase and install $2600.00 and 33 to install $990.00. 5 12 Evergreen trees to install only cost $480.00. 6. 61 dec shrubs cost$915.00. 7 Fescue seed 244860 sq. ft labor only seed is bought cost $1224.30. 8. Wood mulch 1698 sq. ft. cost $662.00. 9 Fabric 1698 sq.ft. cost $390.54. 10 Edging 1801 cost $360.00. 11. irrigation $875.00. labor only materials at job. 12. Bluegrass seeded area.. $493.00. 13. Misc punch list items, $3000,00. See following sheet. 14. Add 6-3" trees. cost $2100,00 15. Add 3-2" trees. cost. $ 750.00 16. Add 9 1 1 /2" trees. $1800.00 17. Add 4-6' evergreen trees. $1000.00. 18. Add relocate 22 1 1 /2" and 4-3" trees. cost 22 1 1 /2" Q 90.00 4-3" Qa 130. cost. $2500.00. Total $ 35,051.92. All items above will be installed as per original specs and plans. per Fossil Creek Community Park Phase I-B Bid # 5681. Warranty will start upon completion of these remaining items. This work is to completed in spring of 2004. Any additional work to be priced and added to this purchase order. Sincerely. Allen D. Winter. pres. UZ!2J1 LUUi lltu IU: Li r.1 toll LG1 0000 1.111 Vr r1 tV"Loa Fossil Creek Pork Landscaping Punch List/Miscellaneous New Contract List Revised 2-19.04 GENERAL NOTES l . Stake and guy trees per Ralph Zentz direction. 2. Confirm that tree wells are mulched per the contract documents. Mulch tree rings in parking lot swoles. . SHEET Pl 1, Tire ruts south of Fossil Creek Parkway entry need to be re -graded and re -seeded. SHEET P2 1- The bluegross seed in the ball fields is not acceptable, and final occeptonce will not be granted for this area until seed establishment meets the specifications. 2. Fill areas along sidewalk connecting north of 100 foot bridge. Grades adjacent to sidewalk shall be flush with the top surface of the sidewalk. SHEET P3 l . The bluegrass seed in the ball fields is not acceptable, and final acceptance will not be granted for this area until seed establishment meets the specifications. 2. West Ballfield Scoreboard mounting looks un-stable. Scoreboard is bending at the horizontal joint in the middle, and it looks unstable.. 3. Tire ruts between Fossil Creek and outfield fence need to be re -graded and re -seethed. 4. Tire ruts In bluegrass between ballfields need to be repaired. SHEET P4 1. Ruts In sod exist between the skate park and the roller hockey rink along the edges of the sidewalks. 2. Confrm plant counts for beds north and south of Lemay entry drive. Beds were covered with snow on December 22 and we were not able to count plants here. 3. Five Creeping Western Sandcherry instead of Six as shown at the northwest oral of the west parking island. Install additional plant as shown on the plans, SHEEP P5 1, Three Skymaster Oak (QU SK) on the northwest side of the knoll ore missing. Install as shown. 2. Three Skymaster Oak (QU SKI on the southeast side of the knoll are missing, Install as shown, 3. Two Skymaster Oak (QU SKI on the northeast side of the knoll are missing. Install as shown, 4, The bluegrass seed in the ball fields is not acceptable, and final acceptance will not be granted for this area until seed establishment meets the specifications. SHEET P6 1. One of three Shodblow Serviceberry (AM CA) at the northeast edge of the parking lot is missing. Install per plans. 2. The two trees at the south end of the easternmost parking island are to be Ohio Buckeye not Ash. Install Ohio Buckeyes as shown on the plans. 3. Replace one of the CO VE on the east side of the oval shaped planting area a'ong the east edge of the parking lot. The plant appears to be undersized. 4, dine Skymaster Oak near the base of the knoll have not beer, installed. Insta!I as shown. 1 u1 6 94-47,.9UU1 IILV LU. LJ CM1.1 0JV 1:41 VJJV �-111 VC I IVI.L II\J •.a. 12 •ra Va•� Vry Fossil Creek Pork _andscaping Punch List/Miscellaneous New Contract List Revised 2.19-04 5. Fill area along sidewalk leading from trail to pavilion so that tho elevation of the landscape area is flush with the sidewalk surface. SHEET P7 l . Grading along east side of regional trail near top of sheet is rough. Re -grade and re -seed this area. 2• Fine grading needs to be cleaned up around irrigation valve boxes near trail. 3. There is an irrigation trench near a quick coupler that has settled on the west side of the pond. Fill trench and re -seed this area. SHEET P8 l . Prune up low branches on Ussurion ?ear (PY US) trees on west side of oval. 2. Relocate 6 Ussuncin Pear (PY US) trees on east side of oval north of Oval Pmilion. 3. It appears that the two trees shown as 2 Centurion Crabapples (MA CE) north of the oval Pavilion are different varieties. Confirm and replace trees as necessary to provide correct size and species per the plans. 4. Due to a drainage probiem the area at the north end of the oval, shown in the detailed enlargement on this sheet, has not be planted. The planting in this area will be removed from the original contract, and this work will be done next year. 5. The bluegross seed in the oval is not acceptable, and final acceptance wall not be granted for this area until seed establishment meets the speci?'icolions. SHEET P9 1. One of the 8 Dwarf Arctic; Willow (SA PU) shown at the north end of the west parking island is missing. Install per plans. 2. The area south of the oval pavilion and west of the basketball courts needs to be fine graded and re -seeded. 3. Three Texas Red Oaks (QU BU) south of the oval pavilion are missing. Cimmoron Ash shall be installed in place of the Texas Red Oaks. 4. Thirty two (32) Booth's Willow (SA BO) shown in the parking lot islands ore missing, These plants will not be available until the spring of 2004. 5. Eight Apache Plume (FA PA) are missing in the north end of the east parking lot island. Install per the plans. 6. Four Coyote Willow (SA EX) shown in the southern portion of the east parking lot island are missing. Install per the plans. 7. Three Chinquapin Oaks (QU BU) shown between the parking lot and Lemay ore missing. 8. One AL FE missing at south end of east parking lot island. SHEET P10 1. Area west of maintenance yard has not been fine graded or seeded. 2. The landscaping in the area north of the maintenance yard and east of the maintenance driveway is not complete. Install per the plans. 3. Two of the Thunderchild Crabapple trees east of the maintenance yard have shoots coming up around the base of the trunk. Remove shoots. 4. Three of the 17 Coyote Willow (SA EX) are missing around the storm o;ilet box at 6e east end of the pond. 5. Clean up cobblestone in drainage Swale. 2o=6