Loading...
HomeMy WebLinkAboutContract 55058-PM1CSC No. 55058-PM1 TABLE OF CONTENTS Page No. INVITATION TO BIDDERS ........................................................................................4 RECITALS............. ....................................................................................................9 ARTICLE1 — DEFINITIONS ......................................................................................... 9 ARTICLE 2 — CONSTRUCTION .................................................................................10 ARTICLE 3— CONTRACT PRICE AND PAYMENT ................................................11 ARTICLE 4 — CONTRACT DOCUMENTS ................................................................12 ARTICLE 5— SURVEYS, STAKES, AND PERMITS ................................................12 ARTICLE 6— EXAMINATION OF JOB SITE ............................................................14 ARTICLE 7— TESTING, INSPECTIONS AND CORRECTION OF WORK............14 ARTICLE 8— CHANGES IN WORK ..........................................................................15 ARTICLE 9— TIME FOR COMPLETION: EXTENSIONS OF TIME ......................15 ARTICLE 10 — USE OF LAND BY OWNER ..............................................................17 ARTICLE 11 — TRAFFIC CONTROL AND CLEAN UP ...........................................17 ARTICLE 12 — SUBCONTRACTORS ........................................................................17 ARTICLE 13 — PROTECTION AND CHARACTER OF WORKMEN ......................18 ARTICLE 14 — PROTECTION OF PROJECT .............................................................19 ARTICLE 15 —1NDEMNITY AGREEMENT .............................................................19 ARTICLE 16 — iNSURANCE TO BE MAINTAINED BY CONTRACTOR ............. 20 ARTICLE17 — NO WAIVER ....................................................................................... 22 ARTICLE18 — WARRANTY .........................:.............................................................22 ARTICLE 19 — TERMINATION OF CONTRACTOR BY OWNER ......................... 22 1 TABLE OF CONTENTS, �ont�nued Page No. ARTICLE 20 — OTHER CONTRACTORS .................................................................. 24 ARTICLE 21 — ATTORNEY'S FEES ..........................................................................24 ARTICLE22 — NOTICES ............................................................................................. 24 ARTICLE 23 — ASSIGNMENTS .................................................................................. 25 ARTICLE 24 — GENERAL PROVISIONS ..................................................................25 ARTICLE 25 — NON-DISCRIMINATION ..................................................................26 ARTICLE26 — TAXES ................................................................................................. 27 ARTICLE 27 — BOOKS AND RECORDS ................................................................... 27 ARTICLE 28 — BOYCOTTING ISRAEL & ANTI-TERRORISM VERIFICATION.27 ARTICLE29 — ETHICS ................................................................................................ 28 ARTICLE 30 — ENVIRONMENTAL PROTECTION ................................................. 28 SIGNATUREPAGE ....................................................................................................29 �a TABLE OF CONTENTS� continued LIST OF EXHIBITS EXHIBIT A IMPROVEMENTS EXHIBIT B CONTRACT DOCUMENTS EXHIBIT C SPECIFICATIONS EXHIBIT D ESTIMATED QUANTITIES AND UNIT COSTS, PERFORMANCE BOND, PAYMENT BOND, MAINTENANCE BOND EXHIBIT E SPECIAL CONDITIONS EXHIBIT F INVOICING INSTRUCTIONS EXHIBIT G SURVEX STAKING PROVIDED BY OWNER EXHIBIT I FORM 1295 EXHIBIT J GEOTECHNICAL REPORT 3 INVITATION TO BIDDERS FOR LIBERTY TRAILS, PHASE 2- WATER, SEWER, AND DRAINAGE IMPROVEMENTS RECEIPT OF BIDS Sealed bids addressed to the Board of Directors of the Broolcfield Fresh Water Supply District No. 1(BFWSD No. 1), will be received at the office of the engineer for the District, Pape- Dawson Engineers, Inc., 6500 West Freeway, Suite 700, Fort Worth, TX, 76116 for the construction of the Liberty Trails, Phase 2- Water, Sewer, and Drainage Improven2ents, until 2:30 PM., Local Time, Tuesday, September 8, 2020 and then publicly opened and read for "Liberty Trails, Phase 2- Water, Sewer, and Drainage Improvements, Denton County, Texas " GENERAL DESCRIPTION OF WORK The major work will consist of the following: Water Improvements: Approximately 4,800 LF of 8" PVC water line, 8" gate valves, fire hydrants, water services to 1381ots and related work; Sanitary Sewer Improvements: Approximately 2,930 LF of 8" PVC sewer line, 940 LF of 15" PVC sewer line, 4" sanitary sewer services to 138 lots, 4' manholes, trench water stops, and related work; Drainage Improvements: 5'x3' reinforced concrete box drainage structures, 18", 21", 24", 27", 30" and 42" storm drain systems, curb inlets, headwalls, wingwalls, safety end treatments, junction boxes, stone rip-rap. The above Improvements are a part of the "Plans for the Constiuction of Water, Sewer, Paving, Drainage, and Sheet Light Improvements to serve Liberty Trails, Phase 2" as prepared by Pape- Dawson Engineers. Bids received after the closing time will be returned unopened. Each Bid must be accompanied by a bid bond or a certiiied or cashier's check, acceptable to the District, in an amount not less than five percent (5%) of the total amount bid, as a guarantee that the successful bidder will enter into the Contract and execute the Bonds on the forms provided and provide the required insurance certiiicates within seven (7) days after the date the Contractor is notified. QUALIFICATIONS OF BIDDERS 1. Summary. All contractors are required to be prequalified by the City prior to bid opening. To be eligible to bid the contractor must submit the Prequalification Statement included herein, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit a Bidder Prequalification Application in accordance with the requirements below. The prequalification process wi11 establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed iinancial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.�.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DtJNS number as issued by Dun & Bradstreet. This number is used by the District for required reporting on Federal Aid projects. The DIJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the iirm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Fina��cial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualiiied opinion on the statements talcen as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one-year-old and must be on file with the City 16 months thereafter, in accordance with Paragraph l. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital= current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor, and which is related to the type of worlc for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. DAP - PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for pavin�. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Water, Sanitaiy Sewer, and BurnsCo Construction, Inc. �/36 ��� Drainage — New Development � The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: BY: (Sign ure) TITLE: ��cs ��1e..r,.-� DATE: � p • � �, • �p DOCUMENT EXAMINATION AND PROCUREMENTS Copies ofthe documents may be obtained and downloaded electronically at no charge by contacting a representative of the District Engineer: Adam Reeves, P.E., areeves@pape-dawson. com. DEVELOPERJDISTRICT'S RIGHT TO ACCEPT OR REJECT BIDS Developer and BFWSD NO. 1 reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from Developer funds and District Bonds and dedicated by the District to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Adam S. Reeves, P.E., Pape-Dawson Engineers, Inc. Email: areeves@pape-dawson.com Phone: (817) 870-3668 ADVERTISEMENT DATES Flower Mound Leader — August 16, 2020, August 23, 2020 CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT, referred to as "Contract," dated as of the date on the Contract Signature Page by and between the "Owner" designated on the Contract Signature Page and the "Contractor" designated on the Contract Signature Page is entered into with reference to the following recitals: A. Owner holds title to the land shown in the "Contract Documents" (as that term is hereinafter defined). The land described is referred to as the "Premises". B. Owner desires to have improvements constructed on portions of the Premises. The Improvements consist of the improvements described on Exhibit A to this Contract, C. Owner desires to engage Contractor and Contractor desires to be engaged as an independent contractor to perform the Work hereinafter described. NOW, THEREFORE, in consideration of the mutual promises contained herein the parties hereto agree as follows: ARTICLE 1 — DEFINITIONS 1.1 Whenever used in this Contract the following terms shall have the meaning hereinafter set forth: 1.1.1 "Improvements" shall mean the improvements to be constructed by Contractor pursuant to this Contract as described in Exhibit A. 1.1.2 "Work" shall mean the labor, material, and service required by the Contractor to construct the Improvements. 1.1.3 "Contract Documents" shall mean and include the following documents to the extent that the documents have been prepared: (i) This Construction Contract; (ii) The approved project drawings, specifications, general conditions and special conditions specifically referenced in this Construction Contract. (The special conditions, if any, are attached hereto as Exhibit E and incorporated herein by reference.) (iii) All addenda and modifications incorporated into or otherwise expressly made a part of any of the documents enumerated above before execution of this Contract; and 0 (iv) Any modification change order or written order for a change made or issued pursuant to the terms and conditions of this Contract. An enumeration of the Contract Documents appears in Exhibit B to this Contract. The Specifications are attached hereto as Exhibit C and incorporated herein by reference. 1.1.4 "Engineer" shall mean the Design Engineer of Record and his authorized representatives. 1.1.5 "Governing Public Authority" shall mean the governmental authority such as: District, Town, City, County, State and/or Federal government having jurisdiction over the Project whether it being public or private to include any and all of the Project's parts thereof. 1.1.6 "Subcontractor" shall mean any independent contractor having a direct contract with Contractor to furnish equipment, materials, or labor, labor and materials, or labor and equipment for the Improvements. 1.1.7 "Construction Manager" shall mean the person designated by Owner, who shall be the Owner's agent for making decisions or giving approvals at the Project Site which may be necessary or prudent for the smooth flow of the Work. All notices required to be given by Contractor to Owner in this Contract shall be deemed properly delivered to Owner when delivered to Construction Manager and Contractor shall be entitled to rely on Const�uction Manager's instruction and approvals. Owner shall have the right to change the Construction Manager at any time. 1.1.8 "Progress Payment" shall mean any installation of the Contract price payable to Contractor in the manner specified herein. 1.1.9 "Project Site" shall mean those portions of the Premises reasonably required for Contractor's use in constructing the Improvements. ARTICLE 2 — CONSTRUCTION 2.1 Contractor shall furnish and/or perform, or, subject to Owner's right to approve any subcontractor as hereinafter set forth, cause to be furnished and/or performed, all labor, materials and equipment, of every lcind and description necessary to construct the Improvements in a first-class and good workmanlike manner in strict accordance with the requirements and provisions of the Contract Documents. 2.2 Contractor shall prepare and submit, after instructions from Owner to commence, an estimated progress schedule for constructing the Improvements to be approved by the Constiuction Manager and Owner. lo 2.3 Contractor agrees to cooperate with the Construction Manager, as Owner's agent. The Construction Manager is authorized to give instructions, on Owner's behalf, to facilitate the smooth flow of worlc. 2.4 All drawings, specifications, descriptions, plats, field notes, reports, designs, samples and other documents or materials compiled or furnished by Contractor in the course of or as a result of performing the Work shall be the property of Owner and may be used by Owner for any purpose whatsoever at Owner's sole risk and expense. ARTICLE 3— CONTRACT PRICE AND PAYMENT 3.1 Unit Price. Owner shall pay Contractor for each item of the Work a unit price, as shown in Exhibit D, attached to this Contract. These unit prices shall be considered inclusive of all work. This work consists of delivery of the Contractual Improvements complete. 3.2 Progress Payments. Contractor may submit monthly progress billings for "Progress Payments" for one hundred percent (100%) of the value of the portion of the Worlc performed (excluding stored materials) during each monthly period, by following the format and procedure set forth in Exhibit F, Invoicing Instructions. Progress billings shall be submitted to the Construction Manager by the 25t�' day of the month. Subject to the provisions of this Article, ten percent (10%) of all Progress Payments shall be retained by Owner until Contractor's scope of work has been completed and accepted by the Owner and the Governing Public Authority. Such statement shall be categorized according to the code and unit item listing set forth on Exhibit D attached to this Contract. Such statement shall show the retained percentage. Subject to the aforesaid, Progress Payments will be made within twenty (20) days following Owner's receipt of Contractor's statement. Progress Payments for Improvements shall not be construed as evidence of acceptance of any part of Contractor's work. Contractor agrees to furnish, if and when required by Owner, payroll affidavits, receipts, vouchers, releases or claims for labor and material by Contractor and/or by subcontractors or other persons performing work or furnishing materials to Contractor or any subcontractor, all in form of content of satisfactory to Owner. 3.3 Withholdin og f Pa n�. Owner may withhold from any Progress or other payment due Contractor under the terms of this Contract such amount as in the reasonable judgment of Owner shall be necessaiy to protect Owner from loss because of (i) defective work not remedied, (ii) lien claims filed, or evidence presented to Owner indicating a reasonable probability that such claims will be filed, by persons or entities who supplied labor, materials, or equipment used in the construction of the Improvements, (iii) failure of Contractor properly to pay subcontractors and persons supplying labor, materials, or equipment far use in the construction of the Improvements, (iv) damage caused by Contractor or its subcontractor, (v) reasonable evidence that the worlc cannot be completed for the unpaid balance due of the Contract Price, (vi) failure of Contractor to substantially comply with the material terms of this Contract. When the above causes have been removed, payment shall be made for the amount withheld because of them. 11 3.4 Final Payment. Final payment, constituting the entire unpaid balance of the Contract price shall be made by Owner to Contractor when (i) the Contractor's Work has been fully performed and accepted by both the Governing Public Authority, Owner, and Engineer; and (ii) Contractor has furnished to Owner a final affidavit, in the form attached hereto, that payrolls, bills for materials and equipment, payments due to subcontractors, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered, have been paid ar otherwise satisfied. Contractor agrees to obtain lien waivers from all Subcontractors on the project. ARTICLE 4 — CONTRACT DOCUMENTS 4.1 The Contract Documents are intended to complement each other and any items required by any one such document shall be deemed to be required by all such documents. Any word used in the Contract Documents, or any of them, which has a well-known technical or trade meaning shall be deemed to have been used in such document or documents in accordance with such meaning. In the event of any conflict between different provisions of the Contract Documents, Contractor shall advise Owner of such conflict and Owner shall direct Contractor how to proceed with regard to the matter about which there is such conflict. Contractor shall maintain one complete set of the Contract Documents at the Job Site which shall be available to the Construction Manager at all times and upon which the Contractor shall record all change and field adjustments. 4.2 Contractor understands and acknowledges that the detailed information contained in the Contract Documents is shown or stated therein with as much accuracy as could be obtained at the time such documents were prepared but that the exact accuracy of such detailed information is not guaranteed and the exact locations, measurements, and levels of the various items shown on the Contract Documents will be governed by the physical requirements of the Premises and the Improvements. 4.3 Contractor shall carefully examine all drawings and specifications for the Improvements before commencing the construction hereof and promptly notify Owner in writing of any observed discrepancies in such documents before commencing construction, but Contractor shall not be responsible for verifying the accuracy or completeness of such drawings and specifications prepared by Owner's engineers, architects or others. ARTICLE 5— SURVEYS, STAKES, AND PERMITS 5.1 Unless otherwise provided in the Contract Documents, Owner, at its own cost and expense, shall furnish all land suiveys of the Premises required for the performance of this Contract, including surveys showing the general location of any easements or public utility lines on the Premises. Owner shall install points, bench marlcs, and stakes on the ground which are described in detail in Exhibit G, "Suivey Staking Provided by Owner" and incorporated herein by reference. Contractor shall give Construction Manager at least twenty-four (24) hours prior notice of any such staking required by Contractor. 12 5.2 Contractor shall be responsible for all layouts not described in Exhibit G and shall protect and preserve the established reference points and shall malce no changes of relocation or said points without the prior written approval of Owner. 5.3 Contractor shall be liable for the destruction or loss of any such benchmarks, reference points, or stakes caused by the negligent or intentional act or omission of Contractor or Contractor's employees, agents or representatives. 5.4 Contractor shall secure all permits from Governing Public Authority at his expense for the proper execution of the Work. Inspection fees, if any, shall be paid by the Owner. 5.5 Contractor shall not enter property adjacent to the Premises for any purpose without obtaining written permission to do so from the owner of such adjacent property, and shall provide written notice or evidence of same to Owner. Contractor shall be responsible for the preservation of all public property, wetlands, floodplains, trees, monuments, structures, fences, and improvements, along or adjacent to any street and/or right-of-way, from damages from Contractor's Work and shall use every precaution necessary to prevent damage of all monuments and property marks until an authorized agent of Owner has witnessed or otherwise referenced their location and shall not remove them until directed. Locations or utilities shown in the Contract Documents are general locations only and Contractor shall be responsible for determining the precise location of any and all utilities on the Premises prior to commencing the Work. Contractor shall also be responsible for calling for locations and locating existing utilities not documented or shown on plans. In the event Contractor shall disturb any landscaped or hardscaped areas while performing the Work, Contractor shall return those areas to their original condition prior to the Work being fully performed. Rectification of damage or destruction to the landscaping or hardscaped areas forming part of the adjacent properties shall be at Contractor's sole cost and expense. 5.6 Contractor shall at all times so conduct the Work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property. Roads or streets shall not be closed to the public except with permission of the proper authorities. Fire hydrants and water valves on or adjacent to the Work shall be lcept accessible to fire- fighting equipment at all times, Temporaiy provisions shall be made by Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed. Contractor is to advise Owner should any roads, streets, or other existing improvements require closure. 5.7 Contractor shall provide and maintain such sanitary accommodations for the use of its employees and those of its subcontractors as may be necessary to comply with the requirements and regulations of the local and state departments of health and Owner. 13 ARTICLE 6— EXAMINATION OF JOB SITE 6.1 Contractor has by careful examination ascertained (i) the nature and location of the Improvements, (ii) the surface conformation of the ground on which the Improvements are to be constructed, (iii) the character, quality, and quantity of the materials, equipment and facilities necessary to complete the Improvements, and (iv) the general and local observable conditions pertaining to the Improvements. Contractor enters this Contract solely because of the results of such examination and not because of any representations pertaining to the Improvements or the completion thereof made to Contractor by Owner or any agent of Owner and not contained in this Contract. Owner agrees that subsurface or other presently unlcnown conditions may be encountered during performance of the Work which may result in extension of time for completion and increase in compensation due Contractor. Contractor agrees to notify Owner promptly in writing upon encountering any such condition. Contractor will advise Owner in writing of the extent of the time delays and provide revised schedules of anticipated completion dates. ARTICLE 7— TESTING INSPECTIONS AND CORRECTION OF WORK 7.1 Should the Owner, the Contract Documents, or any law, ordinance, or Governing Public Authority require that any portion of the Work be tested or inspected, Contractor shall give notice to Owner (or Governing Public Authority if the Governing Public Authority is the inspecting body) when such portion is ready for such testing, inspection, or approval, or, if the testing, inspection or approval is to be made or given by a person other than Owner, of the time, place, and date when such testing, inspection or approval is to be made or given. Should any portion of the Worlc be covered up before inspection has talcen place, the Contractor, at Contractor's sole cost and expense, shall uncover such portion of the Work for inspection as required by Owner or Governing Public Authority. 7.2 Owner or Governing Public Authority may request reexamination of any portion of the Work and Contractor must uncover such Work. Should such portion of the Work be found on such reexamination not to conform to the Contract Documents, Contractor shall bear the full cost of uncovering and replacing such portion. Should such portion of the Work on such reexamination be found to conform to the Contract Documents, Owner shall pay all costs of uncovering and replacing such portion. 7.3 Contractor shall promptly correct any portion of the Worlc that has been damaged or not performed in accordance with this Contract. If Contractor fails to malce such corrections or fails to carry out the Worlc in accordance with this Contract, then Owner may give Contractor written notice to do so; and if Contractor fails within a seven (7) day period after receipt of such written notice to commence and continue correction and performance with diligence and promptness, then Owner may, without prejudice to other remedies Owner may have, correct such deficiencies or perform such Work; in such case an appropriate Change Order shall be issued deducting from payments then or thereafter due to Contractor the cost of correcting such deficiencies or performing such Work. If payments then or thereafter due to Contractor are not sufficient to cover such amounts, 14 Contractor shall pay the difference to Owner. Contractor shall be required to pay such difference immediately upon written demand by Owner. ARTICLE 8— CHANGES IN WORK 8.1 Without invalidating this Contract and without notice to any surety or sureties on any bond or bonds required by Contractor, Owner may order modifications in the Work or may order additional work not shown in the Contract Documents to be performed by Contractor and such modifications or additional work may entitle Contractor to extra compensation. Such modiiications or extra work shall be authorized by a written Change Order, signed by Owner, and approved by the City of Fort Worth; such written Change Order to be executed prior to such modifications or extra work being commenced. 8.2 If modifications in the Work or additional work not shown on the Contract Documents are authorized pursuant to Paragraph 8.1 above, such additional work or modification shall be performed by Contractor and the cost thereof added to the Contract Price and paid by Owner upon completion of such additional work or modi�cation. ARTICLE 9— TIME FOR COMPLETION: EXTENSIONS OF TIME 9.1 Owner shall give Contractor written notice to proceed and Contractor shall complete the worlc in the number of working days specified on the Exhibit D of the Contract. Contractor shall provide Owner a schedule prior to commencing work. Contractor shall commence work on the Improvements in accordance with schedule and sha11, unless delayed by one of the causes stated in Paragraph 9.4, below, and documented as mentioned in Paragraph 9.5 below, work diligently and substantially continuously until completion of the Improvements. 9.2 A working day is defined as a calendar day not including Saturdays, Sundays, or those legal non-days as specified in the list prepared by the Owner for contract purposes, in which weather or conditions not under the control of the Contractor shall permit the performance of the principal units of work underway for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. A principal unit of work shall be that unit which controls the completion time of the Contract. Nothing in this definition shall be construed as prohibiting the Contractor from worlcing on Saturdays if he so desires and permission of the Governing Public Agency has been granted. If Saturday or Sunday work is permitted, worlcing time shall be charged on the same basis as weekdays. City of Fort Worth inspection services will require advance authorization but will not be available for testing and inspection on Sundays. Where the working time is expressed as calendar days or a specific date, the concept of worlcing days shall no longer be relevant to the contract. 9.3 Substantial Completion date shall be defined in this contract and/or any of its accompanying exhibits as the stage in the progress of the Worlc when the Worlc or designated portion thereof is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. 15 9.4 Either party, Contractor or Owner, may be excused for delays in the performance of this Contract caused by any intentional acts or gross neglect of the other, by any acts of any public enemy, by any acts of any governmental agency, by war or war defense conditions, by fires, by unusual delays in transportation, by labor disputes, or by any other cause resulting in delay of the Work which is beyond such party's reasonable control. Each party shall use due diligence to avoid any such delay or default and to resume performance under this Contract as promptly as possible after any such delay. 9.5 The completion date may only be changed for a delay of one of the causes mentioned in Paragraph 9.4. Any claim for an extension in the completion date by Contractor shall be based on written notice and supporting data delivered to Owner within thiriy (30) days of the occurrence of the delaying event giving rise to the claim. Owner may allow Contractor an additional period of time to ascertain and collect more accurate data; however, all claims for adjustment of the Completion Date sha11 be determined by Owner. 9.6 The completion date will be extended in an amount equal to time lost due to delays beyond the control of Contractor, if a claim is made therefore and approved by Owner, as provided in Paragraph 9.5, which approval will not be unreasonably withheld or delayed. 9.7 Liquidated Damages for Failure to Complete on Time: The time of completion is the essence of this Contract. For each calendar day that any worlc shall remain uncompleted after the time specified in the Proposal and the Contract, or the increased time granted by the Owner, or as equitably increased by additional work or materials ordered after the Contract is signed, the sum per day given in the following schedule, unless otherwise specified in the Special Conditions, shall be deducted from the monies due the Contractor. Amount of Liquidated Damages ($) Amount of Contract ($) Less than 5,000.00 5,000.00 to 14,999.99 15,000.00 to 24,999.99 25,000.00 to 49,999.99 50,000.00 to 99,999.99 100,000.00 to 249,999.99 250,000.00 to 499,999.99 500,000.00 to 999,999.99 More than 1,000,000.00 60.00 80.00 100.00 120.00 250.00 500.00 750.00 1,000.00 1,250.00 Per Day Per Day Per Day Per Day Per Day Per Day Per Day Per Day Per Day iC� The sum of money thus deducted for such delay, failure, or non-completion is not to be considered as a penalty, but shall be deemed, taken, and treated as reasonable liquidated damages, per calendar day that the Contractor shall be in default after the time stipulated on the Contract for completing the Work. The said amounts are fixed and agreed upon by and between Owner and Contractor because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner in such event would sustain; and said amounts are agreed to be the amount of damages which the Owner would sustain and which shall be retained from the monies due, or that may become due, the Contractor under this contract; and if said monies be insufficient to cover the amount owing, then the Contractor or his surety shall pay any additional amounts due. ARTICLE 10 — USE OF LAND BY OWNER 10.1 During construction of Improvements, Owner shall have the right to use such portion(s) of the Premises as may from time to time be deemed safe for such use by the Construction Manager. The use by Owner of any such portion(s) of the Premises shall not (i) constitute an acceptance by Owner of any Improvements which may have been constructed on such portion of the Premises by Contractor, (ii) affect in any way the dates and times when payments become due to Contractor from Owner under this Contract, or (iii) prejudice Owner's rights under this Contract. The Improvements sha11 be deemed completed only when a11 Work under this Contract has been fully performed and a notice of completion of the Improvements has been duly accepted in writing by Owner and Governing Public Authority which acceptance will not be unreasonably withheld or delayed. ARTICLE 11 — TRAFFIC CONTROL AND CLEAN UP 11.1 Whenever the performance of the Work under this Contract creates a condition which could be hazardous to the public, Contractor shall take all necessary precautions and provide adequate means to protect those who must pass through, over, or adjacent to the Work. Contractor will notice Owner in writing of such rislc. 11.2 During the performance of this Contract, Contractor shall keep all property adjacent to the Premises free of all accuinulated rubbish and waste materials caused by Contractor's operations in performing this Contract. On completion of the Improvements, Contractor promptly shall remove all such rubbish and waste materials, structures and all equipment used by it in performing this Contract from the Premises and adjacent property. If the Contractor fails to maintain and clean the Premises, the Owner may use the procedure provided in Paragraph 7.3 and the cost shall be charged against the Contractor. ARTICLE 12 — SUBCONTRACTORS 12.1 Before subcontracting any portion of the Worlc, Contractor shall deliver to Owner a written list of the names of all persons and entities intended to be employed by 1� Contractor as Subcontractors to worlc on Improvements. All Subcontractors need to meet prequalification criteria by the City of Fort Worth as outlined. 12.2 Should Owner or Governing Public Agency have any objections to the employment of any person or entity named on the list of Subcontractors delivered to Owner pursuant to the foregoing paragraph, Owner shall serve written notice of such objection on Contractor within five (5) business days after the delivery of such list and Contractor shall substitute another person or entity acceptable to Owner in place of the person or entity to whom such objection was made. 12.3 Contractor shall not employ any person or entity as a Subcontractor on the Improvements that has been objected to by Owner. Failure of Owner to serve written notice on Contractor pursuant to Paragraph 12.2 of any objections it may have to any person or entity named on the list of Subcontractors within five (5) business days after the delivery of such list to Owner shall constitute approval by Owner of the employment of such person or entity as a Subcontractor on the Improvements. 12.4 Contractor sha11 be as fully responsible to Owner for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by such Subcontractors as Contractor is for the acts and omissions of persons directly employed by Contractor. 12.5 Nothing contained in this Article or in any of the Contract Documents shall create a contractual relationship of any kind between any Subcontractor and Owner. ARTICLE 13 — PROTECTION AND CHARACTER OF WORKMEN 13.1 Contractor shall talce all necessary precautions for the safety of persons employed to work on the Improvements and shall without limiting the generality of the foregoing (i) comply with all applicable provisions of any federal, state, county, or municipal safety laws, ordinances, regulations, or building codes, to prevent injury to such persons while on, about, or adjacent to the Premises, (ii) properly erect and maintain at all times such safeguards for the protection of persons employed to worlc on the Improvements as the conditions and progress of the Work may require and (iii) conspicuously post such signs as may be necessary to warn persons employed to worlc on the Improvements of all latent hazards known to and created by Contractor existing on the Premises. 13.2 Contractor shall at all times be responsible for the conduct and discipline of Contractor's employees and/or any Subcontractor or persons employed by Subcontractors. All worlcmen must have sufficient knowledge, skill, and experience to perform properly the work assigned to them. Any supervisor, foreman, or workmen employed by Contractor or any Subcontractor who does not perform his worlc in a skillful manner or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of Owner, be discharged immediately and shall not be employed again in any portion of the Work without the approval of Owner, 18 ARTICLE 14 — PROTECTION OF PROJECT 14.1 Contractor shall furnish and instaIl at its own cost and expense such material and devices as are customarily furnished by similar contractors in the industry to protect the Improvements or any part thereof from damage or destruction by rain, wind, or the elements prior to full and final completion of the Improvements. Contractor shall be responsible for such protection of the Improvements until acceptance by Owner. 14.2 In the event of an emergency endangering life or property, Contractor shall perform any work and shall furnish and install any materials and equipment necessary or prudent during the emergency. In all cases Contractor shall notify Owner of the emergency as soon as practicable, but it shall not wait for instructions before proceeding to properly protect both life and property. Unless caused by Contractor, its employees, agents or Subcontractors, Contractor shall be entitled to reasonable compensation from Owner for such materials or equipment furnished during any such emergency. ARTICLE 15 —1NDEMNITY AGREEMENT 15.1 Contractor sha11 indemnify and hold harmless Owner, City of Fort Worth, Construction Manager, and Engineer their agents, successors and assigns ("indemnitees") from and against any and all claims, and liabilities, of any nature, kind or description, including, without limitation, court costs, attorneys' fees, costs of investigation, directly or indirectly arising out of, caused by, or resulting from (in whole or in part) the performance of Contractor's worlc or the acts or omissions of Contractor's employees, agents, Subcontractors or representatives. THIS INDEMNITY OBLIGATION SHALL 1NCLUDE SUCH CLAIMS, DAMAGES OR CAUSES OF ACTION, THAT MAY BE CAUSED OR ALLEGED TO BE CAUSED IN PART BY THE NEGLIGENCE OR OTHER ACT OR OMISSION OF OWNER, CITY OF FORT WORTH, CONSTRUCTION MANAGER, ENGINEER, OR ANY OTHER INDEMNITEE. WHERE SUCH CLAIMS, DAMAGES, LOSSES AND EXPENSES ARE BROUGHT BY AN EMPLOYEE OR BORROWED SERVANT OF CONTRACTOR, AND SUCH CLAIMS ARE BARRED FROM BE1NG BROUGHT AGAINST CONTRACTOR UNDER APPLICABLE WORKERS COMPENSATION LAWS OR PROPORTIONAL RESPONSIBILITY LAWS OR A JURY ISSUE IS REQUESTED BUT NOT GRANTED ON THE ISSUE OF CONTRACTOR'S CONTRIBUTORY NEGLIGENCE, SUCH CLAIMS SHALL BE DEEMED TO ARISE ONLY IN PART FROM THE NEGLIGENCE OF INDEMNITEES AND SUBCONTRACTOR AGREES TO INDEMNIFY THE CONTRACTOR, THE OWNER AND ALL INDEMNITEES FROM THE CONSEQUENCE OF THEIlZ OWN CONTRIBUTORY NEGLIGENCE. This indemnification shall not be subject to limitation by any policy of workers compensation or other insurance or damages payable or paid under any policy of insurance carried by Contractor. The indemnity set forth above includes any claims, liabilities, fines, and/or remedial action required, including attorney's fees, including strict liability arising out of any actual or alleged injury to persons or property or contamination of the environment, whether from pollution, or otherwise and whether or not prosecuted by a governmental entity. Such indemnity includes any representation or 19 action required in connection with any administrative proceedings arising out of actual or alleged damage to the environment, including, but not limited to, notification that any indemnitee may be a potentially responsible party for any actual or alleged damage to the environment. The obligation for indemnity shall survive termination of this Contract. THE 1NDEMNITY SET FORTH ABOVE SHALL 1NCLUDE, WITHOUT LIMITATION, ANY AND ALL PENALTIES IMPOSED ON ACCOUNT OF THE VIOLATION OF ANY LAW OR REGULATION, CAUSED OR ALLEGED TO BE CAUSED IN WHOLE OR IN PART BY CONTRACTOR'S WORK. CONTRACTOR SHALL (I) AT ITS OWN COST AND EXPENSE AND RISK, DEFEND ALL SUITS, ACTIONS OR OTHER LEGAL PROCEEDINGS THAT MAY BE BROUGHT OR INSTITUTED BY A THIRD PERSON AGAINST OWNER, CITY OF FORT WORTH, CONSTRUCTION MANAGER, ENGINEER, THEIR AGENTS OR SERVANTS ON ANY SUCH CLAIM, DEMAND, OR CAUSE OF ACTION OR SUCH THIRD PERSON OR TO ENFORCE ANY SUCH PENALTY, (II) PAY AND SATISFY ANY JUDGMENT OR DECREE THAT MAY BE RENDERED AGAINST OWNER, CONSTRUCTION MANAGER, OR ENGINEER THEIR AGENTS OR SERVANTS IN ANY SUCH SUIT, ACTION, OR OTHER LEGAL PROCEEDINGS AND (III) REIMBURSE OWNER, CITY OF FORT WORTH, CONSTRUCTION MANAGER, OR ENGINEER THEIR AGENTS AND SERVANTS FOR ANY AND ALL REASONABLE LEGAL EXPENSES 1NCURRED BY ANY OF THEM 1N CONNECTION THEREWITH. ARTICLE 16 — INSURANCE TO BE MAINTAINED BY CONTRACTOR 16.1 Contractor, at its own expense, shall procure and maintain in full force and effect during the performance of this Agreement and for one year thereafter, except as noted below, the following policies of insurance: 16.1.1 Statutory Workers Compensation Insurance and Employer's Liability Insurance with a minimum of $1,000,000 per occurrence. 16.1.2 Broad Form Comprehensive General Liability including Completed Operations, Products Liability Premises and Operations, Contractual Liability, Personal Injury XCU, Broad Form Property Damage, Contractors' Protective, with a combined single limit of not less than $1,000,000 for each occurrence. 16.1.3 Comprehensive Automobile Liability Insurance for all motor vehicles operated by or for Contractor, owned and non-owned, with a combined single limit of not less than $1,000,000. 16.2 During the express warranty period referred to in this Contract, Contractor agrees to maintain said Comprehensive General Liability Insurance, including Completed Operations and Products Liability coverage. 20 16.3 Priar to commencement of the Work described in this Contract, Contractor agrees to deliver to Owner and to Construction Manager, without expense to Owner or Construction Manager, a Certificate (on an ACORD form confirming coverage) from Contractor's insurance companies which shall certify, when applicable, the following: 16.3.1 That each said policy is then in full force and effect and the expiration date and limits thereof. 16.3.2 That each said policy shall not be canceled or materially changed without ten (10) days prior written notice to Owner or Construction Manager. 16.3.3 That each the Owner, the Constiuction Manager, the City of Fort Worth, and the Engineer is named as additional insured under each policy. 16.3.4 That such insurance sha11 expressly provide that "It is understood and agreed that the Owner, the Construction Manager, and the Engineer may have or may procure for its own account non-contributing insurance without notice to this insurance company and without prejudice to this insurance. Any such insurance procured by the Owner shall not be called upon for contribution with the insurance afforded by this policy. This policy shall be considered primary insurance as to Owner, the Construction Manager, and the Engineer in connection with the Work of the insured arising out of or in connection with its Contract with Owner." 16.3.5 That the parties to the described policies of insurance hereby agree to irrevocably waive subrogation, claim, or recovery against the Owner, the Constiuction Manager, and the Engineer in connection with the work certified. 16.4 All of the insurance required to be procured and maintained by Contractor pursuant to Paragraph 16.1 shall be issued by insurance companies acceptable to Owner. When any required insurance, due to the attainment of a normal expiration date or renewal date, shall expire, the Contractor shall supply both the Owner, the Construction Manager, and the Engineer with certificates of insurance and amendatory riders or endorsements that clearly evidence the continuation of all coverage in the same manner, limits of protection, and scope of coverage as was provided by the previous policy. In the event any renewal or replacement policy, for whatever reason obtained or required, is written by a can•ier other than that with whom the coverage was previously placed, or the subsequent policy differs in any way from the previous policy, the Contractor shall also furnish the Owner, the Construction Manager, and the Engineer with a certified copy of the renewal or replacement policy unless the Owner provides the Contractor with prior written consent to submit only a Certiiicate of Insurance for any such policy. All renewal and replacement policies shall be in form and substance satisfactory to the Owner, the Construction Manager, and the Engineer and written by carriers acceptable to the Owner. Certificates of insurance required herein shall provide a statement confirming coverage of the Owner, of the Construction Manager, and of the Engineer as an 21 additional insured. Certificates issued "for informational purposes only" and "which confer no rights on the certi�icate holder", such as ACORD 24, will not be accepted. If the Contractor fails to purchase and maintain, or require to be purchased and maintained, any insurance required herein, the Owner may, but shall not be obligated to, upon five (5) days written notice to the Contractor, purchase such insurance on behalf of the Contractor and shall be entitled to be reimbursed by the Contractor upon demand. ARTICLE 17 — NO WAIVER 17.1 Neither (i) payment to Contractor by Owner of the full Contract price for any portion of the Work, nor (ii) acceptance of the Improvements by Owner or any governmental agency having appropriate jurisdiction shall relieve Contractor of liability for defective materials or workmanship used in the construction of the Improvements or failure to construct the Improvements according to the requirements of the Contract Documents or Change Orders. Acceptance by Contractor of any payment provided for in the Contract Documents shall be a representation by Contractor to Owner that the portion of the Work required by the Contract Documents to be performed before such payment became due, has been completed by Contractor in accordance with the Contract Documents or Change Orders. ARTICLE 18 — WARRANTY 18.1 Except as provided in any special guarantees contained in the Contract Documents or any guarantees by the manufacturers of any materials used in the construction of the Improvements, Contractor shall remedy any defects due to faulty materials or workmanship and shall pay for any damage to other work resulting therefiom which shall appear within the longer of (i) one (1) year after the date of completion of the particular phase of worlc, or (ii) the maintenance period required by the appropriate Governing Public Authority if the Improvements are to be dedicated to public use. ARTICLE 19 — TERMINATION OF CONTRACT BY OWNER 19.1 Should Contractor commit any of the acts of default described in Paragraph 19.2 and should such act remain uncured for a period of ten (10) days after Owner gives written notice thereof to Contractor and Contractor has failed to talce substantial actions during such ten (10) day period to cure such act of default, Owner may, without prejudice to any other rights or remedies given Owner by law, equity or the Contract Documents (i) terminate the services of Contractor under this Contract, (ii) talce possession of the Improvements and all materials located on the Premises for which Owner has made payable to the Contractor, (iii) complete the Improvements by whatever method Owner may deem expedient. 19.2 It shall be deemed to be and constitute an act of default by Contractor if Contractor should: 22 19.2.1 File a petition in bankruptcy, or if a petition is filed against Contractor and such petition is not dismissed within 60 days of its filing. 19.2,2 Make a general assignment for the benefit of Contractor's creditors. 19.2.3 A11ow a receiver of Contractor's assets to be appointed because of Contractor's insolvency. 19.2.4 Refuse or fail, except as provided in Article 9 hereof entitled "TIME FOR COMPLETION: EXTENSIONS OF TIME," to supply enough properly-slcilled workmen or proper materials to complete the Improvements in the time specified in this Contract. 19.2.5 Fail to make prompt payments to Subcontractors, laborers, or materialmen for labor performed on, or materials or equipment used in, construction of the Improvements. 19.2.6 Disregard any 1aw or ordinance relating to the Improvements or the completion thereof; or 19.2.7 Otherwise commit a substantial violation of any material provision of the Contract Documents. 19.3 If, on completion of the Improvements by Owner, the expenses incurred by Owner in completing the Improvements, including any compensation paid by Owner for supervisorial services in completing the Improvements, exceed the unpaid balance of the Contract Price, such excess shall promptly be paid by Contractor to Owner, and if there is any excess of the unpaid balance of the Contract price above such expenses in completing the Improvements, such excess shall promptly be paid by Owner to Contractor. 19.4 Should services of Contractor under this contract be terminated by Owner pursuant to Paragraph 19.1 before completion of the Improvements, Contractor shall promptly, within ten (10) days after service of written notice on Contractor to do so, remove all its equipment and supplies from any property owned or controlled by Owner. Should Contractor fail to so remove its equipment and supplies, Owner may remove the same and store them at the cost and expense of Contractor. 19.5 In addition to Owner's other rights and remedies under this Contract or available to Owner at law or in equity, Owner may elect to terminate this Contract for any or no reason as follows: 19.5.1 This Contract may be canceled and terminated at the option of Owner at any time during the term of the Contract upon thirty (30) days written notice to the Contractor ("Notice of Cancellation"). In the event of such cancellation, the Contractor shall present to the Construction Manager within ten (10) days after 23 Notice of Cancellation, a claim for final payment consisting of the actual amount due based upon the unit prices for Worlc set forth on Exhibit D completed through the thirty (30) day cancellation period. 19.5.2 Payment of such amount plus all retainage shall be made to Contractor within twenty (20) days after the claim for payment is sent to the Construction Manager and the Contractor shall have no other claim against the Owner for such amount and agrees to execute a final lien release. ARTICLE 20 — OTHER CONTRACTORS 20.1 Owner reserves the right to enter into other contracts with other contractor(s) to perform other types of worlc on the Premises. Contractor shall allow Owner, and any such other contractor(s), reasonable opporiunity to store equipment and materials of Owner and such other contractor(s) on the Premises, and to execute and perform such contracts, and Contractor shall properly connect and coordinate the Work with that of Owner and other such contractor(s). 20.2 Where the successful performance of the Contractor's Work is dependent on the proper performance of work under another contract let by Owner in connection with the Improvements, Contractor shall observe the completed work performed under such other contract and promptly serve written notice on Owner of any observed defects therein which will interfere with the successful performance of the Contractor's Worlc. 20.3 Owner and other contractors shall each be responsible for any costs of repairing any damages each has caused to the Improvements. ARTICLE 21 — ATTORNEY'S FEES 21.1.1 Should any litigation be commenced between the parties hereto concerning the Improvements, any provision of the Contract Documents, or the rights and obligations of either in relation thereto, the prevailing party in such litigation proceedings shall be entitled, in addition to such other relief as may be granted, to a reasonable sum as and for its attorneys' fees in such litigation proceeding. ARTICLE 22 — NOTICES 22.1 Unless otherwise specifically provided herein, all notices, demands or other communication given hereunder shall be in writing and shall be deemed to have been duly given as of personal delivery, or if mailed, as of the second business day after mailing by United States registered or certified mail, return receipt requested, postage prepaid, addressed as follows: 24 If to Owner, to: DRH - HWY 114, LLC. 6751 North Freeway, Fort Worth, Texas 76131 Tel: 817-230-0800 If to Contractor, to: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbroolc, TX 76132 Tel: 817-738-3200 or to such other address or to such other person as any party shall designate to the others for such purpose in the manner hereinabove set forth. Delivery to Construction Manager shall be deemed delivery to Owner. ARTICLE 23 — ASSIGNMENTS 23.1 This Contract is for the personal services of Contractor and Contractor shall not assign this Contract, without the prior written consent of Owner, which consent shall be in Owner's sole discretion and may be unreasonably or arbitrarily withheld. Any such assignment without Owner's prior written consent shall be null and void and deemed to be an act of default hereunder. ARTICLE 24 — GENERAL PROVISIONS 24.1 The Contract Documents contain the entire agreement between the parties relating to the transactions contemplated hereby and all prior or contemporaneous agreements, understandings, representations and statements, oral or written, are merged herein. 24.2 No modification, waiver, amendment, discharge or change of this Contract shall be valid unless the same is in writing and signed by the party against which the enforcement of such modification, waiver, amendment, discharge or change is or may be sought. 24.3 Time is of the essence of each obligation of each party hereto. 24.4 The use herein of (i) the neutral gender includes the masculine and the feminine and (ii) the singular number indicates the plural, whenever the context so requires. 24.5 Captions in this Contract are inserted for convenience of reference only and do not define, describe or limit the scope or the intent of this Contract or any of the terms hereof. 24.6 All exhibits referred to herein and attached hereto are a part hereof. 24.7 All terms of this Contract shall be binding upon and inure to the benefit of and be enforceable by the parties hereto and their respective legal representatives, successors and assigns; nothing in the foregoing provision shall be construed to alter the Article entitled "Assignments." 25 assigns; nothing in the foregoing provision shall be construed to alter the Article entitled "Assignments." 24.8 This Contract shall be construed and enforced in accordance with the laws of the State of Texas. 24.9 This Contract may be executed in any number of counterparts, each of which shall be deemed to be an original, but all of which together shall constitute one and the same instrument. ARTICLE 25 — NON-DISCRIMINATION 25.1 Contractor hereby certifies that the Work performed, produced, and/or furnished under this Contract has been or will be performed, produced, and/or furnished in full and complete compliance with all applicable federal and state laws and regulations and amendments thereto, insofar as they relate to non-discrimination in employment including, among others, the Fair Labor Standards Act (29 U.S.C. Section 201 et seq.); the Equal Pay Act (29 U.S.C. Section 206, et seq.); Executive Order No. 11246 (Equal Employment Opportunity) effective October 24, 1965, and all regulations of the Secretary of Labor promulgated thereunder; Section 503 of the Rehabilitation Act of 1973 (29 U.S.C. Section 793) and 41 C.F.R. section 60-741.4 and Executive Order 117589; the Vietnam Era Veterans Readjustment Assistance Act of 1984 (38 U.S.C. Section 2021, et seq.) and 41 C.F.R. Section 60-250.4 and Executive Order 11701; Executive Order 11625 regarding utilization of minority business enterprises; Section '7 of the Defense Acquisition Regulation and Parts 1-7 of the Federal Procurement Regulations; Section 7-104.36(b) of the Armed Services Procurement Regulations (ASPR) setting forth the minority business enterprises subcontractor program clause; Section 7-104.14(a) of the ASPR regarding utilization of small business concerns; Section 1.805 of the ASPR regarding labor surplus area concerns; Section 7.104.14(b) and 7-104.20(b) of the ASPR regarding small business and labor surplus subcontractors; Executive Order 12138 regarding utilization of female-owned business enterprises. Contractor certifies that it does not and will not maintain any facilities it provides for its employees in the segregated manner, or permit the employees to perform their services at any location under its control where segregated facilities are maintained. Contractor agrees to execute, upon Owner's request, Owner's standard form of Certificate of Compliance with the United States Government's laws and regulations governing equal employment opportunity, the employment of the handicapped, and the employment of veterans of the Vietnam era, which Certificate of Compliance, as it may be reasonably revised, upon execution by Contractor shall become a part hereof without further reference thereto. Contractor further agrees that, upon Owner's request, Contractor will obtain identical certificates from proposed Subcontractors prior to the award of subcontracts if such subcontracts are not exempt from the provisions of the aforesaid laws and regulations and that Contractor will retain certifications in its �les. Contractor recognizes its responsibilities under the Immigration and Naturalization Act as recently amended and agrees to comply in all respects with the requirements of the Act as amended in so far as Contractor's employees are concerned. 26 ARTICLE 26 — TAXES 26.1 Contractor shall pay all federal, state, and local taxes including, but not limited to, sales, privilege, use, contracting, and excise taxes owing by Contractor in connection with payments made to Contractor for Contractor's performance under this Contract. 26.2 If Owner subsequently pays any sales, privilege, use, contracting, or excise taxes as an Owner-Builder or Prime Contractor because of the sale or off-site improvements performed or because the property benefitted by such off-site improvements, Contractor will request refunds from the taxing authority of any taxes which it paid and for which Contractor would not have been liable if Owner had been Owner-Builder or Prime Contractor. Contractor shall also, provided Owner paid such tax amounts previously to Contractor, at Owner's election, pay such refunds to Owner, credit refunds to Owner's account or execute a waiver of the right to a refund. ARTICLE 27 — BOOKS AND RECORDS 27.1 Contractor agrees to make, keep and maintain, in accordance with generally accepted accounting principles and practices consistently applied from year to year, complete books, records, invoices and records of payments relating to the Work while it is being performed. 27.2 For the purposes of audit Owner shall have the right to examine either directly or through its authorized representatives or agents, after at least three (3) days prior notice, during business hours and for a reasonable length of time, the books, records, and accounts of Contractor insofar as they are pertinent to this Contract. Owner's right to inspection shall not apply to the Contractor's trade secrets or other proprietary information designated and/or asserted as such. ARTICLE 28 —BOYCOTTING ISRAEL AND ANTI-TERRORISM VERIFICATION 28.1 HOUSE BILL 89 VERIFICATION. By signing and entering into this Agreement, Contractor verifies, pursuant to the Government Code Section 2270.001, it does not boycott Israel and will not boycott Israel during the term of this Agreement. 28.2 ANTI-TERRORISM VERIFICATION. Contractor hereby represents and warrants that at the time of this Agreement neither Contractor, nor any wholly-owned subsidiary, majority-owned subsidiary, parent company or affiliate of Contractor: (i) engages in business with Iran, Sudan, or any foreign terrorist organization as described in Chapters 806 or 807 of the Texas Government Code, or Subchapter F of Chapter 2252 of the Texas Government Code; or (ii) is a company listed by the Texas Comptroller under Sections 806.051, 807.051, or 2252.13 of the Texas Government Code. The term "foreign terrorist organization" has the meaning assigned to such term in Section 2252.151 of the Texas Government Code. 27 ARTICLE 29 —ETHICS 29.1 Form 1295 Filing: By signing and entering into this Agreement, Contractor agrees to comply with House Bill 1295 which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entitv unless the business entitv submits a disclosure of interested parties to the governmental entity or state agency at the time the business entitv submits the s� ed contract to the governmental entity or state agency. Form 1295 Must be filed online at www.ethics.state.tx.us/File. Exhibit I ARTICLE 30 — ENVIRONMENTAL PROTECTION 30.1 Environmental Compliance: Contractor shall comply with applicable laws, regulations, orders and guidance administered by the U.S. Environmental Protection Agency, the Texas Commission on Environmental Quality (TCEQ) and any local agency(s) with jurisdiction. The matters covered by this paragraph include, without limitation, discharges of waste to air, water, or land, solid waste disposal and management of "hazardous substances". 30.2 Compliance with TPDES: All work shall be performed in accordance with the terms and conditions of the general Texas Pollutant Discharge Elimination System (TPDES) permit and the Storm Water Pollution Prevention Plan specific to this project. The Owner will be considered the Operator for the project. By signaiure of this Contract, the Contractor certifies: The Contractor shall be required to maintain all erosion control devices during the Work. The Contractor shall also immediately repair any erosion control devices damaged in the course of the Work. The Contractor shall adhere to all EPA, TCEQ, and MS4 regulations and requirements pertaining to his activities during the term of this contract. 30.3 Jurisdictional Waters of the U.S.: Contractor shall respect all designated "Waters of the U.S." or "Wetlands" at or near the project during his course of construction. No vehicles, machinery, materials storage, fill, or excavation shall occur in these areas unless specified on the plans. If Contractor is unsure of "Jurisdictional Area", he shall notify the Owner's representative for clarification. 28 The Parties hereto have caused this Contract to be executed as of the date set forth below. OWNER: Date: � J ' �� -- 7 J � J By: � . _ � Name: ,� �' i ' r��>> �� � Title: /`f.5 ; . -, �'/✓l . � � �/� 5 :�_ �_ , Witness or Attest• � ' / CONTRACTOR: Date: � 2 c� By: Name: Jc�,, {�,ir.n t Title: � yp � Witness or Attest: 29 . . ��• •_ � IMPROVEMENTS WateY. Sewer, and Draina,�e of Fort Worth approved plan Improvements for Libertv Tf�ails - Phase 2, as shown on the City s prepared by Pane-Dawson En�ineers, Inc., dated October 2020 and all issued revisions thereafter. EXHIBIT B CONTRACT DOCUMENTS The Contract Documents consist of the following: 1. This contract and all exhibits. 2. Plans for the Constracction of Water, Sewer, Pavin�, Draina�e, & Sireet Li�ht Improvenaents to Serve Libertv Trails, Phase 2, prepared by Pape-Dawson En,�ineers, Inc., dated October 2020 and all issued r•evisions thereafter. City of Fort Worth and/or North Central Texas Council of Governments (NCTCOG) Specifications and Standard Details, which are published by the City of Fort Worth and NCTCOG. EXHIBIT C SPECIFICATIONS 1. All utility improvements shall be performed in accordance with the City of Fort Worth and Owner's geotechnical engineer's recommendations, construction plans, and technical specifications. 2. All work shall be performed in accordance with City of Fort Worth Standard Construction Details and Specifications or to North Central Texas Council of Governments (NCTCOG) Specifications and Standard Details as dictated by the City of Fort Worth. Questions regarding City standards and specifications or North Central Texas Council of Governments Specifications and Standard Details should be referred to the City of Fort Worth, or the Engineer of Record. 3. If a specification or construction detail is not provided for any portion of the Contractor's Worlc, the Contractor shall notify the Construction Manager/Owner's representative/Engineer of Record immediately before commencing said Work. EXHIBIT D ESTIMATED QUANTITIES AND UNIT COSTS, PERFORMANCE BOND, PAYMENT BOND MAINTENANCE BOND Water aMl Smver DAP-BIDPROPOSAL Page i of t Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unit of B�d Unit Price Bid Value item No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 2605.3031 4" CONDT PVC SCH 40 (T) LF 100 $14.00 $1,400.00 2 3305.0109 Trench Safety 33 05 10 LF 4,796 $0.10 $479.60 3 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TN 5.0 $4,400.00 $22,000.00 4 3311.0261 8" PVC Water Pipe 33 11 12 LF 4,796 $35.05 $168,099.80 5 3312.0001 Fire Hydrant 33 12 40 EA 4 $4,300.00 $17,200.00 6 3312.2003 1" Water Service (`) 33 12 10 EA 141 $920.00 $129,720.00 7 3312.3003 8" Gate Valve 33 12 20 EA 14 $1,400.00 $19,600.00 TOTAL UNIT I: WATER IMPROVEMENTS $358,499.40 (*)1 SERVICE FOR FUTURE LOT 2, BLK 15, PH 3 UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,862 $3.00 $11,586.00 2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 $120.00 $1,200.00 3 3305.0109 Trench Safety 33 05 10 �F 3,862 $1.00 $3,862.00 4 3305.0113 Manhole Adjusment, Major w/Cover 33 05 14 EA 4 $2,640.00 $10,560.00 5 3305.0113 Trench Water Stops 33 05 15 EA 6 $300.00 $1,800.00 6 3331.3101 4" Sewer Service (*) 33 31 50 EA 138 $870.00 $120,060.00 7 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 2,739 $38.00 $104,082.00 8 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 183 $50.00 $9,150.00 9 3331.4215 15" Sewer Pipe 3311 10, 33 31 12, 33 31 20 LF 890 $58.00 $51,620.00 10 3331.4216 15" Sewer Pipe, CSS Backfill 3311 10, 33 31 12, 33 31 20 LF 50 $97.00 $4,850.00 11 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 10 $2,900.00 $29,000.00 12 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 42 $150.00 $6,300.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $354,070.00 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS Total Water and Liberty Traiis, Phase 2 CIiY OF FORT MORTH S"CANDARD CONSTRUCTION SPECIFICATION DOCOMEMS - DEVELOPER AWARDED PROJEC7S City Pmjea No. 102850 Fortn Version Rtay 22, 20t9 LibertyTrails Phaze 2 Pmposal_Ulililies Bumsm Drainage DAP-BIDPROPOSAL Page 1 of I Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 252 $54.00 $13,608.00 2 3341.0201 21" RCP, Ciass III 33 41 10 LF 246 $63.00 $15,498.00 3 3341.0205 24" RCP, Class III 33 41 10 LF 521 $71.00 $36,991.00 4 3341.0208 27" RCP, Class III 34 41 10 LF 289 $77.00 $22,253.00 5 3341.0302 30" RCP, Class III 35 41 10 LF 42 $89.00 $3,738.00 6 3341.0303 30" RCP, Class IV 36 41 10 LF 270 $96.00 $25,920.00 6 3341.0402 42" RCP, Class III 36 41 10 LF 249 $150.00 $37,350.00 7 3341.1201 5x3 Box Culvert 34 41 10 �F 47 $272.00 $12,784.00 8 3305.0109 Trench Safety 33 05 10 LF 1,664 $0.50 $832.00 9 3349.0001 4' Storm Junction Box 33 49 10 EA 4 $4,300.00 $17,200.00 10 3349.0002 5' Storm Junction Box 33 4910 EA 2 $4,600.00 $9,200.00 11 3349.0003 6' Storm Junction Box 33 4910 EA 1 $5,000.00 $5,000.00 12 3349.5001 10' Curb Inlet 33 49 20 EA 11 $3,800.00 $41,800.00 13 3349.5002 15' Curb Inlet 34 49 20 EA 4 $5,100.00 $20,400.00 14 3349.1011 42" Flared Headwail, 1 pipe 35 49 40 EA 1 $4,900.00 $4,900.00 15 9999.0001 5'x3' Flared Headwali, 1 box 33 49 40 EA 1 $8,700.00 $8,700.00 16 9999.0002 24" Type C Headwall 34 49 40 EA 2 $2,500.00 $5,000.00 17 9999.0003 27" Type C Headwall 35 49 40 EA 2 $2,600.00 $5,200.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $286,374.00 Bid Liberty Treils, Phase 2 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION OOCUhfEMS - DEVELOPER ANARDED PRO7ECTS City Pmjecl No. 102850 Folm Version May 22, 2019 LiberiyTrails Phue 2 Pmposal_Utili�is Bumsco Summary DAP-BIDPROPOSAL Page 1 of 1 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item information Bidders Proposai Bidiist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $358,499.40 UNIT II: SANITARY SEWER IMPROVEMENTS $354,070.00 UNIT III: DRAINAGE IMPROVEMENTS $286,374.00 Total Construction Bid $998,943.40 This Bid is submitted by the entity named below: BIDDER: BY: Burnsco Construction, Inc. TITLE: President 6331 Southwest Blvd. Benbrook, TX 76132 DATE: 8-Sep-20 Contractor agrees to camplete WORK for FINAL ACCEPTANCE within 60 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION Liberty Trails, Phaze 2 C[TY OF FORT NOftTH STeWDARD CONSTRUCTION SPECtF1CAT10N DOCUh1ENTS - DEVELOPER AWARDED PROJECTS City Pmjed No. 102850 FortnVcrsionbfay22,2019 LibertyTailsPhaSe2Pmposal UtiliticsBumcco Bond #022228824 PERFORMANCI: BOND TH E STATG OT' '1'EXAS § § KNOW ALL I3Y THESE PRES�NTS: COUN'I'Y OF TARRANT § That we, Burnsco Construction, Inc. , I<nown as "Principal" herein �ncl Liberty Mutual Insurance Company , a corporate st�rety (stu•eties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and tirmly bound unto the DItH — I-IWY I 14, Ia[ C, authorized to do business in Texas ("District") and tl�e City of Fort Worth, a Texas municipal corporation ("City"), in the penal stun oi'; Nine Hundred Ninety Eight Thousand Nine Hundred Forty Three and 40/100 DOI I81'S (� 998,943.40 �, lawful mouey of the United States, to be paict in Fort Worth, Taiti•ant County, Texas for the plyment of which su►n well and truly to be made jointly unto lhe Owner, the Dish•ict �nd the City as dual obli�ees, we bind om�selves, our heirs, execulors, administrators, successors and assigns, jointly and severally, fii7nly by these ��cesents. WHEREAS, District aiid City liave entered itito an Agreement for the consti�uction of coirununity facilities in the City of Fo►-t Worth by and tlu�ough a Communiry Facilities �1�-eement, C.FA Number 2020-0096; and ND WHL;REAS, the Principal has entered into a certain �vritten contract with the Dish�ict awarded the _Z— clay of dGTa>sEQ , 20 Z+�, which Contract is llez�eby referred to and made a part hereofi for alt purposes as if ft�lly set forth herein, to firrnish all materials, equipment labor and other accessories dcfined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designited as lhe Liberh� Ti�ails - Phcrse 2 Wute��, Se�ver, �rr�d Dr•aint�ge I»tprovement,s�. NOW, THCRErORC, the condition of this obligation is such that if the said Principal shall faitltfitlly perforro it obligations unde�- tlie Conti•act and shall in all i•espects duly and faithfiilly perforn� lhe Work, including Change Orders, under ti�e Contract, according to the plans, specifications, and contract documents therein referred to, and as 4vell during any period of extension of lhe Contract that may be granted on the part of the District ancUor City, then this obligation shall be �nd beco�ne null and void, othenvise to remain in fi�ll force and effect. PROVIDCD I� URTHER, that if any legal actio�a be f'tled on this Boncl, venue shall lie in Tarrant County, `['exas or tlie United States Dish-ict Court for the Northern District of Texas, Fort Worth Division. This bond is made aud executed in compliance with thc provisions of Chapler 2253 of the Texas Gover►�i��ent Code, as amended, and all li�bilities on chis band shall be detei7nined in accordance with the pruvisions uf said statue. IN WITNESS WHCR�OI+, the Pri►�cipal 1nd the Surety have SIGNED and SEALED this instn�ment by duly authorized agents and ofticez's on this ttte Z�THday of 4���a� 20Zo. ATTE � (Principal) Secretary �� J Witness as to Priucipal ,� \ �� �� _ � itness as to Surety PRINC(PAL: Burnsco s�h crion, Inc. BY: Si ature John Burns, President Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company 1�Y: � llJ'1 �� Si n�hu•e Sophinie Hunter, Attomey-In-Fact N�me and Title Address: 2200 Renaissance Blvd. #400 King of Prussia, PA 19406 Tclephone NumUer: 214-989-0000 *Note: If signed by an officer of the Surety Company, there musc be on file a certified extract fi-om the by-la�vs sho�ving that this person has authority to si�i such obligation. If Sttrety's physical address is different from its mailin� address, both rnust be provided. The date of the bond shall not be prior to the date the Contract is a�varded. Bond #022228824 'THF� STATE OF TEXAS COUNTY OP' TARRANT . PAYMENT BOND KNOW ALL BY TH�SE PRESEN'I'S: Tliat we Burnsco Construction, Inc. � Liberty Mutual Insurance Company kno�vn �s "Princip�l" herein and a corporate surety (sureties, if more than one), duly attthorized to do business in tha State of Texas, lcnown as "Sttrety" herein (whether one or more}, are l�eld and firmly bound unto the URH — HWY ] 14, L�,C, autliorized to do business in Texas "(District"), and the City of Fort Worth, a Texas municipal corpot'ation ("City"), in the penal sum Of NineHundredNinetyEightThousandNineHundiedFortyThreeand40/100 Dollars ($ 998,943.40 �� �aW�ll� money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and tnily be made jointly unto tlle Owner, the District nnd the City �►s dual obligees, �ve bind ourselves, our heirs, executors, adtninistrators, successors and assigns, jointly and severally, finnly by these presents: WHEREAS, District and City have entered into an A�•eement for the consti�.iction of comtntmity facilities in ihe City of Fort Wo►-tl�, by and through a Com�T�unity Facilities A�•eemenl, C�A Number 2020-009G; and WHCREAS, Principal has entered into a certain written Contract with DisU•ict, awarded the 2"=o day of O�'aB�x , 20 2-� , which Contract is hereby rcfc>rred to and made �t part hereof for all puiposes as if fiilly set foirth herein, to ftunish �ll malerials, equi�ment, labor and olher �ecessories as detined by la�v, in the prosectttion of the Work as pi•ovided for in said Contract and designated as the Lrbertv Tr•rrils - Phrrse 2 Water•, Setiver, and Drai�ta�e /mprovenients. NOW, TI-ICRLI�ORE, THE CONDITION OF THIS OBLIGATION is such tl�at if Principal shall pay all tnonies o�ving to any (and all) payment boud beneficiary (as de�ned in Chapter 2253 of tl�e '1'exas Govei-�iment Code, as amended) in che prosecution of the Worlc under the Contract, then this obligation shall be and become null and void; ocher�vise to remain iu fiill force and effect. This Uond is made and execufecl in compliance �vilh the provisions of Chaptec 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WiTN�SS WF11�RL0[�, the Principal �nd Surety h�ve each SIGN�D and SEALED this instiliment by duly atichorized a�ents and offc�rs on this tlie �Tr�day of o����- 20 Zo . A'I'T�ST• (Principal) Secretary ' I- v/ Witne s as to Pcincip�l ATTEST: � Utl,- '�� � uXw-- . (5urety) Secret�ry < \ �r Witness as to Surety I'ZtiNCIPAL: Burnsco s ction, Inc. BY: Si ahire John Burns, President Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SU IZE"f Y: Liberiy Mutual Insurance Company sY: il,� ��� l,c��7 Si�iatu e Sophinie Hunter, Attorney-In-Fact Name and Title Address: 2200 Renaissance Blvd. #400 King of Prussia, PA 19406 Telephoi�e Number: 214-989-0000 Note: lf signed by an oft3cer of the Surery, tilere inust be on file a certitied extract fi-om tl�e byla�vs sllo�ving dial tl�is person has authority to sign such obligalion. If Surety's physical address is different from its �ziailing address, both must be provided. 'I'he date of tl�e Uond shall not be prior to the date the Contract is a�varded. CND Ok' SECTION Bond #022228824 TFIE STA'fE O� TEXAS COUNTY OF TARRANT MAINTENANCC BOND § § § KNOW ALL BY `I'HESL PRESCNTS: That we, Bumsco Construction, Inc. rty Mutual Insurance Company Irnown as "Principal" herein and a corporate sw•ety (sureties, if inore than o�le) duly authorized to do business in the Stxte of Tc;xas, known as "Surety" herein (whether one or �nore), are held and firmly bound unto D[tI-1 — HWY 1 14, LLC, authorized to do business in Texas ("District") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum Of NineHimdcedNineryEigli[ThousandNineHundredFortyThreeand40/100 Dollars ($ 998,943.40 �� �1�VfLl� money of tl�e United States, to be paid in Fort Worth, Tai7•ant County, `I'exas, for p�yment of which sum �vell and tnily be ►nade jointly unto the Owner, the District and the City �s dual obligees and their successors, we bind owselves, our heirs, executors, �dminish�ators, successors and assi�is, jointly and severally, firinly by these presents. WH�RCAS, Distcict and City liave entered inco an ngreement for the construction of commtmity facilities in the City of Fort Wortli by and througli a Community Facilities Agreement, CFA Ni�mber 2020-0096; ancl WHERCAS, the Pria�cipal has etrtered into a certain written contract with che District awardecl the 2'=� day of b�To3� , 20 20, which Contract is hereby referred to and a made part Itereof for all put�poses as if fully set forth herein, to fiu•nish a(I materials, equipntent labor and olher accessories as defined by law, in tl�e prosecution of tl�e Work, inclttding any Work resulting from a duly authorized Cliange Order (collectively herein, the "Work") as provided for in said Cot�tract and desi�iated aS the Liber•tv 7rails - Pl�ase 2 Water. Sewer. RJI[I DI'Cll)fClge I►�rprvveniertts; and WHEREAS, Principal binds itself to ttse such materials and to so C011SiI1iCi the Wor(c in accordance �vith the plans, specifications and Contract Documents that the Work is and will retnaiii fi•ee fi•om defects in materials or workmansliip for and during the period of two (2) years after the date of Final Acce�tance of the Work by the City ("M�intenance Period"); and WHEREAS, Principal binds itself to repair or recanstnict the Wqrk in whole or it� part apon receiving notice from the Dish�ict and/or City of the need thereof at any ti�l�e within tl�e Maintenance Period, NOW THEREFORE, the condition of this obligation is such that if Principal shall re�nedy any defective Work, for which ti�nely notice was provided by District or City, to a completioa� satisfactory to the City, then this obligation shall become null and void; otherwise to remai» in full force and effect. PROVIllED, HOWEVER, if Priaicipal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Dish-ict or City anay cause any and all such defective Work to be z-epaired and/or reconst-nlcted with all associated costs thereof being borne by the Principal and the Surety u�adei� tk��s Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed oi� this Bond, venue shall lie in Tarrant County, Texas or the United States District Cocirt foa' the Noz-thern District of Texas, Fort Worth Division; and PROVID�D �U�2.THER, that this obligation sha(1 be continuous in nature and successive recoveries may be had hereon for successive breaches. IN WITNCSS WI-IL1�OI', the Princip�l and the Stn�ety liave each S[GNCD and SCALED this instrument by dttly authot�ized agents �tnd of'ticers on this tlie �7�' day of vcr6�E.e , 20 2.0 . ATTrS ; (Principal) Secrctary _ ��✓v `iv ° � ' % Witness as lo Princip,�l ATTEST: �� �v���� (Surety) Secret \\ ~ Witness as to Surety PRINCIPAL: Burnsc � ons �uction, Inc. BY: / ' ignatu e John Burns, President Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURCTY: Liberiy Mutual Insurance Company I3Y: r ,'�1.l,1L�-C �l �',b.1/ � Si nature Sophinie Hunter, Attorney-In-Fact Name and Title Address: 2200 Renaissance Blvd. #400 King of Prussia, PA 19406 Tcicphone Nuinber: 214-989-0000 '�Note: If signed by au officer of the Surety Company, there must be on file a certified exn•act from tl�e by-laws shuwing that this person has authority to sign such obligation. lf Surety's physical address is different fi-om its mailing address, both must be provided. The date of tt�e bond shall not be pri�r to the date the Contract is a�varded. • Liberty ' Mutualm SURETY This Power of Attomey limits the acts oF those named herein, and they have no aulhority to bind ihe Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company CerGficate No: 8200743 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporafion duly organized under lhe laws of the State of New Hampshire, lhat Liberty Mutual Insurance Company is a corporafion duly organized under lhe laws of the State of Massachusetts, and West American Insurance Company is a corporafion duly organized under the laws of ihe State of Indiana (herein collectivety called the "Companies"), pursuant to and by authority herein set (orth, dces hereby name, constitute and appoint, Robbi Morales Don E Comell Sophinie Hunter Tina McEwan Tonie Petra�iek Ricardo J. Reyna Joshua Saunders, Kelly A. Westbrook all of ihe city of Dallas state of TX each individually if lhere be more Ihan one named, its We and law�ul attomeyan-tact to maKe, execute, seal, aclmowledge and deliver, (or and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligalions, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the seaetary of the Companies in their own proper persons. IN WITNESS WHEREOf, this Power of Altomey has been subscribed by an authorized officer or official of the Companfes and the corporate seals of the Companies have been affixed thereto this 19th day of March , 2019 . State of PENNSYLVANIA County of MONTGOMERY � Liberty Mutual Insurance Company P�, 1NS(/� ��V INSU ��NSUR9 The Ohio Casualty Insurance Company ,�o �pRPOR,�T �L� yo �oaPORv,�y �oP�o�'O"�, y� WestAmericanlnsuranceCpmpany � J3 Fot� � 3 Fo m �3 Foc� -p � 1912 � a 1919 � � 1991 � � r t � o s�A v, o Q o v� Yd,>1Ss4CHUs�.da y� ry�lAMPS�,dD �!s �NOIANP .aa � � � C 9i� * *� �`y� * *d �M * *d BY� 'v� David M. Carey, Assistant Secretary � ���I On this 19th day of March , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Seaetary of Liberty Mutual Insurance o i� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing inshument for ihe purposes —� ;> therein confained by signing on behalf of lhe corpora6ons by himself as a duly authorized officer. � W �� IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. C'� P pqg �� �Q,`',F F Tcc� COMMONWEALTH OP PENNSYLVANIA � ,oNv, /j ` �V d' ?�r �, Noterial Seal � //�2Ai _ , i Qj O �" A �F ` Terese Paslella, Nolery Public �:� T BB . 0� 1 Upper MerionTwp., Montgomery County B)/: ��� '�'�'aJ �r' M Commiseion Ex ires March 28, 2021 � cLo �� a y P eresa Pastella, Notary Public ��,4�� Ngy�V g��f� Member,PennsylvaniaAssociationoFNotanas � � ��•.�'�RY 4U'F � . _ �� This Power of Attomey is made and executed pursuant to and by authority of the following Byaaws and Aulhorizations of The Ohio Casualty Insurance Company, Liberty Mutual o� Insurance Company, and West American Insurance Company which resolutlons are now in fuil force and effect reading as foilows: `� ARTICLE IV - OFFICERS: SecGon 12. Power of Attomey. o� My officer or other offidal of the Corporation authorized for that purpose in wrifing by the Chairman or the President, and subject to such limitafion as the Chairtnan or lhe �o >, President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety ��any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitatlons sel forth in their respective powers of attomey, shall �., ` have full power to bind the CorporaGon by lheir signature and execution of any such instruments and to attach thereto the seal of the Corporalion. When so executed, such Z� instruments shall be as binding as if signed by the President and attested to by the Secretary. My power or authorily granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any fime by the Board, the Chairman, lhe President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Convacts: Secfion 5. Surety Bonds and Undertaldngs. My officer of the Company authorized for that purpose in vrtibng by ihe chairman or the president, and subject to such limitations as the chairtnan or lhe president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limita6ons set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, aufhorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and ali undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consenis that facsimile or mechanicaily reproduced signature of any assistant secretary of the Company, wherever appearing upon a ce�ified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a(ull, hue and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this � day of o4To:9�-1e , Z� Za. � INSUq �ZV INSU a \NS(/� �Jp'��avo�Toy�'t� Q P°�aP��ro9y�' �P��aP��ra �R` r F � F = F 1912 � 0 1919 � � 1991 � "�,,G.dGy�� s �, o a g • d�,"sa,,�H„s�`,�a yo ``�+�hq„Ps�`� �T �rs �Ho,aNp aa y Renee C. Llewellyn, Assistant Seaetary 9j� * r� dy1 * 1�� d,N *�d D� M i� O� G N � O � L p � O �� o� �� S� _� >o a� �' �� �� «- c o0 00 U� o C° _� LMS-12873 LMIC OCIC WAIC MuIU Co_062018 Liberty Mutual� SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtectionnuo,tdi.texas. o�v PRENIIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TExiis AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: htt�://www.tdi.texas.gov E-mail: ConsumerProtection(a�tdi.texas.�o_v DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA EST`E AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP70680901 LMS-15292 10/15 EXHIBIT E SPECIAL CONDITIONS 1. EXCAVATION/COMPACTION SPECIFICATION: All earthwork shall be performed in accordance with the City of Fort Worth and Owner's geotechnical engineer's recommendations and specifications for this project. All excavation quantities shall be defined as in place material (bank yards not truck yards). 2. GOVERNING PUBLIC AUTHORITY SPECIFICATION: All work dedicated to the Governing Public Authority shall be performed in accordance with their Standard Conshuction Details and Specifications. Questions regarding Governing Public Authority standards and specifications should be referred to the City. If a specification is not provided for any portion of the Contractor's Work, the Contractor shall notify the Engineer immediately before commencing said Work. 3. OBSTRUCTIONS: Relocation of franchise poles and underground franchise utilities, and similar items will be performed by Owner, except where otherwise indicated. The Contractor shall coordinate and plan his work around such relocation or removal. 4. WATER FOR CONSTRUCTION: All water required shall be furnished by the Contractor at his expense. Water shall be clean and potable. . . �. ��. .. 6. WET UTILITY EXCAVATION/TRENCH SPOILS: The Wet Utility Contractor shall haul excess utility spoils to an area onsite or an adjacent site as determined by the Construction Manager and/or Owner's Representative. All spoil material shall be defined as in place spoils (bank yards not trucic yards). Spoil relocation shall be incidental to utility construction. 7. EXCAVATION/TRENCH SPOILS (OTHER THEN WET UTILITY SPOILS): Excess spoil material from all construction, including but not limited to franchise utilities and retaining walls, shall be wasted on site or on adjacent site in areas deteimined by the Construction Manager and/or Owner's Representative. Contractors will not disburse any spoils until Construction Manager and/or Owner's Representative issues written instructions as to where spoils shall be placed. Spoils shall contain no rocks larger than 4" in diameter. Contractors are responsible for their spoils. All spoil distribution will be considered incidental to construction. All spoils material shall be defined as in place spoils (bank yards not truck yards). �� � � • �� • - � � � - - � � � ♦ � 9. DEWATERING: Dewatering, if required, is not included as a separate pay item and sha11 be included subsidiary to the bid items. Contractor shall malce determination of extent of dewatering necessary to complete the project in accordance with the plans and specifications. 10. INLETS: The Utility Contractor shall pour storm sewer inlets in two stages. The first stage shall be poured prior to paving and shall not extend above pavement subgrade. Paving Contractor shall block out for inlets when placing concrete pavement. Utility Contractor shall pour inlet tops (second stage) and blockouts after concrete pavement has been placed. Utility Contractor shall be responsible for providing inlet protection against damage during paving operations. 11. ADJI7STMENT OF UTILITIES: It shall be the responsibility of the Utility Contractor to perform any necessary final grade adjustments to all appurtenances (valve stacks, manhole rims, fire hydrants, etc.) and for pouring any blockouts required by the governing public authority. The Utility Contractor shall be responsible for providing false manhole bottoms, if required, and inlet protection during paving operations. The cost to perform this worlc shall be incidental to the bid items. 12. INSPECTION FEES: The Owner shall be responsible for paying all inspection fees required by the governing public authority. Contractor shall be responsible for any fees related to inspector overtime and re-inspections. 13. PERMIT FEES: Contractor shall be responsible for all permit fees, which may include, but not limited to, batch plant permits, grading permits; water meters for construction, driveway permits, wall permits, fence permits, and other similar construction permits. 14. TESTING: The Utility and Paving Contractor shall pay and be responsible for coordinating all testing required to complete his work and acceptance by the Governing Public Authority and the specifications. All independent laboratories must be approved by the Owner and the Govei�ning Public Authority. One set of reports shall be sent to the engineer. �_. _ �. � � �. _.. _ �. ._. _ � • - - --- --- - - ---- --. . . � . ... . .. ... �. - 16. CLEANUP: Each Contractor shall be responsible for making a final cleanup of his worlc before final acceptance by the Owner. This cleanup shall include removal of all objectionable rocks, debris, concrete, asphalt, or other constiuction materials; and in general, preparing the premises in an orderly manner and appearance. �. ►- - '• - ' " ' • •. _�e, . .. . . . . � 18. STORM WATER POLLUTION PREVENTION: The Owner shall prepare a Storm Water Pollution Prevention Plan for the project and install or have installed as per contract, erosion control devices as necessary to comply with the plan and EPA/TCEQ/MS4 guidelines. The Owner shall provide inspections as required by the plan and EPA/TCEQ/MS4. It shall be the responsibility of the Contractor to protect all erosion control devices. Any erosion control damaged shall be immediately repaired at the Contractor's expense. Contractor shall be responsible for protection of fuel and other hazardous substances at the site. It is the Contractor's obligation to secure any and all additional required permits and adhere to all requirements as set forth by, but not limited to, the EPA, TCEQ, and MS4 agencies. The Contractor shall clean streets of all materials upon demand of SWPPP inspector or Owner's representative to maintain the project in good standing with EPA/TCEQ/MS4. 19. TREES: Contractor shall protect all trees unless authorized for removal by Owner. Owner shall back charge any tree damaged by the Contractor at a rate of $150 per caliper inch. The Contractor sha11 not store equipment, vehicles, or materials beneath any tree on the premises. 20. TREE DISPOSAL: Contractor is responsible for the disposal of all trees removed by their work. Tree disposal shall be included in all bid items, unless specified in the bid proposal. Trees shall be disposed of offsite, unless otherwise agreed upon in writing. 21. RECORD DRAWINGS: The Contractor shall furnish and deliver to the Engineer record drawings (i.e. "as- built" plans) showing any and all field changes. The drawings shall be provided to Engineer prior to issuance of final Contractor payment. In lieu of record drawings, if no changes have occurred, Contractor shall submit a written document on Contractor's letterhead, signed by Contractor Owner or Officer stating that the project was built according to Engineer's plans with no changes to project. 22. BONDS: Contractor is responsible to pay for, and must provide payment, performance and maintenance bonds as required by the Owner and the City of Fort Woi�th. EXHIBIT F INVOICING 1NSTRUCTIONS 1. Invoices must include the Project Name, Invoice Date, Pay Application Number and be separated by line items shown on Exhibit D of this Contract. 2. Retainage and cumulative billing data must be included on the invoice. 3. Original notarized partial and final lien releases in a format approved by the Owner must be submitted with all invoices. 4. One (1) original invoice shall be submitted to the Construction Manager/Owner's Representative and one (1) copy to the Engineer. The Construction Manager/Owner's Representative shall forward the invoice to the Owner with a recommendation for approval. The Construction Manager/Owner's Representative wi11 notify the Contractor of any discrepancies in billing prior to forwarding to the Owner. 5. Invoices shall be submitted by the 25t" day of each month. EXHIBIT G SURVEY STAKING PROVIDED BY OWNER A one-time survey staking shall be provided by the Owner's Surveyor, which will include the following: 1. Set initial construction control. 2. Provide storm drain staking for inlets, laterals and main line at 50' intervals. 3. Provide waterline stakes for valve locations, fire hydrants, laterals, and mainline at 50' intervals. 4. Provide sewerline stakes for laterals, manholes, and mainline at 50' intervals. 5. All stalces will be set at an offset decided by the utility contractor. f�:�:i� PROHIBITION ON BOYCOTTING ISRAEL PROHIBITION ON BOYCOTTING ISRAEL AND CONTRACTING WITH TERRORIST ORGANIZATIONS VERIFICATION This verification is hereby incorporated into the terms of the Contract by and between Owner for Broolcfield Fresh Water Supply District No. 1 and Burnsco Construction, Inc. entered into this the 2� day of O�Tb.B�� , 2020. 1.01 Burnsco Construction, Inc., in conjunction with the execution of the above-referenced Contract and in accordance with Chapter 2270 of the Texas Government Code, effective Sept. 1 2017, does hereby agree, confirm, and verify that it: A. Does not Boycott Israel; and B. Will not Boycott Israel during the term of the contract "Boycott Israel" has the meaning given to it in Chapter 808 of Subtitle A, Title 8 of the Texas Goveinment Code. As of the effective date of the statute, the term means "refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action make for ordinary business purposes." 1.02 Contractor hereby certifies that it is not a entity that contracts with or provides supplies or services to a foreign terrorist organization, as defined by Section 2252.151(2), Texas Government Code, and has not been identified as a company lcnown to have contracts with or provide supplies or services to a foreign terrorist organization as identified on a list prepared and maintained under Section 806.051, 807.051, or 2252.153, Texas Government Code. 1.03 Contractor hereby acicnowledges and agrees that this verification is a material term of the contract and Owner is expressly relying on this veriiication in agreeing to enter into the contract with Contractor. 1.04 TO THE MAXIMUM EXTENT PERMITTED BY LAW, CONTRACTOR AGREES TO INDEMNIFY, DEFEND AND HOLD HARMLESS OWNER FROM ALL CLAIMS, CAUSES OF ACTION, LEGAL PROCEEDINGS, DAMAGES, COSTS, FEES AND EXPENSES ARISING OUT OF OR RELATED TO AN ACTUAL OR ALLEGED MISREPRESENTATION BY CONTRACTOR PROVIDED H ND R. Contractor Signature State ofTexas Counly of' "j''�p,4,.L� I�efore me, a noiaiy public, on this d�y personally 1ppearcd � �yjf Q� , 1<nown to me to bc the person whose namc is subscribed to thc foregoing document �nd, being by tne first dttly sworn, declared that the statements therein cont�ined in P�rag�•1ph 1.01 A and B �nd P�ragraph I.02 are true and correct. (Personalized Seal) � �i � L�L �� . Not�ry Publids Sign�il�u�c ��"` "Lp CE5ILIA UNALES ,�- �r Notary ID 1f131G5299G y���V My Commission Expires '� ui ��� July 24, 2022 Reccipt �nd incorporation into the above-referenced conh•act hereby agrecd to ��nd ucknowledgcci by: / Owncr Signature EXHIBIT I FORM 1295 CERTIFICATE OF INTERESTED PARTIES FORM 1295 OFFICE USE ON�Y Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. � Name of business entity filing form, and the city, state and country of the business ♦ � entity's place of business. � ` 2 Name of governmental entity or state agency that is a party to the contract for � which the form is being filed. J► ♦ 3 Provide the identification number used by the governmental entity or state agency to t k� identify the contract, and provide a description of the services, goods, or other property to be provided u� V e contract. � 4 ature of Interest (check applicable) City, State, Country Name of Interested Party (place of business) �� Controlling Intermediary � � 5 ❑Check only if there ' I terested Party. s UNSWORN DECjL�Q N My name is �`` , and my date of birth is My addre � , � (street) (city) (state) (zip code) (country) d �der penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) ADD ADDITIONAL PAGES AS NECESSARY Form provided by Texas Ethics Commission www.ethics.state.Uc.us Revisetl 12/z1/zU� i EXHIBIT I GEOTECHNICAL REPORT � RC� E N G I N GEOTECHNICAL ENGINEERING REPORT LIBERTY TRAILS PHASE 2 DENTON COUNTY, TEXAS Prepared For: D.R. Horton — DFW West Division 6751 North Freeway Fort Worth, Texas 76131 Attn: Steve Howard October 2020 PROJECT NO. 20-24502 www.roneengineers.com ���� �, �Nc�rieertlr�G October 6, 2020 (Revised) Mr. Steve Howard D.R. Horton — DFW West Division 6751 North Freeway Fort Worth, Texas 76131 Re: Geotechnical Engineering Report Liberty Trail Phase 2 North of SH 114, at John Day Road Denton, Texas Rone Report No. 20-24502 Dear Mr. Howard: GEOTECHNICAL ENGINEERING CARThIWORKS CONTROL ENVIRONMCNTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) is pleased to submit the Geotechnical Engineering Report for the above referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-29261-20, dated July 14, 2020. This report presents engineering analyses and recommendations for site grading, foundations, and pavements with respect to known project and site characteristics. Results of field exploration and laboratory testing are provided in the appendix of the report. We appreciate the opportunity to be of service to you on this project and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted, ; � �I���j� G<�pr,>`�' 1 ' . T'� ��. A. Reza Savabi, P.E. Senior Geotechnical Engineer Texas Engineering Firm License No. F-1572 `��P,� E 0 F �����'1,1 *:' . `�' •. * � :................................', �! ABDOL R. SAVABI -fl.,,,,,,�•13752...... ;!u ��� ��y0?'0 yo.o� . Eric M. Hollaba gh, P.E. Senior Geotechnical Engineer DALLAS � FORT WORTH � AUSTIN � HOUSTON 8908 AMBASSADOR ROW � DALLAS, TE�ws 75247 � Te�: 214.630.9745 Paqe 1 INTRODUCTION .....................................................................................................................1 2 PURPOSES AND SCOPE OF STUDY ....................................................................................1 3 FIELD OPERATIONS AND LABORATORY TESTING ...........................................................2 4 GENERAL SITE CONDITIONS ...............................................................................................2 4.1 Site Geology ....................................................................................................................................... 2 4.2 Subsurface Soil Conditions ................................................................................................................. 3 4.3 Groundwater ....................................................................................................................................... 3 5 ANALYSIS AND RECOMMENDATIONS ................................................................................4 5.1 Seismic Site Class ..............................................................................................................................4 5.2 Potential Vertical Rise ....................................:.................................................................................... 4 5.3 Excavation Safety Considerations ......................................................................................................4 5.4 Foundation Recommendations ........................................................................................................... 5 5.5 Subgrade Preparation ......................................................................................................................... 6 5.6 Subgrade Fill ....................................................................................................................................... 7 5.7 Pavement Design Recommendations ................................................................................................ 7 5.7.1 General Discussion ..................................................................................................................... 7 5.7.2 Subgrade Support ....................................................................................................................... 8 5.7.3 Pavement Thickness Determination ........................................................................................... 8 5.7.4 Pavement Subgrade Preparation ................................................................................................ 9 6 SITE PREPARATION AND FILL PLACEMENT ....................................................................10 6.1 General .............................................................................................................................................10 6.2 Site Preparation ................................................................................................................................11 6.3 Select Fill ..........................................................................................................................................13 6.4 Moisture and Density Testing ...........................................................................................................13 6.5 Site Grading ......................................................................................................................................14 6.6 Utility Backfill .....................................................................................................................................14 6.7 Construction Observations ...............................................................................................................15 7 STUDY CLOSURE ................................................................................................................15 8 COPYRIGHT 2020 RONE ENGINEERING SERVICES, LTD . ...............................................16 APPENDIX A Plate VICINITYMAP ........................................................................................................................................................... A.1 GEOLOGYMAP ........................................................................................................................................................ A.2 BORINGLOCATION DIAGRAM ................................................................................................................................ A.3 PVRZONINGDIAGRAM .........................................................................................................................A.3a LOGSOF BORING ............................................................................................................................................A.4-A.32 KEY TO CLASSIFICATIONS AND SYMBOLS ........................................................................................................ A.33 UNIFIEDSOIL CLASSIFICATION SYSTEM ........................................................................................................... A.34 APPENDIX B Paqe FIELDEXPLORATION .............................................................................................................................................. B.1 LABORATORYTESTING .......................................................................................................................................... 6.2 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ...................................... C.1 RONE J IM1Ii�111111N1i GEOTECHNICAL ENGINEERING REPORT 1 INTRODUCTION The proposed project is located approximately'/2 mile north of SH 114 and approximately 500 feet west of John Day Road in Denton County, Texas. The Liberty Trails Phase 2 will include the development of approximately 28 acres of generally vacant land into approximately 137 single- family residential lots, including associated utilities and paved streets. Based on topographic information provided by the client, the site generally slopes downward from the northwest to the southeast, with elevations ranging from approximately 768 feet to 754 feet. Based on proposed grading plans, we understand that up to approximately 3.5 feet of cut and 5 feet of fill will be required to achieve final grades within the proposed building pads. At the time of our field exploration, the site generally consisted of an open grass-covered field. Based on grading plans provided to us, several retaining walls are planned at the site, with heights of up to approximately 4 feet. Global stability analysis of these retaining walls is outside the scope of this report; however, Rone would be pleased to provide a proposal for these services upon request. A site vicinity map and geology map are attached as Plates A.1 and A.2, respectively. The general location and orientation of the site are shown on the Boring Location Diagram, Plate A.3, in Appendix A of this report. 2 PURPOSES AND SCOPE OF STUDY The principal purposes of this study are to review available information on the general subsurface conditions at the site and to develop geotechnical recommendations for the design and construction of foundations and pavements for Phase 2 of the Liberty Trail residential community. To accomplish its intended purposes, the study was conducted in the following phases: Sample borings were drilled to evaluate the subsurface conditions at the boring locations, and to obtain soil and rock samples; Laboratory tests were conducted on selected samples recovered from the borings to estimate the pertinent engineering characteristics of the foundation materials; and Engineering analyses were performed using field and laboratory data to develop foundation and pavement design recommendations. I!II<x=ra��jur��;iil,l;lAr�r=r-,z�, -- -- � �,�� �, �,. �: 1� ;� RON�IhI��111111N1i 3 FIELD OPERATIONS AND LABORATORY TESTING Subsurface conditions for Phase 2 of the proposed development were determined with a total of 29 borings perFormed to the depths of approximately 5 to 15 feet below the existing ground surface within the proposed subdivision. The borings were located in the field by Rone personnel using an aerial photograph of the site and measuring from available site features. The latitude and longitude of the boring locations were measured using a hand-held GPS unit. Ground surFace elevations at the boring locations were interpolated from topographic information provided by the client. The provided locations and elevations are accurate only to the extent implied by the technique used in their determination. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the respective Logs of Boring in the appendix. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory soil tests were performed on selected samples recovered from the borings to confirm visual classification and determine the pertinent engineering properties of the soils encountered. Classification test results are presented on the Logs of Boring. 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurFace conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet, the site appears to be located within the undivided Fort Worth Limestone and Duck Creek Formation (mapped as Kfd). The USGS Mineral Resources On-Line Spatial Data reference contains the following description of this formation: The Fort Worth Limestone is generally light to medium gray, and weathers to a yellow brown. It often contains marine fossils and is generally overlain by medium gray to yetlow-brown calcareous clay. The Duck Creek formation generally consists of highly active residual clay underlain by medium gray to yellow-gray limestone. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. — -- ----- - _ _ � Illl��:��t�y'iiit�..ilf��Gl�ri�r-!>> , �. . ----- --- ------- ------- ------------- - - I� RONE j II�Iifi11111N�i 4.2 Subsurface Soil Conditions The various strata encountered in the borings and their approximate depths and thickness are shown on the Logs of Boring. The stratification boundaries shown on the Logs of Boring represent the approximate locations of changes in types of soil and rock; in-situ, the transition between material types may be gradual and indistinct. A brief summary of the stratigraphy indicated by the borings is given below. Based on the soil boring and laboratory data, the soils at this site generally consist of native fat clay (CH), sandy lean clay (CL), sandy fat clay (CH), and clayey sand (SC) containing various amounts of sand, gravel, calcareous nodules, ferrous nodules, and weathered limestone extending to depths in the borings of approximately 2 to 11.5 feet below the existing ground surface. Underlying the clays, the borings generally encountered tan weathered limestone and/or gray limestone to the boring termination depths of approximately 5 to 15 feet. Practical auger refusal was encountered in the gray limestone at a depth of approximately 5 feet in Boring B-207. The plasticity index (PI) of the cohesive samples tested varied from 17 to 59, indicating low to high soil plasticity. A high plasticity index is generally associated with an increased potential for the active clayey soils to shrink and swell with changes in moisture content. In situ moisture levels ranged from approximately 12 percent below to 6 percent above their measured plastic limits, indicating a wide range of existing subgrade moisture conditions. 4.3 Groundwater Free water was not encountered in borings during drilling or at drilling completion. The scope of work did not include long-term observations of ground water or perched water conditions. In addition, it is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur following periods of drought or rainfall. Groundwater can be encountered above any of the less permeable soil or rock at this site, creating a temporary perched water condition, particularly during wet periods of the year. Groundwater levels should be expected to fluctuate throughout the year with variations in precipitation, runoff, the water levels in nearby surface water features, and other factors not evident at the time of the field services. These observations have been made during the course of the field exploration, as indicated on the Logs of Boring. A groundwater study has not been performed. Long-term observations would �II�x-��I�y/'iil�r,Ilhfd'ar:rr-,i?----- --- — � �� RONE % f I�Ii111I111N1i be necessary to more accurately evaluate the groundwater levels and fluctuations. Rone would be pleased to provide groundwater level monitoring as an additional scope of services, if desired, 5 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Class The site class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; we have assumed the soil and rock conditions below the termination depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2018 International Building Code and Table 20.3-1 of ASCE 7-10, we recommend using Site Class C(Stiff Soil/Soft Rock) for seismic design. 5.2 Potential Vertical Rise The estimated Potential Vertical Rise (PVR) using the TxDOT method, based on a 12-foot deep active zone and the depth to weathered limestone, is estimated to range from less than 2 inches to approximately 4 inches for subgrade soils in a dry moisture condition. Soil moisture levels do not remain constant over time. If the soils in these areas are allowed to dry appreciably, prior to and/or during construction, ground movements could exceed the estimated values when the soils are subsequently given free access to water. For this project, we recommend that foundations be designed based on a PVR of approximately 2 to 4 inches. Details regarding subgrade treatment are presented in Section 5.4 Foundation Recommendations and Section 5.5 Subgrade Preparation. 5.3 Excavation Safety Considerations Please note that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the contractor. Please reference Occupational Safety and Health Administration (OSHA) Standards 29 CFR —1926 Subpart P for guidance in the design of such systems. All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. I�Il�ra���yj nir:ili��l�lAr.i=r-ii�. R4NE / ,�,,,.,���„N, 5.4 Foundation Recommendations Based on the conditions encountered in the borings, the proposed site grading, and the anticipated loading conditions, the proposed residences may be supported on slab foundations bearing on tested and approved native soils, or moisture conditioned fill. Foundation design recommendations are provided below. The proposed residences may be supported on ground-supported foundations consisting of a conventionally reinforced beam and slab system or a post-tensioned slab foundation system, provided the estimated floor movements can be tolerated. Foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical soil movements expected at this site. A net allowable soil bearing pressure of 2,000 pounds per square foot (psf) may be used for design of all grade beams bearing in native soils or select fill. Grade beams should bear at least 18 inches below final grade. Relatively shallow weathered limestone was encountered in some of the borings at this site. If weathered limestone is encountered in only a portion of the foundation excavation at the planned bearing elevation, the excavation should be extended at least 12 inches into the weathered limestone. The processed limestone should then be compacted back into the excavation up to the bearing elevation. This will help reduce the "hinge" condition associated with the transition from soil to rock. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced to minimize cracking as normal movements occur in the foundation soils. Moist soil conditions should be maintained beneath and at least 5 feet beyond slab foundations during their service life. The Post-Tensioning Institute (PTI) parameters are calculated based on the method described in the most recent edition of the PTI manual for designing slab-on-grade foundation systems. Recommended PTI foundation design parameters for a PVR value of 2 and 4 inches and a Thornthwaite Moisture Index (TMI) of minus five (-5) are as follows: I�Ila��l�,l��/ uliFill=�l�la�;�:r-�!> I--- — — --- -- -- --- — -- RQNE j I l�li�lll l IIN1;` \��� Table 1: PTI Criteria Parameter Edge Moisture Variation Distance, em (feet) Differential Soil Movement, ym (inches) Condition Center Lift Edge Lift Center Lift Edge Lift 2 inches 7.5 3.4 1.3 1.5 4 inches 7.5 3.4 1.7 2.0 � A moisture barrier should be used beneath slab foundations. The combination of wet conditions and growth of mold and mildew can create a persistent slip hazard. The PTI method incorporates numerous design assumptions associated with the derivation of variables needed to estimate the soil design criteria. The PTI method of predicting differential soii movement is applicable when soil moisture conditions are controlled solely by the climate on well- graded building pads (i.e. proper drainage, no percolation of water in unlined landscaped areas, no utility water leaks, or other free water sources). Soil moisture typically increases within the subgrade beneath concrete slabs, particularly when the space above the floor slab is enclosed and air-conditioned. As soil moisture increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can perform well under typical natural changes in soil moisture. The differential foundation movements resulting from seasonal soil moisture content changes are typically much lower than movements that can occur due to free water sources near or beneath the structure, which are not directly addressed by the PTI design uL�i • • 5.5 Subgrade Preparation When considering the various subgrade preparation options, it is important to keep in mind that the subsurFace conditions which resulted in the estimated PVR values may not be uniformly present beneath each structure. Some allowance for variable support should be incorporated into the foundation designs for structures at this site. The preparation of a uniform pad beneath each structure is a crucial aspect of site development. To help provide a uniform pad, the depth of fill beneath an individual structure should be uniform within the building footprint, to the extent possible. Design PVR Value I!Il�r=r�i��/'Iii���:ili,I�1�Fr-r���. — — -- � ��� � �. � � � I Rorv�II�Ii�ryll IINIi 5.6 Subgrade Fill Over-excavation is not required to perform moisture conditioning; however, all fill placed within the proposed building pads should be placed following the soil preparation and placement procedures and requirements presented in this report. The controlled fill should extend at least 5 feet outside the perimeter of the proposed structures or other perimeter features sensitive to differential movement. Any deleterious materials or rock fragments greater than approximately 4 inches in diameter encountered within the soils should be removed. The subgrade that will receive fill should be scarified to a depth of 6 inches and compacted to 95 to 100 percent of the material's standard Proctor dry density (ASTM D698) at the optimum moisture content up to 4 percent above optimum (Opt +4). In order to achieve a more uniform soil moisture profile, the moisture treated fill should be placed in maximum 10-inch loose lifts and compacted to a similar density and moisture content. The fill placement in the building pad and pavement subgrades should be monitored and tested on a full-time basis by Rone Engineering to confirm conditions are as anticipated and to confirm the fill is suitable and placed with the proper moisture content and degree of compaction. Density tests should be performed on each lift of reworked clay. 5.7 Pavement Design Recommendations This report includes recommendations for rigid pavements. Maintenance requirements over the life of rigid pavements are typically much lower than flexible pavements, and many consider the long-term appearance of rigid pavements an advantage. Properly maintained flexible pavements typically require regularly scheduled observation and repair, and the placement of an overlay and/or other pavement rehabilitation during the design life should be assumed when designing a flexible pavement. Rigid pavements tend to be more durable and require less maintenance after construction, and rehabilitation/reconstruction of the pavement section is not typically considered a part of the pavement life cycle. 5.7.1 General Discussion Based on the subsurFace conditions encountered in our borings, the anticipated traffic loading conditions, and our local experience, we recommend the proposed pavement consist of jointed 1�11��-1�n��/'llir'r•JII��1��1a���=C,71 �� �' ,_ . �. . � i I----- ---- — — -- ' RUN�1 Ali�lll l I I.41� reinforced concrete pavement (JRCP) supported by lime-treated subgrade. Recommendations for pavements and subgrade treatment are described in the following sections, 5.7.2 Subgrade Support Laboratory test results published correlations with index soil properties, and experience with similar materials were used to estimate a design California Bearing Ratio (CBR) value approximately 3, which was correlated to a resilient modulus, MR, of approximately 4,100 psi. This value correlates with, yet is slightly lower than, numerous resilient modulus values measured in TxDOT projects performed in similar soil types in the Dallas/Fort Worth area. 5.7.3 Pavement Thickness Determination When designing pavement sections, subgrade conditions must be considered along with expected traffic use/frequency, pavement type, and desired design life. Based on laboratory test results and local design experience, the information in the following table was used in our analysis. If actual traffic counts are available, we can recalculate the design sections based on actual traffic values, Table 2: Pavement and Design Inputs Item � Value Roadway Designation Design life Initial serviceability, po Terminal serviceability, pi Concrete modulus of rupture, S'� Concrete modulus of elasticity, E� Collector Streets I Residential Streets 20 years 4.5 2.25 2.0 530 psi 4,000,000 psi Reliability, R Standard deviation, So Load transfer coefficient, J Drainage coefficient, Ca Annual ESAL's Traffic growth Percent trucks Lane distribution factor Composite modulus of subgrade reaction, k UII�r�7���A�/ nl��:ill��;El�rr-n�� 90% I 85% 0.39 3.0 1.0 100,000 2% 2% 1.0 220 pci 25,000 0% 1% 1.0 150 pci _ p- 'E: _ , __.Y; RaN�I lili�llll IINIi The pavement thickness determinations were performed in general accordance with the "AASHTO Guide for the Design of Pavement Structures 1993 edition" using the WinPAS 12 software from ACPA. Based on the analyses, we recommend the foilowing pavement sections: Table 3: Recommended Pavement Sections IThickness (inches) Material Collector Streets Residential Streets Jointed Reinforced Concrete � 8 Lime-Treated Subgrade � 6 0 C� The concrete pavement should have between 4 and 6 percent entrained air. We recommend 3,600 psi compressive strength concrete be used to provide a 530-psi modulus of rupture. Hand- placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath pavements. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to local municipal standards. 5.7.4 Pavement Subgrade Preparation All topsoil, vegetation, and any unsuitable materials should be removed. The pavement subgrade should be proofrolled with a fully loaded (40,000 Ibs.), tandem-axle dump truck or similar pneumatic-tire equipment to locate areas of unsuitable subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to placement of engineered fill and after subgrade construction is complete. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. The existing soils are plastic and can undergo volume change when subjected to moisture variations. If moisture levels in the upper soils decrease, they may shrink and cracks may develop. If the moisture levels of these materials increase, they could swell and lose strength. Shrinkage, swelling, or strength loss could be detrimental to the proper function of the pavement. Lime treatment of clay subgrade is recommended for all concrete pavements to provide more uniform subgrade support and improve these soil's strength characteristics. I�II�r-i�i��/iiGr•ilK;l�lar:f:�-ii� — ---- � � , � i' '� i I—� — -- --- � R�N�,,,�;.,,��,�.,,; Lime treatment shouid be performed in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges, Texas Department of Transportation (TxDOT). We recommend that the actual percentage of lime required be confirmed by collecting soil sample(s) once pavement subgrade elevation is attained. A lime series should be performed on the samples collected and the results should be used to determine the acfival percentage of lime required. Lime treating the upper 6 inches of the subgrade soils will not significantly reduce the normal shrinking and swelling of the subgrade that occurs with seasonal moisture variation, Some vertical movements of the pavements should be expected. Grading and compaction of pavement subgrade should follow the recommendations in Section 6 Site Preparation and Fill Placement below. The final grades should facilitate proper drainage to reduce access of surface water to the subgrade materials. Water can be introduced beneath the pavement through granular materials used for aggregate bases and utility line embedment, and can cause differential movement in the pavement. Aggregate base or a granular leveling course should not be used beneath pavements. To reduce the risk of moisture access and possible swelling, consideration could be given to substituting clay plugs for granular embedment material around all utilities at the edges of the pavement. 6 SITE PREPARATION AND FILL PLACEMENT The following recommendations for site preparation and fill placement may contain elements that do not appear to apply to the presently known conditions at the project site. These items have been included based on our experience that unforeseen obstacles can be encountered, and progress can be delayed while written guidance is prepared. While we cannot cover every possible circumstance, we have attempted to address the most frequently occurring issues in this report section. 6.1 General All grade-supported slabs should be designed to accommodate anticipated potential movements as presented in the "Potential Vertical Rise" section of this report. ---- ---- — � . I�II�a=r�i��julr:.111-;G1���.rx-,i� .�' ,�����; i RC�N�1 1� li • fl I 1 1 I N li Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. All grading should provide positive drainage away from the paving and should prevent water from collecting near the edge of pavements and structures. Also, ditches or swales should be provided to carry the run-off water both during and after construction. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. Roof runoff should be collected by gutters and downspouts, and should discharge away from the building or into storm drains. Backfill for utility lines or along the perimeter beams should consist of site-excavated soil. If the backfill is too dense or too dry, it will swell and a mound will form along the trench line. If the backfill is too loose or too wet, it will settle and a depression will form along the trench line. Backfill should be compacted as recommended in the "Site Preparation and Fill Placement" section of this report. If granular material is used for embedment in utility trenches, we recommend placing a clay plug as a replacement for the granular embedment at the location where the city line is located, at the location where the utility enters the structure, and at other connections. The intent is to prevent free moisture from passing through the granular embedment and entering the soil beneath the structure. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade- supported slabs such as floors, walks, and paving. Trees and large bushes should be located a distance equal to at least their anticipated mature height away from grade slabs. 6.2 Site Preparation Preparation of the site for any future construction should include the removal and proper disposal of any obstructions that would hinder construction. These obstructions include all abandoned structures, foundations, debris, water wells, septic tanks, and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. �I!II�X-r�i��j uir:Jli��Gl�ri=«i? � � I -------- - -- ----- � RCaN E j � It�li'lll l �INIi In general, we recommend that all active utilities that wouid extend beneath the buildings, and are not intended to provide service to the structure, be rerouted around the building footprint. Any abandoned lines should be removed and disposed of properly. Ali abandoned utilities within the buildings that are not removed represent a risk to future building performance; if the lines are abandoned in place, they must be fully grouted and capped so that the pipes do not provide a ready conduit for water. Utility excavation and/or subgrade treatment may encounter shallow weathered limestone which can be difficult to excavate. The selected contractor should have experience in construction and excavation within this material. It should be noted that this study did not include evaluating the eas.e or difficulty of excavation of the subsurface materials at this site. The contractor should use his own experience in the area when forming conclusions regarding appropriate means and methods to accomplish the planned construction. All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be 'removed and disposed of properly. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. All areas to be filled should be disced or bladed until uniform and free from large clods. Soils should be brought to the proper moisture content and compacted as indicated in the Fill Placement Criteria table below. Fill that will be 10 feet or deeper below final grades should be compacted to 97 to 100 percent of its maximum dry density at a moisture content within the range of 0 to 3 percent above optimum (ASTM D698). Table 4: Fill Placement Criteria Item I Description I Plasticity Requirement On-site soils General grading None Imported general General grading LL < 60 ru Moisture conditioned on- Struclural fill site soils I�llar:rd��/ iii�rill=�L'I�r•i=r-ii� None Compaction Standard ASTM D698 ASTM D698 ASTM D698 Density Requirement 95% to 100% of maximum dry densily 95% to 100°/a of maximum dry 92% to 96% of maximum dry densitv Moisture Requirement Optimum moisture to 4% above optimum moisture Optimum mofsture to 4% above optimum moisture At least 4% above optimum moisture l' :„� ic'c. I,'�;'::'� R�N��,.,,.,��, , �.�„ Item Description Plasticity Compaction Requirement Standard Density Requirement 95% to 100% of maximum dry Select fill (soils) � Structural fill � 55 PI 5 15; LL 5 35 � ASTM D698 Select fill (crushed I Structural fill rock or concrete) Select fill (crushed Structural fill — fill rock or concrete) body cap (over soil fill body) Deep fill . General grading 10 feet or deeper Lime treated I Pavement support subgrade Per TxDOT Item 247, Type A or D Grade 1-2, 3or5 Per TxDOT Item 247, Type A or D Grade 1-2 or 5 Liquid Limit less than 60 PI515 ASTM D698 95% to 100% of maximum dry Moisture Requirement Above oplimum moisture Minus 2% to Plus 2% of optimum moisture 95% to 100% of Minus 2% to Plus 2% ASTM D698 maximum dry of optimum moisture density ASTM D698 100% of maximum Minus 2% to Plus 2% dry density of optimum moisture 95% to 100% of Above optimum ASTM D698 maximum dry moisture Pavement base I Pavement Per TxDOT Item 247, I Current TxDOT I 95% to 100% of I Per TxDOT Type A, D Grade 1-2 TEX 113-E maximum dry TEX 113-E or 5 requirements denslty 6.3 Select Fill While select fill is not required for this development, we anticipate that select fill may be used for miscellaneous fill during construction. If select fill is used, it should consist of a clean, natural soil meeting the criteria recommended above. The fill should have a moisture content within the specified range, be placed in loose lifts less than 9 inches thick, and compacted as indicated. Lime-treated, on-site soils may also be used as select fill, provided the PI of the treated material meets the specifications for select fill. The quantity of lime needed to achieve the PI requirement for select fill is not known. The actual percentage of lime should be determined once soils have been stockpiled and sampled. Crushed limestone or recycled concrete can also be used as select fill. The crushed limestone or recycled concrete should meet the criteria listed in the Fill Placement Criteria table. The material should have a moisture content within the specified range, be placed in loose lifts less than 9 inches thick, and compacted as indicated in the table. 6.4 Moisture and Density Testing Field moisture and density tests should be made by the geotechnical engineer or his representative. Tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the specified moisture andlor density, the course should be reworl<ed as necessary to obtain the specified criteria. IJlorr�i���'�ui��.11li��laGti-t—�A --- — � � ;���i°�� i RC�NE ) Ihli�t11111N1i Proper moisture content and compaction must be maintained until placement of the overlying lift, or construction of overlying flatwork. Failure to maintain the moisture content and compaction could result in excessive soil movement that can have a detrimental effect on structures supported on or above the fill. The contractor should provide some means to control the moisture content and compaction (such as water hoses, water trucks, etc.). Maintaining subgrade moisture and compaction is always critical, but will require extra effort during warm, windy, and/or sunny conditions. Density and moisture testing is recommended to provide some indication that adequate earthwork is being performed; however, the quality of the fill is the sole responsibility of the contractor. Satisfactory testing is not a guarantee of the quality of the contractor's earthwork operations. 6.5 Site Grading Site grading operations should be performed in accordance with the recommendations provided in this report. Grading plans and construction operations should strive to achieve positive drainage around all sides of the proposed structures. Inadequate drainage around structures supported on-grade will likely cause excessive vertical movement to occur. 6.6 Utility Backfill If granular material is used for embedment in utility trenches, we recommend placing a clay plug, as a replacement for the granular embedment, at the location where the city line is located, at the location where the utility enters or passes beneath the pavement, and at other connections. The intent is to prevent free moisture from passing through the granular embedment and entering the soil beneath the pavement. On-site clayey soils should be used as backfill. These materials should be placed in maximum 6-inch lifts and properly compacted to between 95 and 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D698), and at a moisture content of at least two percent (min +2%) above the soil's optimum moisture content. In instances where utility lines are more than 10 feet deep, the backfill below 10 feet should be compacted to 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D698), and at a moisture content of within two percent (-2 to +2%) of the soil's optimum moisture content. - — - — --- -� � IJl�nri��jll��ilktil;lar:.Ft,>> . � � , , R�NE f II�Ii�I11111N1i Compacted clay fill will typically experience settlement on the order of 1 to 2 percent of the fill thickness. This should be considered when designing utility lines beneath pavements, flatwork or any structure. 6.7 Construction Observations In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions at the site are similar to the conditions encountered in the borings; however, during construction, anomalies in the subsurface conditions are often revealed. The potential for the presence of varied geologic formations and significantly different support conditions at this site, which could result in changes in our design recommendations, increases the risk of damaging soil movements at this site. Therefore, it is recommended that Rone Engineering Services, Ltd. be retained to observe earthwork and foundation construction, and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non-expansive earth fill pads, and other such subsurface-related recommendations should be considered preliminary. We recommend that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project geotechnical engineer. This results in clear, direct lines of communication among the owner, the owner's design engineers, and the geotechnical engineer. 7 STUDY CLOSURE The analyses, conclusions, and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that -- -- � _� IlII�T�Iii�Y/111i�.1II�tI�1nI;I�Cs?71 :` � � '�' +�' ' R�NE � I lrli�lll I �INIi is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these changed conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads, or finished grades are changed, we urge that we be promptly informed and retained to review our study to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that Rone Engineering Services, Ltd. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, backfill, and/or the construction of foundations as recommended in the report, and such other field observations as might be necessary. This study has been completed for the exclusive use of the client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended. 8 COPYRIGHT 2020 RONE ENGINEERING SERVICES, LTD. This document, including all text and graphics, are copyrighted materials that are the property of Rone Engineering Services, Ltd, except as otherwise noted. This document may not be used, in whole or in part, without the express written permission of Rone Engineering Services, Ltd. , I�I�oC=1�i�Y/ Illii.f��a�f�if•.L'<<i j7. i., '�° ��_ ir' I` i�:� � �— -- — - — — APPENDIX A � SCALE: NTS � �. � 1 RONE E N G I N E E R I N G PLATE A.3 BORING LOCATION DIAGRAM LIBERTY TRAILS - PHASE 2 NORTH SIDE SH 114 AND JOHN DAY ROAD DENTON COUNTY,TEXAS PROJECT NO: FILE NAME: REVISED BY: REVISED BY: APPROVED BY: 2024502.DWG CM DATE: 8-13-2020 DATE: DATE: RS DATE: 8-13-2020 � SCALE: NTS EGE D � ZONE 1: LOTS TO BE DESIGNED FOR 2 INCH PVR � ZONE 2: LOTS TO BE DESIGNED FOR 4 INCH PVR � � RONE E N G I N E E R I N G PLATE A.3a PVR PARAMETERS DIAGRAM LIBERTY TRAILS - PHASE 2 NORTH SIDE SH 114 AND JOHN DAY ROAD DENTON COUNTY, TEXAS PROJECT NO: FILE NAME: DRAWN BY: REVISED BY: REVISED BY: APPROVED BY 20-24502 2024502.DWG DATE: DATE: RS DATE: 8-14-2020 Log Project No. B-201 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Locatlon North Side SH 113 and John Day Road �� Block 10/ �ot 2s Denton County, Texas RO N E Latitude Water Level Observatlons (feet) �a�e E N G I N E E R I N G 33.04326° N While Drilling Not Observed 8-3-20 Lon9itude At Baring CompleUon Not Observed a � 97.37921° W End of Day Not Measured � a n o rn ,Q; .c °' � N � N y N C � C �. � � C a aN+ N O .G �+ O W � O � o� � �° c� E"' z v J y � c w a E a� Stratum Description ` z o w c c= ¢ w � c � a ���ro W �.n a ww mv o 3 Z' co ��� Approximate Surface Elevation = 758.0 feet � O v� a� a tn LL-PL-PI � cn o � c� �57 � FAT CLAY (CH) - brown, with calcareous nodules 3.50 31 50-20-30 8 �% . SANDY LEAN CLAY (CL) - brown, with marl 50/2 3 �� , %/ ./ �� 754.0 � WEATHERED LIMESTONE - tan 50/'/<" 10 50/%i' 5 � 5����4 � 50/Yi' 1 746.0 LIMESTONE - gray � 50/1 " �' 15 � 743.0 50/%z' � Boring Terminated at Approximately 15 Feet •� Proposed Elevation = 760.4 Feet � Approximate Grading = 2.4 Feet Fill 0 rn L w O N 'C .@ E � a� � E � m � n N V .m 1 N N a .N 0 U N .O O C � 7 L N m O m c Maleriai boundaries are a roximale� In silu, Iranslllons ma he radual. 0 N ori��er: Plate A.4 F Drilling Method: Continuous Flight Augers Log ProJect No. B-202 20-24502 Liberty Trails Phases 2, 3 and 4 Boring LocaOon North Side SH 113 and John Day Road R O N E l B l o c k 1 5/ L o t 1 Denton County, Texas Latitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04359° N While Drilling Not Observed 8-1-20 Longilude At Boring Completion Not Observed \ � 97.37870° W End of Day Not Measured o c �- � .. N °� ;; o� a � °' � o a �N o .°'a�� ° v .00 .°n ~ o a�, ;.-' v E "' Z °' � � � � �n a E a� Stratum Description � z �' w°' °'� � � � � = L°' >, `o `� N�, a N = � a � > v v w�o 0 N� W Approximate Surface Elevatlon = 761.0 feet � O ai a a�' a in LL-PL-PI � fn o � c i �LEAN CLAY (CL) - brown, wlth Iimestone pieces 12-12-16 � N=28 70 12 � � 50/5" 19 � 757.0 WEATHERED LIMESTONE - tan, with clay seams 5 i 50/%" 50/%a" 4 40-50/2" 10 � � 50/1/'/a" 50/1" 748.0 LIMESTONE - gray o S 50/1 /%z' �' 15 746.0 50/1" � Boring Terminated at Approximately 15 Feet •e Proposed Elevation = 761.1 Feet � Approximate Grading = 0.1 Feet Fill 0 rn d � 0 m c .� E � m i E 0 v v � m � � v .� > � a`> v c c4 � .n 0 c v � t w rn 0 o> oMalerial boundaries are a roximale• In silu Iransilions ma he radual. '� Driller: � Drilling Method: Continuous Flight Augers Plate A.r'J Log ProJect No, B-203 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road R O N E B l o c k 1 0 A/ Lo t 34 Denton County, Texas Latilude Water Level Observatlons (feet) Dale e N G I N E E R I N G 33.04391° N While Drllling Not Observed 7-31-20 Longilude At Boring Completion Not Observed o � 97.37816° W End of Day Not Measured o c a a a� �. N � �' � � T � y � a � w O � � � •� 'O �� .�0 1-' o � '.� U E z � � � � c �i a E Q� Stratum Description L z o °,c c� a-' w '`` c � a w �` > m v w v'u� � � — � o � N N W �� a a�i a�°i m v �0 3 Z' c o Approximate Surface Elevation = 766.0 feet � O cn a� a tn LL-PL-PI � v� o � c� FAT CLAY (CH) - dark brown, with calcareous nodules 4.50 71 63-23-40 18 764.0 LEAN CLAY (CL) - brown, with calcareous nodules j � 12-12-13 4 % N=25 / 762.0 WEATHERED LIMESTONE - tan, with clay seams 5 7-24-50/2" 4 i 5oi��2 � 50/Y4' 1 a � 550l1 �' 15 751.0 Boring Terminated at Approximately 15 Feet � Proposed Elevation = 768.4 Feet � Approximate Grading = 2.4 Feet Fill 0 rn .�c w 0 a� a .� E � d � E � � � n � ;t v .� > , � m 0 'vi c $ � n 0 c v � t N O1 O m oMalerial 6oundar(es are a roxlmale• In silu Iranslllons ma be radual. N Driller: F Drilling Method: Conlinuous Flight Augers Plate A.6 Log ProJect No. B-204 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road RO N E Block 10A/ Lot 35 Denton County, Texas Latitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04419° N While Drilling Not Observed 7-27-20 Longitude At Boring Completion Not Observed o u 97.37767° W End of Day Not Measured o � °' a o rn ,�; .c � $ �o a vv d �� ° �� �og � ° F- c >;= t� E*' Z °' E V 3 c u�'i Q� a� Stratum Description ` z � w c �� Q-' � � � � a N �' > Cl N � Cl 'O �N � Vl � O � � N W �.n ~a a�iw �v �0 3 �' co Approximate Surface Elevation = 768.0 feet � O tn a fY a rn LL-PL-PI � <n o � t� FAT CLAY (CH) - dark brown, wilh calcareous nodules and limestone fragments 4.5+ 14 4.5+ 84 60-23-37 15 764.0 SANDY LEAN CLAY (CL) - tan, with weathered 9-15-12 5 � Ilmestone N-27 12 � " / 761.0 41-50/6" 6 � WEATHERED LIMESTONE - tan, with clay seams � 50/4'/a" 7 50/2" 1 o i so�3�° s a � 5 753.0 50/%" � Boring Terminated at Approximately 15 Feet 'e Proposed Elevation = 768.7 Feet � Approximate Grading = 0.7 Feet Fill 0 rn a� � 0 m � .� E � L ' E 0 v m � n. N w a .� % N N ;O Co J .O O G 'O 7 .�G N m O � C 'o Malerial boundarles are a roximale• In silu Iransilions ma be radual. N Drfller: F Drilling Method: Continuous Flight Augers Plate A.% Log Projecl No. B-205 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B l o c k 1 6/ L o t 3 9 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04450° N While Drilling Not observed 7-27-20 Longitude At Boring Completion Not Observed 97.37714° W End of Day Not Measured o � °' Q o rn ,a; ._ W Ul � N �,� C .m C 0. � � C a a+ N O ,p '� O W �p O $ .°c F" o � a�i ;�' � E w Z °' •E V � c v�'i a E a� Stratum Description ` z o � c c o Q-' � a c � Q � �� �j �.n a a�i a1°i ro v o 3 Z' c o Approximate Surface Elevation = 765.0 feet � O v� a n: a tn LL-PL-PI � cn o � t� FAT CLAY (CH) - dark brown, with calcareous nodules 4.50 16 763.0 LEAN CLAY (CL) - tan, calcarous / N 6 � 81 38-15-23 10 / 761.0 � WEATHERED LIMESTONE - tan 50/1" 5 50/YZ � S i 50���„ 50/'/a" 1 o i 50���„ �' 15 750.0 50/Y4: � Boring Terminated at Approximately 15 Feet 'e Proposed Elevation = 767.3 Feet � Approximate Grading = 2.3 Feet Fill 0 rn m �L... O N C .� � d N t E � a�i � a N � 'D .@ > N N V Co U N .O O C � 7 L N 01 O � oMalerial boundaries are a roxlmale; In sllu Iranslllons ma he radual. N Driller: � Drilling Method: Continuous Flight Augers Plate A.8 Log Project No. 6-206 20-24502 Liberty Trails Phases 2, 3 and 4 BoringLocation North Side SH 113 and John Day Road '' Block 10/ Lot 22 Denton County, Texas RON E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04284° N While Drilling Not Observed 8-3-20 Longflude At Boring Completion Not Observed o � 97.37885° W End of Day Not Measured o � a Q w r a � � c a ,:: o ,�p � o 'a�i a o $ ° � � �° V �� Z �E V � �uNi .o o � co I— o i �.� � o = a E a� S tra tu m D e s c r i p t i o n ` z o � c c o ¢ � o c �°-' v u�'i E � °= v°1i I— c m vi > � � = c°� E � N W �� a va� ro�' �0 3 Z` co Approximate Surface Elevatfon = 755.0 feet � O cn n. � a�n LL-PL-PI � cn o � t� FAT CLAY (CH) - darl< brown, with calcareous 4.50 96 69-26-43 23 754.0 nodules '/ SANDY LEAN CLAY (CL) - tan, calcarous �/ 50/3Yz' 8 752.0 WEATHERED LIMESTONE - tan i 5o��z � 8 50/6" 5 S 50/6" 50/2'/z' 1 744.0 LIMESTONE - gray o i 5oi2vz � a � 5 740.0 50/2" � Boring Terminated at Approximately 15 Feet •e Proposed Elevation = 759.1 Feet � Approximate Grading = 4.1 Feet Fill 0 rn r w- 0 a� c .� E � a� r E 0 v m � a � v .� > � � ,v_ c c� .°/n 0 c v S L N m O m 'o Maledal boundarles are a rox(mate• In siW lransllions ma be radual. N Driller: � Drilling Method: Continuous Flight Augers Plate A.9 Log Project No. B-207 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B lo c k 11 Lot 16 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04315° N Whlle Dr(Iling Not Observed 8-1-20 Longitude At Boring Completion Not Observed o � 97.37830° W End of Day Not Measured o � °' Q � N D1 �' rn � � � �o °' �w ° 'E v " vN O �-- C >;�;, � E Z Gl J � � C IA a E a�° Stratum Description � z .. w= �� Q � o � � a � v�'i E � °' °' � m �° �a > a w � e�i E � � W �� a a�iw ��' �0 3 Z' co Approximate Surface Elevation = 759.0 feet � O u� a a a<n LL-PL-PI � rn o � c.� FAT CLAY (CH) - darl< brown, with limestone fragments 4.5+ 19 756.0 4.5+ 93 69-25-44 22 WEATHERED LIMESTONE - tan, with clay seams 39-50l2" 4 5 754.0 - Auger refual encountered at 5 feet. Boring Terminated at Approximately 5 Feet Proposed Elevation = 760.7 Feet Approximate Grading = 1.7 Feet Fill r a. � � 0 'c U N O m N r O N C .@ E d a� � E 0 a �' L° n. N "O .� > N N O C U N .n 0 c v � r � rn 0 rn c `o Malarial boundaries are a roxlmate• In sflu Iranslllons ma be radual. N Driller: F Drllling Method: Continuous Flight Augers Plate A.� � Log ProJect No. B-208 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B l o c k 1 2/ L o t 1 6 Denton County, Texas Lalitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04346° N While Drilling Not Observed 7-31-20 Longitude At Boring Completion Not Observed o � 97.37776° W End of Day Not Measured � °' a o rn ;; c Ul Vl �' N y 1!1 C � C � � N p n. ��Vl O �� O � D O � ° F— � �:= V E`� Z v E V c u�i r" .c � o � cv I— o� rn o �-� � o = w a E a� Stratum Description ` z o � � � o Q � o � � a N �' � Gl d N'O �fN � N � O � N� W �� a a�i at°i m.° �0 3 Z' c o Approximate Surface Elevation = 764.5 feet � O cn a� a<n LL-PL-PI � cn o � c� FAT CLAY (CH) - brown, wilh calcareous nodules 4.50 89 64-24-40 20 762.5 ' SANDY LEAN CLAY (CL) - tan, with calcareous 10-11-9 nodules and limestone fragments N_20 14 � � 13-15-18 8 5 N=33 �; 758.5 WEATHERED LIMESTONE - tan i 50���� � 1 50/Y<" o � 750.0 50/'/n" �' 15 749. LIMESTONE - gray 50/%z' Boring Terminated at Approximately 15 Feet '`��'C Proposed Elevation = 767.7 Feet � Approximate Grading = 3.2 Feet Fill 0 rn � � 0 a� c .@ E � � � E � v a� � o. N ;� 'O .� > N N V C U N .O O C � 7 L N m O 0I oMalerlal boundaries are e roximale• In situ Iransillons ma be radual. '� Driller: � Drilling Method: Continuous Flight Augers Plate A.� � Log Project No. B-209 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road R O N E B l oc k 1 2/ Lo t 19 Denton County, Texas Lalitude Water LeVel Ohservatlons (feet) Date E N G I N e E R I N G 33.04375° N While Drilling Not Observed 7-27-20 Longitude At Boring Completion Not Observed �,.., 97.37725° W End of Day Not Measured w °� N � a N � N `� C � C C. �-' C a aN+ q' O �Wp'� O �N �p O '� O � C ��O U N� Z y E U 3 N IA a T a� Stratum Description `� o �� �� Q J � o � � a �� E> vd wv w� �n � � c°�E � � W °� a w af0i m.v �o Approximate Surface Elevation = 765.0 feet � O �n a n: a v� LL-PL-PI � u3i o � � FAT CLAY (CH) - brown, wilh calcareous nodules and limestone fragments 4.50 94 75-32-43 26 763.0 j SANDY LEAN CLAY (CL) - tan, with ferrous nodules and limestone fragments 9"��"9 10 N=19 � 5 � N515 S6 15 � 758.0 12-50/3" 15 WEATHERED LIMESTONE - tan � 50/3" 5 ' � 50/2" 752.0 LIMESTONE - gray O � .ri��3�4 � 7 a � 5 750.0 50/%z' � Boring Terminated at Approximately 15 Feet •� Proposed Elevation = 768,5 Feet � Approximate Grading = 3.5 Feet Fill 0 rn a� « 0 � c .� E w L E � � � m a • w a .� > � a� v .N $ N .O O C � 7 .�C N � O m C 'o Malerial 6oundaries are a roximale• In sllu Iransitlons ma be radual. N Driller: F Drllling Method: Continuous Flight Augers Plate A.� 2 Log ProJect No. B-210 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B l o c k 1 3/ L o t 2 0 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04407° N While Drilling Not Observed 7-31-20 Longitude At Boring Completlon Not Observed , v- 97.37671° W End of Day Not Measured o c °' Q o rn ,;; s d N �- N y N C m C >+ � Gl O 0' N � O � � � ys 'fl � � o� � �« v E.� Z �E � av, a E a� Stratum Description ` z � � � �� a J r� �'� a N � i N d � N'O N� y� � O � � � W �.0 G. W W cN0 � �� 3 � C O Approximate Surface Elevation = 763.0 feet � O u� a� a cn LL-PL-PI � cn o � c.) FAT CLAY (CH) - brown, with calcareous nodules and limestone fragments 4.50 14 760.0 4.50 73 54-21-33 13 SANDY LEAN CLAY (CL) - light tan, with calcareous 13-15-17 � nodules and limestone fragments N-32 3 5 '` 758.0 � WEATHERED LIMESTONE - tan 50/1" 6 50/1'/z' i 5oi��� � 50/'/n" 1 o i 5oiv4 � a��i � 5 748.0 50/Y<" � Boring Terminated at Approximately 15 Feet L Proposed Elevation = 766.9 Feet � Approximate Grading = 3.9 Feet Fill 0 rn m � 0 � � .� E m .�c E 0 v a� � m a�'i a v .� > � m 0 c $ N .O O C � � L N �1 O m oMalerial boundaries are a roxfmale• In sllu Iranslllons ma he radual. N Driller: Plat@ A.� 3 � Drilling Method: Continuous Flight Augers Log Project No. B-211 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B l o c k 1 4/ L o t 1 5 Denton County, Texas Lalitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04442° N While Drilling Not Observed 8-3-20 Longitude At Boring Compleiion Not Observed o � 97.37612° W End of Day Not Measured o � °' Q o rn v s �. N � '" m c � � c a °: �+- o ,°10 .u+3— o 'o� .D o � ,°n � a y'� �.�., E m Z � � w � c v�i Q, E a� Stratum Description ` z o w � �� Q � o c � Q G1 �' i G) d N'D �Vl � � � � O � � N W �.No a w af0i m.° �0 3 Z' c o Approxlmate Surface Elevation = 761.0 feet � O tn a� a�n LL-PL-PI � tn o � c.� FAT CLAY (CH) - darl< brown, with calcareous nodules 4.50 29 4.50 28 756.0 4.50 73 83-29-54 22 5 WEATHERED LIMESTONE - tan, with clay seams 20-32-16 4 N=48 i 50��2 � 50/Y<" 1 748.0 LIMESTONE - gray o � 50/1 Y�' � � 5 746.0 501'/�' �o Boring Terminated at Approximately 15 Feet � Proposed Elevation = 765.9 Feet � Approximate Grading = 4.9 Feet Fill 0 a� rn d � 0 m c .� N N .L. � O � N � �. N a .� N N 'D �N U 1�] O C � 7 t N m O m C 'o Malerial boundarles are a roxlmale• fn sllu lransilfons ma be radual. N Driller: Plate A.�4 F Drilling Method: Continuous Flight Augers Log Project No. B-212 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road ' Block 10/ Lot 18 Denton County, Texas R O N E Lalitude Water Level Observat(ons (feet) Date e N G I N E E R I N G 33.04238° N While Drilling Not Observed 8-1-20 Longitude At Boring CompleUon Not Observed 97.37846° W End of Day Not Measured o � °' a o rn ;; .� N N y N y,� C .� C O. � C a y N Q O �Ul � O `�' � �"' CO . d i�+ � E� Z �•� y ��,, C N a E Q� Stratum Description ` z o � c c� Q-' � = c �� p � E a�i °+�' u°'i I— c m vi > � v = c°� E N W Approximate Surface Elevation = 754.5 feet � O ta'n a a�'' a in LL-PL-PI � v3i o � i� FAT CLAY (CH) - dark brown, with calcareous 24 nodules 26-17-18 10 N=35 752.5 � CLAYEY SAND (SC) - darl< brown �j 12-9-26 45 31-14-17 5 ,+'i N=35 i ;r,•,? 5 ;� 25-11-17 ' N=28 � T�" 748.5 �� LEAN CLAY (CL) - light tan, with calcareous nodules, � ferrous nodules and limestone fragments 15-19-14 84 37-13-24 19 / 746.5 N=33 WEATHERED LIMESTONE - tan 50/2'/a" 13 1 741.5 LIMESTONE - gray a i 50�3�„ a 15 739.5 50/%z' Boring Terminated at Approximately 15 Feet � Proposed Elevation = 756.9 Feet � Approximate Grading = 2.4 Feet Fill 0 rn r r= O N C .� � N N .t. . � � N � ro � N V .� > N N :O C U .O O C 'O 7 L N m O 01 oMalerial boundaries are a roximale• In sllu, Iransiiions ma be radual. N o�'"er: Plafie A.15 � Drilling Method: Continuous Flight Augers Log ProJect No. B-213 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B loc k 1 1/ L o t 1 2 Denton County, Texas Lalitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04271° N Whlle Drilling Not Observed 8-1-20 Longitude At Boring Completion Not Observed 97.37788° W � � End of Day Not Measured � °' N o rn ,;; _ °' a x-' y � n, .°•% N o � w o 'a� .o 0 � o I�` � �:° V E�' Z d � w � c vNi a E a� Stratum Description ` z o w c c� q w = c � a > a, � c°, E � �� W �.n a w w m.v o 3 '�' c o Approximate Surface Elevation = 757.5 feet � O tn a� a tn LL-PL-PI � v� o � c.� FAT CLAY (CH) - darl< brown, with limestone fragments 4.50 96 72-30-42 27 27-37-19 6 N=56 752.5 5 � WEATHERED LIMESTONE - tan, with clay seams 50/2'/z' 6 50/1" 3-16-46 � � N=62 1 743.5 o LIMESTONE - gray a. �' 15 50/1" � � 741.5 50/%z' � Boring Terminated at Approximately 15 Feet o Proposed Elevation = 757.8 Feet rn Approximate Grading = 0.3 Feet Fill a� w „- • 0 � � .� E � L E 0 v- m � n N � .� i � a� v c U .O O C V � L N � O m oMaterial boundaries are a roximale; In situ, Iransilions ma ba radual. N Driller: Plat@ A.� 6 � Drilling Method: Continuous Flight Augers Log ProJect No. B-214 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road RO N E Block 121 Lot 12 Denton County, Texas Latitude Water Level Observatlons (feet) Date E N G 1 N E E R I N G 33.04301° N Whlle Drilling Not Observed 7-31-20 Longitude At Borfng Compleilon Not Obsetved o � 97.37734° W End of Day Not Measured o = � Q .. c�v °1 '�' rn m � $ �o a �N o a=� ° � 'o•° $ �O ~ o °�' m IU— o a"� rn� �—� ,d. = � aNi � � a; Stratum Description �� o �� N� Q N o = o Q � � y W ro.n n~. w a1°i m.° �0 3 Z' c o Approximate Surface Elevation = 763.0 feet � O tn a� a tn LL-PL-PI � cn o � v FAT CLAY (CH) - brown, with calcareous nodules and 20 762.0 limestone fragments ��h��' CLAYEY SAND - dark brown 13-16-19 40 9 •'!'!' N=35 ./yt� �� ��3-15-50/6" 5 � r � 758.0 5 WEATHERED LIMESTONE - tan � 50/1'/z' 1 50/Y2' o i 50���<� a � 5 748.0 50/%z' �O Boring Terminated at Approximately 15 Feet �� Proposed Elevatlon = 763.3 Feet � Approximate Grading = 0.3 Feet Fill 0 rn m � 0 a� c .� E d t E 0 v a� � a y v .� > � a`� v � c4 a 0 � v � 0 � rn 0 rn oMalerial boundarles are a roxlmate; In situ Iransilions ma be radual. N Driller: � Drilling Method: Continuous Flight Augers Plate A.� 7 Log Project No, B-215 20-24502 Liberty Trails Phases 2, 3 and 4 / Boring Location North Side SH 113 and John Day Road RO N E Block 12/ Lot 24 Denton County, Texas Latitude Water Level Observations (feet) Date E N � I N E E R I N G 33.04332° N While Drilling Not Observed 7-28-20 �ongitude At Boring Completion Not Observed � � 97.37683° W End of Day Not Measured o � °' a .. N °� '•' rn � � o a �N o ,a+= ° d .o° � o � � w �,� V •• Z � E v � a, N a E a� Stratum Description � z � E m ��-' � o = �� �n e � �� `v a � _ � a 01 > ::a I— �c�a u�i> � v = c°�E � rm W ro.n a m m m.v o 3 Z' c o Approximate Surface Elevation = 763.5 feet � O cn a� a tn LL-PL-PI � tn ❑ � c� FAT CLAY (CH) - brown, with calcareous nodules 4.50 92 63-22-41 21 4.50 18 759.5 j SANDY LEAN CLAY (CL) - tan, with calcareous �2 �2 � 5 nodules, ferrous nodules and limestone fragments N_19 S '< 756.5 4.50 13 S WEATHERED LIMESTONE - tan 50/1" 50/'/� � 7 i 50���4 � 50/Y;' 1 o � 50/1'/a" d � 5 748.5 50/'/n" � Boring Terminated at Approximately 15 Feet 'e Proposed Elevation = 762.9 Feet � Approximate Grading = 0.6 Feet Cut 0 rn L � O N 'C .@ � d L � � N � 0. N :C � .� > N N V .N O U � O C � 7 L N � O m C 'o Malerial boundaries are a roxlmale; in silu Iransfllons ma 6e radual. N Driller: � Drilling Method: Continuous Flight Augers Plate A.� 8 Log ProJect No. B-216 20-24502 Liberty Trails Phases 2, 3 and 4 Bo�;�9 �o�ar;o� North Side SH 113 and John Day Road RO N E Block 13/ Lot 24 Denton County, Texas Lalitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04362° N While Drilling Not Observed 7-31-ZO Longitude At Boring Completion Not Observed 97.37630° W ' °a "- End of Day Not Measured o c Y Q o rn ;; .c � N � IA C m C a � � c �.,' 4- ,a `= o w .o ,o a o � a� a m J ro `o �_ �� aJ � ` 3 � o. t E°� Stratum Description Z °1 v�i E � :' u°1i F- c m ai > � � = c°� E � �roW @.n a a� w m� 0 3 Z` c o ��� Approximate Surface Elevation = 765,0 feet � O cn a� a cn LL-PL-PI � cn o � t� FAT CLAY (CH) - brown, with calcareous nodules 4.50 15 763.0 WEATHERED LIMESTONE - tan 9-11-9 66 7 N=20 i 50���, 50/2'/z � 5 5 i soi��� � so��i<" 1 o � 750.5 50/1" ° 750. LIMESTONE - gray 50/'/a" 0 15 Boring Terminated at Approximately 15 Feet L Proposed Elevation = 761.7 Feet � Approximate Grading = 3.3 Feet Cut 0 rn L O N 'O .� � `/ N aL.. � � N � a N = 'O .� > N N :O C U � O C 'O 7 L N m O 07 C 'o Malerial boundarles are a roxlmale• In sllu IransiUons ma be radual. N Driller: Plat@ A.� 9 F Drilling Method: Contlnuous Flight Augers Log Project No. B-217 20-24502 Liberty Trails Phases 2, 3 and 4 BoringLocallon North Side SH 113 and John Day Road RO N E Block 14/ Lot 11 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04399° N Whlle Drilling Not Observed 7-31-20 Longitude At Boring Completlon Not Observed � � 97.37570° W End of Day Not Measured � a v o rn ;: .c °' c� —y c p, °�'' N o �'`N-� c � c �° H � >° v �'.•' Z �E v � cu�i a E a� S t r a t u m D e s c r i p t i o n ` z o °,°' O10 � J w o ' � a � c c Q � c � �, � a� � d v'm a� N — � o �� N W �.�n a waroi m� �� 3 Z' co Approximate Surface Elevation = 759.0 feet � O tn a� n. u� LL-PL-PI � cn o � c..� FAT CLAY (CH) - dark brown, with calcareous nodules 4,50 4.50 95 90-31-59 27 755.0 WEATHERED LIMESTONE - tan 10-20-50/5" 5 i 5oi�r„ 50/'/n" 1 o � 744.5 50/Y4' �' 15 744. LIMESTONE - gray 50/Y4' Boring Terminaied at Approximately 15 Feet � Proposed Elevatlon = 760.5 Feet � Approximate Grading = 1.5 Feet Fill 0 rn d w 0 d a .@ E � a� � E 0 �- � � n a v .� � � � c � .n 0 c v � r � rn 0 rn � Malerial boundar(es are a roximale• In silu lransillons ma be radual. 0 y Driller: PIa�@ A.2� F Drilling Method: Continuous Fllght Augers Log Project No. B-218 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road RO N E Block 10/ Lot 14 Denfion County, Texas Latitude Water Level Observations (feet) oate E N G I N E E R I N G 33.04194° N While Drilling Not Observed 8-3-20 Longilude At Boring Completion Not Observed w 97.37806° W End of Day Not Measured o � � � o rn ;; t �- N y N C m C G. � � C a .N N � .O �= O Gl � O $ � � Q � w V � � Z � � d � G IN/1 o, E Q� Stratum Description � z o w c c� Q J w � � � a N � 9 N� N 9 �N � (/� � O � N y W � a a aci a10i c�a � �0 3 Z' c o Approximate Surface Elevation = 752.0 feet � O cn a� a rn LL-PL-PI � cn o � c..� FAT CLAY (CH) - brown, with calcareous nodules 4.50 23 750.0 � LEAN CLAY (CL) - tan, with calcareous nodules, jferrous nodules and limestone fragments 14-14-50/5Y2' 9 � 5 � / 2 N� 22 � 77 32-13-19 10 � j14-23-35 2 � / N=58 % � 50/4'/" 11 10 / / 739.5 LIMESTONE - gray � 50/Yi' �' 15 � 737.0 50/Ya" � Boring Terminated at Approximately 15 Feet L Proposed Elevation = 751.4 Feet � Approximate Grading = 0.6 Feet Cut 0 rn L 4- O N C .� N N y � � N � Q. N V .� > N N � C 8 � a 0 C 'O 7 L N m O QI G 'o Malerial boundarfes are a roxlmale• In silu iranslllons ma be radual. N Driller: F Drilling Method: Continuous Flight Augers Plate A.2� Log Project No. B-219 20-24502 Liberty Trails Phases 2, 3 and 4 BoringLocation North Side SH 113 and John Day Road ROIV.E � Block 11/ Lot 8 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04227° N While Drilling Not Observed 8-1-20 Longitude At Boring Complelion Not Observed a � 97.37748° W End of Day Not Measured o � °' n � N � a�+ � C N ��'' o o. v�ii o ,a -' ° w .o 0 �° �— � >+r V E" Z �E y 3 cN a E a� Stratum Description L z � ,� c c� ¢ J w`�, � � � a N T 9 N N � N'O '1� � y� � O � N��j �� n~. a�iw m� �0 3 Z' �o Approxfmate Surface Elevation = 755.0 feet � O rn a n: a u� LL-PL-PI � tn o � t� FAT CLAY (CH) - dark brown, with limestone fragments 4.50 96 60-23-37 17 753.0 WEATHERED LIMESTONE - tan, with clay seams 50/2" 11 5 13-26-50/3" 7 6-50/4" 33 1 a � 50/1" a � 5 740.0 50/Y4' �O Boring Terminated at Approximately 15 Feet •e Proposed Elevation = 756.8 Feel � Approximate Grading = 1.8 Feet Fill 0 rn L O N C .� E � L E 0 w- d �° o. � :t v .� > m a� v_ .N 0 U .O O C 'O 7 L N m O OI oMalerial boundaries are a roximale• In silu, Iranslllons ma he radual. N Driller: Plat@ A.22 � Drilling Method: Continuous Flfght Augers Log Project No. B-220 20-24502 Liberty Trails Phases 2, 3 and 4 Boring LocaUon North Side SH 113 and John Day Road RO N E Block 12/ Lot 17 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04259° N While Drilling Not Observed 8-1-20 Longilude At Boring Completion Not Observed o u 97.37693° W End of Day Not Measured o � a Q d w `� v '� " °' � � o a � N o ,n ._ o 'w .fl o �,°n F- o �:� � E" Z w E v � C N a E a� Stratum Description � z o � c c� a J 5 � c c°-' p cn E a�i .3 v°�i f— c b u�i > � � = u E � W Approximate Surface Elevation = 761,5 feet � O c°'n a� a in LL-PL-PI � v3i o � v FAT CLAY (CH) - darl< brown, with limestone fragments 4.5+ 20 759.5 SANDY LEAN CLAY (CL) - tan, with calcareous � nodules, ferrous nodules and limestone fragments 2 N=56 6 62 12 757.5 WEATHERED LIMESTONE - tan, with clay seams 5 50/3" 9 33-50/4" 9 50/3" 9 1 0 50/5" 15 �' 15 746.5 o Boring Terminated at Approximately 15 Feet 'e Proposed Elevatfon = 760.0 Feei � Approximate Grading = 1.5 Feet Cut 0 rn L O N � .� E � L � � N � N N N � .� > N N ' 'O C U � O C � 7 L N D1 O � oMaterial boundarfes are a roximale• In silu Iransfllons ma he radual. N Driller: Plat@ A.23 F Drilling Method: Continuous Flight Augers Log Project No. B-221 20-24502 Liberty Trails Phases 2, 3 and 4 Borfng Localion North Side SH 113 and John Day Road � O�� Block 12/ Lot 28 Denton County, Texas LaUtude Water Level Observations (feet) Date E N G I N E E R I N G 33.04288° N While Drllling Not Observed 7-27-20 Longilude At Boring Completion Not Observed ,,.. 97.37643° W End of Day Not Measured y °� y c a o rn ,� r ,..i � IA �• N y IA C m C 4- � � Gl p a N N O '� � O W •� 'O ,`.. .' N ._ U w E° w Stratum Description ��z ~ � � � o a J ; o��� w N E > `wv o �'v .m°1 N _ � o°. � � W �a a a�,a1°i m� �0 3 Z' co Approximate Surface Elevation = 762.0 feet 3 O v� a n: a rn LL-PL-PI � tn o � c� FAT CLAY (CH) - brown, with calcareous nodules and � ferrous nodules 4.50 14 760.0 SANDY FAT CLAY (CH) - tan, with calcareous 3.00 55 68-25-43 15 nodules, ferrous nodules and limestone fragments 8-15-13 6 N=28 5 757.0 � WEATHERED LIMESTONE - tan . 50/4'/z' 50/2Y4 � 5 i so�v<" $ � 50/Y<" o i soiv2� a 747.0 50/3" 6 � � 5 Boring Terminated at Approximately 15 Feet 'e Proposed Elevation = 759.9 Feet � Approximate Grading = 2.1 Feet Cut 0 rn � y 0 v c .� E d � y E � � � a N a .� � N N D Co U � O C � 7 O N O7 O Ol C '� Malerial bou�daries are a roxlmale• In sIW ira�sllions ma be radual. 0 '� Driller: � Drilling Method: Continuous Flight Augers Plate A.24 Log Project No. 8-222 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Locatlon North Side SH 113 and John Day Road RO N'E Block 13/ Lot 28 Denton County, Texas Latitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04320° N While Drilling Not Observed 7-29-20 Longitude At Boring Completion Not Observed o � 97.37590° W End of Day Not Measured o � °' a o rn ,�; t �. N � tA C m C T � y 0 0. y N O ,p - O Ui � O � o� c >,� U "'' z �E V � wN a o � m I— o v� rn� �-� � a = � w � E� a� Stratum Description �� o � D N� Q N o = o a �� N W �� a a�ia10i m� �� 3 Z' �o Approximate Suriace Elevation = 760.0 feet � O cn a� a cn LL-PL-PI � cn o � c..� FAT CLAY (CH) - brown, with calcareous nodules 21 89 64-23-41 16 756.0 lj SANDY LEAN CLAY (CL) - tan, with ferrous nodules 5 %i and limestone fragments � N=50 � 6 754.0 WEATHERED LIMESTONE - tan i soivz � 50/'/a" 1 o � 745.5 50/1 Yz' °��' 745. LIMESTONE - gray 50/1" 0 15 Boring Terminated at Approximately 15 Feet � Proposed Elevation = 759.9 Feet � Approximate Grading = 0.1 Feet Cut 0 rn r 0 � � .@ E � a� � E 0 v- N � �. N � .� > N N U C O U .� O C � 7 L N O1 O m C 'o Material houndarles are a roximale; In silu, Iranslllons ma be radual. N Driller: P�ate A.25 F Drilling Method: Continuous Flight Augers Log Project No, B-223 20-24502 Liberty Trails Phases 2, 3 and 4 BoringLocalion North Side SH 113 and John Day Road RON E Block 14/ Lot 7 Denton County, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04356° N While Drilling Not Observed 7-31-20 Longitude At Boring Completion Not Observed a u 97.37528° W End of Day Not Measured o L °' a o rn ,;; .c �. N y V1 C � C n. � � c a ,°.: N a ,o"= o a, .o 0 $ o � c > ;° t� E "' z `m .E � � m a w E v r Stratum Description "�2 � °� � �-' � o �� a a m � o r� �' Q .,-�. \ � �a N T > N� N'O �Ul � V1 � O � N� W �.No a a�i af0i m.° �0 3 Z` c o Approximate Surface Elevation = 757.5 feet � O rn a� a u� LL-PL-PI � �n o � c� FAT CLAY (CH) - dark brown, with calcareous nadules 4.50 33 4.50 87 86-29-57 24 753.5 WEATHERED LIMESTONE - tan, with clay seams 5 14-19-50/5" 3 i 50�3�„ 50/%a" 1 745.5 LIMESTONE - gray o i so�i2� a � 5 742.5 50/%" Borfng Terminated at Approximately 15 Feet • � Proposed Elevatlon = 758.5 Feet � Approximate Grading = 1.0 Foot Fill 0 rn m Y 0 � c .� E � d � E � � � a y v .� > � `m v c cg n 0 C � � L N O1 O m � Malerial 6oundaries are a roxlmale• In sllu Iransilions ma be radual. 0 N Driller: F Drilling Method: Conlinuous Flight Augers Plate A.26 Log Project No. B-224 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road ' Block 10/ Lot 1 o Denton County, Texas RO N/E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04148° N While Drilling Not Observed 8-3-20 Longitude At Boring Completfon Not Observed o � 97.37763° W End of Day Not Measured o c � a o rn ;; .c a � —y c a .°�� N o �'.��- o 'a�i .fl o $' o� � � r V E•� Z v E � � a� a w E°� �° Stratum Description � z o � � �� Q�' ; o � � a � �, e' j w w ar 'o 'in � vi � o � � N W �.n a w w m� �0 3 Z` � o Approximate Surface Elevatlon = 751.5 feet � O tn a� a v� LL-PL-PI � cn o � c� 751,9 FAT CLAY (CH) - brown, with calcareous nodules 4.5+ 22 ;�,, SANDY LEAN CLAY (CL) - tan, with ferrous nodules !! and limestone fragments � s� 11-27-42 10 � 747.5 N=69 WEATHERED LIMESTONE - tan 5 S 50/4'/z' 39 4 50/4" 50/'/a" � � 741.5 50/Ya" LIMESTONE - gray � 50/'/" `' 15 � 736.5 50/'/<" Boring Terminated at Approximately 15 Feet �C Proposed Elevation = 750.8 Feet � Approximate Grading = 0.7 Feet Cut 0 rn � 0 a� c .� E d L � w � N � � a � v .� > � � v c U .L] O C 'O 7 L N m O m oMalerial boundaries are a roximale; In silu, Iransllions ma be radual. N °�'"er: Plate A.27 � Drilling Method: Continuous Flight Augers Log ProJecl No. B-225 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road RO N E Block 11/ Lot 3 Denton County, Texas Latitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04181° N While Drilling Not Observed 8-3-20 Longitude At Boring Campleiion Not Observed o u 97.37707° W End of Day Not Measured o � °' a o rn ,;; .c �- N � N C ,m C G. �' � C a a�+ N � •`p i= O ? �p O �' °� _ �° v Ew Z °' E a ;' C N Q E a� Stratum Description ` Z o ,� c c= a J ,`�„ ' � � a �� E � �m a�v 'w� a d � c°�E � � W �.n a mw m� �0 3 2' co Approximate Surface Elevation = 754.0 feet 3 O cn a� a cn LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown, wilh calcareous nodules 4.5+ 50/4" 96 69-27-42 21 750.5 WEATHERED LIMESTONE - tan, with clay seams 5 34-48-50/4" 12 50/2" 7 50/6" 7 1 742.0 LIMESTONE - gray � 5011" m� 5 � 739.0 50/3�4 i 13 � Boring Terminated at Approximately 15 Feet •� Proposed Elevation = 755.8 Feet � Approximate Grading = 1.8 Feet FIII 0 rn m � 0 `m c .@ E � v � E � d �° a. h v .� > � d a c U N .O O C � 7 L N 01 O m c Malerial boundaries are a roximate• In silu Iranslllons ma be radual. 0 � o�'"er: Plate A.28 F Drllling Method: Continuous Flight Augers Log Project No. B-226 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Localion North Side SH 113 and John Day Road R O N E B l o c k 1 2/ L o t 3 Denton County, Texas Lalitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04217° N While Drilling Not Observed 7-31-20 Longilude At Baring Compleiion Not Observed , �,.. 97.37649° W End of Day Not Measured o � a a o rn ;; t a� = a N d.� c m � $ o� � w o a � n o {•- o w .o ,o �*• V EY Z °1 E w � c vN, Q E a ro Stratum Description ` z � ° c �_ ¢ J � � � c� w �` > w a� ° m�o 'N � v — � o a � �� �j �.n a w w m.° �a 3 Z` c o Approximate Surface Elevation = 759.0 feet � O cn a a a cn LL-PL-PI � v� o � c� FAT CLAY (CH) - dark brown, with calcareous nodules 4.5+ 757.0 WEATHERED LIMESTONE - tan, with clay seams 20-26-31 N=57 19 5 6-50/4" 21 3 36-50/1'/i' 9 � � 50/1" 50/%2' � 0 50/6" �' 15 744.0 � Boring Terminated at Approximately 15 Feet •e Proposed Elevation = 759.4 Feet � Approximate Grading = 0.4 Feet Fill 0 rn m w 0 d c .� E � r E • 0 �.- � � o. m �a .� > m � v c � n 0 c v � L N m O O7 oMaleriel boundaries ate a roximale• In silu Iranslllons ma 6e radual. '� Driller: � Driliing Method: Continuous FlightAugers Plate A.29 Log Project No. 8-227 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road � Block 12/ Lot 32 Denton County, Texas R O N E Lalitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04244° N While Drilling Not Observed 7-31-20 Longitude At Boring Completion Not Observed o � 97.37601 ° W End of Day Not Measured o = °' a o rn ,�; .c � N � �,�, rn � o� � >° ca.) E`'3 z° �'.E U � cu�i a E a� Stratum Description � z o �,c c� ¢�' � � c � Q1 N �` � al d UI 'O �y � N � � o � � � �j �.a a a�i a1°i m� �0 3 �' � o Approximate Surface Elevation = 760.5 feet 3 O cn a� a �n LL-PL-PI � �n o � � FAT CLAY (CH) - brown, with calcareous nodules 3.00 20 2.50 82 67-24-43 21 755.5 4.00 17 5 / SANDY LEAN CLAY (CL) - tan, with ferrous nodules %' and limestone fragments 33-19-15 �6 N=34 '� 753.5 WEATHERED LIMESTONE - tan � 50/1 /Y<" � 50/%4 � 8 o i 5o�z�� d 745.5 50/Ya" 9 � 15 Boring Terminated at Approximately 15 Feet � Proposed Elevation = 759.3 Feet � Approximate Grading = 1.2 Feet Cut 0 rn L O N 'C .� � d N « � w N � N N N 'D .� > N N U C 8 a 0 � � _ r � m 0 m C 'o Malerial 6oundaries are a roximale; In silu, Iranslllons ma be radual. N Driller: F Drilling Method: Continuous Flight Augers Plate A.30 Log Project No. 8-22$ 20-24502 Liberty Trails Phases 2, 3 and 4 Boring LocaUon North Side SH 113 and John Day Road ' / Block 13/ Lot 32 Denton County, Texas R O N E latitude Water Level Observatlons (feet) Date E N G I N E E R I N G 33.04275° N While Drilling Not Observed 7-31-20 Longitude At Boring Completion Not Observed �... 97.37548° W End of Day Not Measured o = °' a v � c�v � " rn � T $ v o °. � � ° '° '= c i 3 �° 'o o� c >;,., U E z m E � c u�, a E a ro Stratum Description ` z � ° c c= Q J � = c c� p y E � °' °' � °' �° ��n > '"^ a, � c°� E � W Approximate Surface Elevation = 759.0 feet 3 O c�'r� a a�' a in LL-PL-PI � c3n o � V FAT CLAY (CH) - brown, wlth calcareous nodules 4.50 756.0 4.50 83 66-22-44 25 / SANDY LEAN CLAY (CL) - tan, with ferrous nodules 7-10-25 �' and limestone fragments N=35 26 5 754.0 S WEATHERED LIMESTONE - tan 50/27" 14 50/40" i 50���<� � 50/%2 � 13 o � 50/1 Yz' a 744.0 50/'/" � 15 Boring Terminated at Approximately 15 Feet '� Proposed Elevation = 758.9 Feet � Approximate Grading = 0.1 Feet Cut 0 rn a� w 0 � � .� E d L E 0 v � �° a N w 'O .� > N N :O Cp U .f O C V 7 L N � O m oMalerial boundaries are a roximale• In silu Iransilions ma 6e radual. N Driller: F Drilling Method: Continuous Flight Augers Plate A.3� Log Project No. 8-229 20-24502 Liberty Trails Phases 2, 3 and 4 Boring Location North Side SH 113 and John Day Road ' ock 14 Lot 3 Denton County, Texas RO N E B� � LaUtude Water Level Observations (feet) Date E N G I N E E R I N G 33.04310° N While Drilling Not Observed 7-31-20 Longitude At Boring Comple0an Not Observed o � 97.37486° W End of Day Not Measured = a N o rn ;; r °' a � � c p, .°.�� y o � w o 'a� � o � O F_ C > Y V � Y Z d E U � C(/1 w E� r S tra tum Descrip tion � z � � m�� �J � a =' �� �� E � v� o �� ya� Q N — � o°- � � W �.�a a a�i a1°i m v �0 3 Z` c o Approximate Surface Elevation = 756.0 feet � O u� a� a u� LL-PL-PI � cn � � t� FAT CLAY (CH) - dark brown, with calcareous nodules 4.50 4.50 94 76-23-53 23 752.0 WEATHERED LIMESTONE - tan, with clay seams 20-50/5" 21 5 S 50/1" 50/'/z' 5 1 743.0 LIMESTONE - gray r 50/Yz' �' 15 � 741.0 50/'/<" � Boring Terminated at Approximately 15 Feet 'e Proposed Elevation = 758.0 Feet � Approximate Grading = 2.0 Feet Fill 0 � rn a� � 0 `m c '� . E d m � E 0 �- � � a N 'D .@ > d N V Cp U N .b O C � 7 .�C N m O O1 c Malerial boundarias are a roxfmale• In silu Iransltlons ma be radual. 0 N o�'"e�: Plate A.32 F Drilling Method: Continuous Flight Augers SOIL OR ROCK TYPES ,> ` i 1 ���►��� Undocumented Fill Well-Graded Sand (SW) RO N E ���� E N G I N E E R I N G � j%; � Lean Clay (CL) � Clayey Sand (SC) DRILLING AND SAMPLING METHODS � 0 Gravelly Lean Clay (CL) �p�o Well-Graded Gravel (GW) � Fat Clay (CH) = Marl Shelby Split Texas 0 °° Gravelly Fat Clay (CH) ----=- Weathered Shale Tube sPoon P ne Clayey Gravel (GC) Shale Silt (ML) Weathered Limestone � Poorly-Graded Sand (SP) Limestone cFa, Hsa Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils �More inar, so^/o Passing No. 200 Sieve) Consistency Penetrometer Reading, (ts� Unconfined Compression, (psfl Very 5oft < 0.5 < 1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard > 4.0 > 8000 CiOafSe Gfalll0d SOI�S (More lhan 50% Rela(ned on No. 200 Sleve) Penetration Resistance Descriptive Item Relative Density (Blows / Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70°/a 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposfts of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of lhin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different soil types, usually In approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched wilh fingernafl Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rocl< Extremely Weathered Complete color change with consistency, texture, and general appearance approachfng soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.33 Major Divisions Grp� Typical Names Laboratory Classification �,==' Sym. Criteria RO N E �, � Well graded gravels, E N G I N E E R I N G � � � � GW gravel-sand mixtures, •o •� �, � o little or no fines � p� �o�o�Z � �^ m` c C� -p - greater than 4: C� ------ between 1 and 3 > O� C � � �a D X Deo � � .� � �, Poorly graded gravels, � o ,� �, c� � GP gravel-sand mixtures, � Not meetin all radation re uirements N �' °�,' .� v little or no fines � �n g or GW a � � � Z � � � � N '� � � �"- � Silty gravels, gravel -�� c°"i� cvi� N Liquid and Plastic limits Liquid and plastic �� °� ��� GM sand - silt mixtures .N °' ��� below "A" line or P.I. limits plotting in �' �- c N�' cn �? � hatched zone �� �� ��� � o � v� greater than 4 between 4 and 7 .� � cv '� � o �`� C� �? �' ° �n � �n Q, c °' z ��:� Liquid and Plastic limits are borderline � _ � �, a � Clayey gravels, gravel � � � � � „ „ . cases re uirin use �� � � Q� G C _ sand - clay mixtures o` r ;� a b o v e A l i n e w i t h P. I. p g �, v L � `~ " ` greater than 7 of dual symbols c`� � � > �' � o � t6 v � .�n � � SW Well graded sands � � `�° � o (o �Z 0 o N �� gravelly sands, Ilttle ol' � o : � C� q greater than 6: C� D x D between 1 and 3 ,_ � �s o no fines -o � �, ° @ � fA fn G C � � L � C L � ' L � `� > � � Poorl raded sands, `�° � � c � � �; ,� � a� Y g 4-- _ ��, m Not meeting all gradation requirements � �� U� SP gravelly sands, little or � o � L ; for SW �, � � `�' —' no fines a� � �, Q. � .� � �� � � � SM Silty sands, sand silt �@ o � �� Liquid and Plastic limits Liquid and plastic _c � �� � m i x t u r e s � a�� r�- b e l o w A l i n e o r P. I. l i m i t s p l o t t i n g � L .c ,� `'= a ��6 �'-' }' � less than 4 between 4 and 7 ro� 3 v o ��� uNi � o .;� = a� .,� � �, �. �, o .,� are borderline o� �� o Clayey sands, sand � a@—' �"' Liquid and Plastic limits cases requiring use � � Q� SC cla y mixtures ��� above A line with P.I. of dual symbols � � o o� greater than 7 Inorganic silts and very fine ^ sands, rock flour, silty or � �� ML clayey fine sands, or clayey 60 � � — silts with slight plasticity o �� .� � Inorganic clays of low to N � CL medium plasticity, gravelly o ��,-� clays, sandy clays, silty 50 z = a' clays, and lean clays CH c cA � @ Organic silts and organic -� OL N` silty clays of low plasticity � 40 _ � � .o — Z �� � � Inorganic silts, micaceous � N ` MH or diatomaceous fine sandy � 30 '� '� �� or silty soils, elastic silts g �' OH and MH �'� � �� � a� �� �° � c CH Inorganic clays of high 20 ji ��� plasticity, fat clays °' °�� CL � »� •— � �'� OH Organic clays of inedium to 10 s high plasticity, organic silts ���;., �c��M�����' � M and OL ro � >,.� � 0 10 20 30 40 50 60 70 80 90 100 °� � �� Peat and other highly o °� �� Pt organic soils LIQUID LIMIT � = O • PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.34 � � � � i R�N�,„�;,,���,,,,�: FIELD EXPLORATION Subsurface conditions were evaluated with 26 borings performed to depths of approximately 20 feet below existing grades at the locations shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring, including sample depth, description, and soil classification based on the Unified Soil Classification System (USCS), are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented in Appendix A. Relatively undisturbed samples of cohesive soils were obtained using a tube sampler at the depths indicated on the Logs of Boring. The tube sampler consists of a nominal 3-inch diameter steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is hydraulically pushed into the soil. The soil specimens were extruded from the tube in the field, described, tested for consistency with a hand penetrometer, and packaged to reduce moisture loss. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a'/-inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately'/4 inch, and the piston penetration resistance is recorded in tons per square foot (tsf) at the appropriate depth on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split-barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the 18- inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were packaged and returned to our laboratory for further examination and testing. : RUN�,,,�;�.,��,�„�, Rock and rock-like materials encountered in the borings were evaluated with a modified version of the Texas Cone Penetration (TCP) test. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each hammer blow. This method was modified by using a 140-pound hammerfalling 30 inches, resulting in 350 foot-pounds of per blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6- inch increment is recorded at the respective test depth on the log of boring. In hard materials (rock or rock-like), the penetrometer cone is driven 100 blows, and the resulting penetration distances are recorded in inches for the first and second sets of 50 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the Logs of Boring. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of the borings, the boreholes were bacl<filled with auger cuttings to ground level. a i_l�l R[�NE / f 1� li ' 11 1 I i���� LABORATORY TESTING Laboratory tests were performed on selected samples recovered from the borings to evaluate the engineering characteristics of the subsurface materials encountered and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory and were later refined based on results of the laboratory tests. The samples were visually classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was confirmed for selected samples using index property testing including natural moisture content, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Atterberg Limits I ASTM D4318 Percentage of Particles Passing the No. 200 Sieve I ASTM D1140 Moisture Content I ASTM D2216 Dry Unit Weight I ASTM D2167 : The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk-confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borIngs and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and l�istorical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requlrements of the project. These reports may be tifled investigations, explorations, studies, assessments, or evaluations. Reg�rdless of the tide used, the geotechnical-engineering report is an engineering interpretation of the suUsurface conditions within the context of the project and does not ►•epresent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geoteclinical engineers structure their services to meet the specific needs, go�ls, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil-worlcs constructor or even a different civil engineer, Because each geotechnical-englneering study is unique, each geotechnical-engineering report is unique, prepared solely for the client, Lilcewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project, Do not rely on this report if your geotechnical engineer prepared it: . for a different client; • for a different project or purpose; . for a different site (that may or may not include all or a portion of the original site); or . before important events occurred at the site or adjacent to it; e.g., man-made events like construction or envi►•onmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be af£ected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools, lf yoii nre the lenst bit uncertnin about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time — if any is required at all — could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in f«n. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project-specific factors when developing the scope of study behind this report and developing the confirmation-dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect; . the site's size or shape; . the elevatlon, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; . the composition of the design team; or . project ownershlp, As a general rule, ahvnys inform your geotechnical engineer of project or site changes — even minor ones — and request an assessment of their impact. 7hegeotechnicnl engineer who prepnred fhis report cnnnot nccept ■ ■ ■ I I � � responsibility or linbilrty for proGlems thnt nrise becnuse the geotechrticnl englneer tivns not infor»ted nbout developments the engineer other�vlse �vould {tave co�isldered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction Uegins, geotechnical engineers explore a site's suUsurface using various sampling and testing procedures. Geotechnicnl engineers cnn observe nctual subsurface conditiorts ortly nt those spec�c locations svhere sampli��g and testing is perforn�ed. The datl derived from that sampling and testing were reviewed Uy your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may d(ffer — maybe significantly — from those indicated in this report. Confront tliat rislc by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quicldy, whenever needed, This Report's Recommendations Are Confirmation-Dependent The recommendations included in this report — including any options or alternTtives — are confirmation-dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after ol�servliig nclual subsurface cortditions exposed during construction. If through observation your geotechnical engineer confirms that the condikions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred, The geotechnical engineer rvho prepnred this report cnnnot assume responsibiltty or linbility for confirmntion-dependent recommendntlons if yo[t fQil to retain that engirieer to perfornt construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: . confer with other design-team members; . help develop specifications; • review pertinent elements of other design professionals' plans and specifications; and be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction- phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated-subsurface-conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems tliis practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, wlth your contract documents, but be certai�i to tiote conspicuously thnt you'ye incli+ded the mater�nl for tnforrnatlon purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no rIght to rely on the interpretations, opinions, conclasions, or recommendations in the report, Be certain that constructors know they may learn about speclfic project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allotv enoitgit time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financlal responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rocic on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nuctured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes, To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsiUilities begin and end, to help others recognize thelr own responsibilities and risks. Read tltese provisions closely. Aslc questions. Your geotechnical engineer should respond fully and franldy. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and techniques used to perform a�i environmental study — e.g„ a"phase-one" or "phase-hvo" environmental site assessment — differ significandy from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., aUout the likelihood oFencountering underground storage tanlcs or regulated contaminants. Unanticipated subs��rfnce envirotmie��tnl proble�ns Hnve led to project farlures. If you have not obtained your own environmental information about the project site, aslc your geotechnical consultant for a recommendation on how to find environmental risk-management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moislure — including water vapor — from the soil through Uuilding slabs and walls and into the building interior, where it can cause mold growth and material-performance deficiencies. Accordingly, proper t»tplefnentntion of tl�e geotecl�nicnl engineer's reco»�►netrdatiotts tivill � of itself be su.(fictent to prevent nrotstftre ittfiltrntton. Co►:fro►it tbe risk of tnofsttire ittfiltrntlott Uy including building-envelope or mold specialists on the design team. Geoteclinicnl e►�gineers nre not Gttildi►tg-e�tvelope or inold specinlists. �GEOPROFESSIONAL BUSIIVESS �/ C1 ASSOCIATION Telephone;301/565-2733 e-mail: info@geoprofessional,org www.geoprofessional.org Copyright 2019 by Geoprofessional Dusiness Association (GBA). Duplicatlon, reproductlon, or copying of this document, In whole or in part, by any means tvhatsoever, is slrictly prohibl[ed, except with GDA's spedfic wrillen pennisslon. Excerpting, quoting, or olherwise extractlng tvording from lhis document is permilted only tvith the express written pennission of GBA, and only (or purposes of scholarly research or book revietv. Only mem6ers of GBA may use Ihis document or fts wording as a complement to or os nn element o[a report of any kind. Any other finn, indivldual, or olher entity Ihat so uses this document without being a GBA member could be mmmitUng negligent