Loading...
HomeMy WebLinkAboutContract 57676-PM1CSC No. 57676-PM1 1 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc CONSTRUCTION CONTRACT TABLE OF CONTENTS Page No. INVITATION TO BIDDERS -… ................................................................................... 4 RECITALS - ……….......................................................................................... 5 ARTICLE 1 – DEFINITIONS ......................................................................................... 5 ARTICLE 2 – CONSTRUCTION ................................................................................... 6 ARTICLE 3 – CONTRACT PRICE AND PAYMENT .................................................. 7 ARTICLE 4 – CONTRACT DOCUMENTS .................................................................. 8 ARTICLE 5 – SURVEYS, STAKES, AND PERMITS .................................................. 8 ARTICLE 6 – EXAMINATION OF JOB SITE............................................................ 10 ARTICLE 7 – TESTING, INSPECTIONS AND CORRECTION OF WORK ............ 10 ARTICLE 8 – CHANGES IN WORK .......................................................................... 11 ARTICLE 9 – TIME FOR COMPLETION: EXTENSIONS OF TIME ...................... 11 ARTICLE 10 – USE OF LAND BY OWNER .............................................................. 13 ARTICLE 11 – TRAFFIC CONTROL AND CLEAN UP ........................................... 13 ARTICLE 12 – SUBCONTRACTORS ........................................................................ 13 ARTICLE 13 – PROTECTION AND CHARACTER OF WORKMEN ...................... 14 ARTICLE 14 – PROTECTION OF PROJECT ............................................................. 15 ARTICLE 15 – INDEMNITY AGREEMENT ............................................................. 15 ARTICLE 16 – INSURANCE TO BE MAINTAINED BY CONTRACTOR ............. 16 ARTICLE 17 – NO WAIVER ....................................................................................... 18 ARTICLE 18 – WARRANTY....................................................................................... 18 ARTICLE 19 – TERMINATION OF CONTRACTOR BY OWNER ......................... 18 2 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc TABLE OF CONTENTS, Continued Page No. ARTICLE 20 – OTHER CONTRACTORS .................................................................. 20 ARTICLE 21 – ATTORNEY’S FEES .......................................................................... 20 ARTICLE 22 – NOTICES ............................................................................................. 20 ARTICLE 23 – ASSIGNMENTS .................................................................................. 21 ARTICLE 24 – GENERAL PROVISIONS .................................................................. 21 ARTICLE 25 – NON-DISCRIMINATION .................................................................. 22 ARTICLE 26 – TAXES ................................................................................................. 23 ARTICLE 27 – BOOKS AND RECORDS ................................................................... 23 ARTICLE 28 – BOYCOTTING ISRAEL & ANTI-TERRORISM VERIFICATION . 23 ARTICLE 29 – ETHICS ................................................................................................ 24 ARTICLE 30 – ENVIRONMENTAL PROTECTION ................................................. 24 SIGNATURE PAGE .................................................................................................... 25 3 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc TABLE OF CONTENTS, Continued LIST OF EXHIBITS EXHIBIT A IMPROVEMENTS EXHIBIT B CONTRACT DOCUMENTS EXHIBIT C SPECIFICATIONS EXHIBIT D ESTIMATED QUANTITIES AND UNIT COSTS EXHIBIT E SPECIAL CONDITIONS EXHIBIT F INVOICING INSTRUCTIONS EXHIBIT G SURVEY STAKING PROVIDED BY OWNER EXHIBIT H PROHIBITION ON BOYCOTTING ISRAEL EXHIBIT I FORM 1295 EXHIBIT J GEOTECHNICAL REPORT 4 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc INVITATION TO BIDDERS FOR LIBERTY TRAILS, PHASE 5 - PAVING IMPROVEMENTS RECEIPT OF BIDS Sealed bids addressed to the Board of Directors of the Brookfield Water Control and Improvement District of Denton County, 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 5 - Paving Improvements, until 2:30 PM, Local Time, Thursday, February 17, 2022, and then publicly opened and read for “Liberty Trails, Phase 5 - Paving Improvements, Denton County, Texas.” GENERAL DESCRIPTION OF WORK The major work will consist of the following: Paving Improvements: Approximately 17,950 SY of 6” Concrete pavement, lime-treated subgrade, barrier free ramps, concrete sidewalks, and related work. The above Improvements are a part of the “Plans for the Construction of Water, Sewer, Paving, Drainage, and Street Light Improvements to serve Liberty Trails, Phase 5”, 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 certified 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 certificates within seven (7) days after the date the Contractor is notified. QUALIFICATIONS OF BIDDERS To demonstrate Bidder’s qualifications to perform work, Bidders shall submit written evidence such as financial data, previous experience, present commitments, and other such data as may be called for in this contract document with bid. DOCUMENT EXAMINATION AND PROCUREMENTS Copies of the documents may be obtained and downloaded electronically at no charge by contacting a representative of the District Engineer: Adam S. Reeves, P.E., areeves@pape-dawson.com. DEVELOPER/DISTRICT'S RIGHT TO ACCEPT OR REJECT BIDS Developer and Brookfield Water Control and Improvement District of Denton County reserve the right to waive irregularities and to accept or reject bids. 5 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 – January 30, 2022, February 6, 2022 6 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 7 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc (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 Construction 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 kind 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 Construction Manager and Owner. 8 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 work. 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 Work 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 25th 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 Withholding of Payment. 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 necessary 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 for use in the construction of the Improvements, (iv) damage caused by Contractor or its subcontractor, (v) reasonable evidence that the work 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. 9 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 or 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 surveys 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 marks, and stakes on the ground which are described in detail in Exhibit G, “Survey 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. 10 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 make 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 kept accessible to fire- fighting equipment at all times. Temporary 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. 11 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 unknown 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 Work be covered up before inspection has taken 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 Work that has been damaged or not performed in accordance with this Contract. If Contractor fails to make such corrections or fails to carry out the Work 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, 12 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 modifications or extra work shall be authorized by a written Change Order, signed by Owner, 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 modification. ARTICLE 9 – TIME FOR COMPLETION: EXTENSIONS OF TIME 9.1 Owner shall give Contractor written notice to proceed and Contractor shall complete the work 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 shall, 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 working on Saturdays if he so desires and permission of the Governing Public Agency has been granted. If Saturday or Sunday work is permitted, working time shall be charged on the same basis as weekdays. Where the working time is expressed as calendar days or a specific date, the concept of working 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 Work when the Work 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. 13 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 thirty (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 shall 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 work 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 Contract ($) Amount of Liquidated Damages ($) Less than 5,000.00 60.00 Per Day 5,000.00 to 14,999.99 80.00 Per Day 15,000.00 to 24,999.99 100.00 Per Day 25,000.00 to 49,999.99 120.00 Per Day 50,000.00 to 99,999.99 250.00 Per Day 100,000.00 250,000.00 500,000.00 to to to 249,999.99 499,999.99 999,999.99 500.00 750.00 1,000.00 Per Day Per Day Per Day More than 1,000,000.00 1,250.00 Per Day 14 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 shall be deemed completed only when all 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 risk. 11.2 During the performance of this Contract, Contractor shall keep all property adjacent to the Premises free of all accumulated 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 Work, Contractor shall deliver to Owner a written list of the names of all persons and entities intended to be employed by Contractor as Subcontractors to work on Improvements. 15 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 12.2 Should Owner 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 shall 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 take 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 work 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 work 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 workmen 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 work 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. 16 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc ARTICLE 14 – PROTECTION OF PROJECT 14.1 Contractor shall furnish and install 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 – INDEMNITY AGREEMENT 15.1 Contractor shall indemnify and hold harmless Owner, 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 work or the acts or omissions of Contractor’s employees, agents, Subcontractors or representatives. THIS INDEMNITY OBLIGATION SHALL INCLUDE 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, 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 BEING 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 THEIR 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 action required in connection with any administrative 17 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 INDEMNITY SET FORTH ABOVE SHALL INCLUDE, 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, 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, CONSTRUCTION MANAGER, OR ENGINEER THEIR AGENTS AND SERVANTS FOR ANY AND ALL REASONABLE LEGAL EXPENSES INCURRED BY ANY OF THEM IN 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 $100,000 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. 18 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 16.3 Prior 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 Construction Manager, and the Engineer is named as additional insured under each policy. 16.3.4 That such insurance shall 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 Construction 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 carrier 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 Certificate 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 19 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc additional insured. Certificates issued “for informational purposes only” and “which confer no rights on the certificate 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 therefrom which shall appear within the longer of (i) one (1) year after the date of completion of the particular phase of work, 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 take 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) take 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: 20 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 Allow 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-skilled 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 law 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 21 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc Notice of Cancellation, a claim for final payment consisting of the actual amount due based upon the unit prices for Work 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 work on the Premises. Contractor shall allow Owner, and any such other contractor(s), reasonable opportunity 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 Work. 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. 22 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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: If to Owner, to: DRH – HWY 114, LLC. 6751 North Freeway, Fort Worth, Texas 76131 Tel: 817-230-0800 If to Contractor, to: Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 Tel: 817-735-1600 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. 23 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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.” 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 24 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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 files. 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. 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, 25 S:\projects\611\12\05\3.0 Construction\3.1 Contracts and Specifications\3.1.1 Contracts\Paving Contract\Contract Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Contractor.doc 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. 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 entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed 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 signature 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. OWNER: DRH — HWY 114, LLC. Date: � � � `-'� . � By: � Name: ,Q�i-{/j-}n-1W �}-�, C,G,q,�c,nc Title:/�D �C,� %'kFr.CLO�'�1' Witness or Attest: � ,�,� / � CONTRACTOR: Gilco Contracting, Inc Date: : Name: �eia McOuien Title: Vice President O erations Witness or Attes . , l 26 S:\projects\61 ] V 2\05�4.0 Consauction�3. ] Contrac[s and Specifications�3.1.1 Contracts\Paving Contrac[\ConVact Book\Liberty Trails Phase 5 Paving_Contract Book - To Be Signed By Conhactocdoc EXHIBIT A IMPROVEMENTS Paving Improvements for Liberty Trails Phase 5, as shown on the City of Fort Worth approved plans prepared by Pape-Dawson Engineers, Inc., dated March 2022, 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 Construction of Water, Sewer, Paving, Drainage, & Street Light Improvements to Serve Liberty Trails, Phase 5, prepared by Pape-Dawson Engineers, Inc., dated March 2022 and all issued revisions thereafter. EXHIBIT C SPECIFICATIONS 1. All paving 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 dedicated to the City of Fort Worth 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 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. 3. If a specification or construction detail is not provided for any portion of the Contractor’s Work, 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, CONTRACTOR INSURANCE PROPOSALFORM LIBERTY TRAILS - PHASE 5 PAVING IMPROVEMENTS Project Item Information Bidder's Proposal Bidlist Desaiption Specification Section No. Unit of B�d Quantity Unit Price Bid Value Item No. Measure UNIT IV: PAVING IMPROVEMENTS � 3211.0400 Hydrated Lime 32 11 29 TN 346 $208.00 $71,968.00 2 3211.0501 6" Lime Treatment 32 11 29 SY 19,196 $3.72 $71,409.12 3 3213.0101 6" Conc Pvmt 32 13 13 SY 17,940 $49.40 $886,236.00 4 3213.0301 4" Conc Sidewalk 32 13 20 SF 2,152 $7.48 $16,096.96 5 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 8 $2,925.95 $23,407.60 g 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 10 $2,259.15 $22,591.50 7 9999.0000 Pedestrian Handrail 00 00 00 LF 105 $160.00 $16,800.00 TOTAL PAVING IMPROVEMENTS $1,108,509.18 Addenda The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Price. Addendum #_ Dated Addendum #_ Dated Addendum ii_ Dated This Bid is submitted by the entity named below: BIDDER: Gilco Contracting, Inc. COMPANY NAME 6331 Southwest Blvd. Benbraok, TX 76132 ADDRESS BY: i/� Tanner Jump, Estimator TITLE: DATE: February 17,2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within _45 working days after the CONTRACT commences to run as provided in the General Conditions. END OF SECTION Bond #022233330 Brookfield Water Control and Improvement District of Denton County PERFORMANCE BOND PERFORMANCE BOND STATE OF TEXAS Contract Date � �� (.� COiJNTY OF DENTON Date Bond Executed `�-� �� PRINCIPAL Gilco ContractinQ, Inc SURETY Liberiy Mutual Insurance Company OWNER Brookfield Water Control and Improvement District of Denton County PEi�f�1, SUM �F B�ND �lri WOT'dS Srid figul'es� One Million One Hundred Eight Thousand Five Hundred Nine anc� 18/100 ($1,108,509.18) being 100 percent of the Contract Price. CONTRACT for Construction of Liberty Trails Phase 5 Paving Improvements, City of Fort Worth, ETJ, Denton County, Texas (the "Contract"). KNOW ALL PERSONS BY THESE PRESENTS, that we, Principal and Surety above named, are held and firmly bound unto Owner, its successors and assigns, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves and our respective heirs, executors, administrators, officers, directors, shareholders, partners, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into that certain Contract with Owner, which Contract is expressly incorporated herein for all purposes. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if Principal well and truly performs the work in accordance with the plans, specifications and any other contract documents, during the original term of the Contract and any extensions thereof that may be granted by Owner, with or without notice to Surety, and during the life of any guaranty or warranty required under the Contract, then this obligation is void; otherwise it is to remain in full force and effect. Should the Principal fail to faithfully and strictly perform the work as required by the Contract in all its terms, the Surety will be liable for all damages, losses, expenses and liabilities that the Owner may suffer in consequence thereof. This Bond is given in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, which is incorporated herein by this reference. However, all of the express provisions contained herein and in the Contract are applicable whether or not within the scope of said statute. Surety hereby agrees, for value received, that no change, extension of time, alteration or addition to the terms of the Contract or to work performed under the Contract, or to the plans, specifications or drawings accompanying the Contract, will in any way affect its obligations on this Bond and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. The bound parties have executed this instrument pursuant to authority of their respective governing body, to be effective on the same date of the Contract. Perfomiance Bond 1 of 3 1UNE 1, 2018 Brookfield Water Control and Improvement District of Denton County PERFORMANCE BOND Gilco ContractinQ, Inc. ATTEST P CI L By / By � Name eia McQuien Name Heather Williams Title Vice President, Operations Title Address 6331 Southwest Blvd Contract Administrator Benbrook, TX 76132 (SEAL) Liberty Mutual Insurance Company ATTEST SURETY By �Y1�Q{'Liu.i_ �� By �,.ltm.�- �V1c,twi� Name Sophinie Hunter Name Tina McEwan Title Attorney-In-Fact (SEAL) Title Witness Physical Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Mailing Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Te lephone: 877-751-2640 Local Recording Agent Personal Identification Number: 1440163 Agency Name: Aon Risk Services Southwest, Inc. - Ricardo Reyna Agency Address 5005 LBJ Freeway, Suite 1500, Dallas, TX 75244 Agency Telephone 214-989-0000 Surety must attach its original Power of Attorney to this Bond. Performance Bond 2 of 3 NNE l, 2018 Brookfield Water Control and Improvement District of Denton County PERFORMANCE BOND CERTIFICATE AS TO CORPORATE PRINCIPAL I, Jeff Morton certify that I am the secretary of the corporation named as Principal in the Bond; that Leia McQuien , who signed the Bond on behalf of Principal, was then Vice President, Operations of the corporation; that I know his or her signature, and his or her signature is genuine; and that the Bond was duly signed for and on behalf of the corporation by authority of its governing body. ��—'�JI � � ' `����— (Corporate Seal) Signature of Corporate Secretary ATTACH POWER OF ATTORNEY Performance Bond 3 of 3 NNE I, ZOl8 Bond #022233330 Brookfield Water Control and Improvement District of Denton Countv PAYMENT BOND PAYMENT BOND STATE OF TEXAS Contract Date �� I L� COLJNTY OF DENTON Date Bond Executed ��� PRINCIPAL Gilco Contracting, Inc. SURETY Liberty Mutual Ir.surance Company OWNER Brookfield Water Contro] and Improvement District of Denton Countv PENAL SUM OF BOND (in words and figUCeS� One Mi(lion One Hundred Eight Thousand Five Hundred Nine and 18/100 �$t,iog,so9.�s) being 100 percent of the Contract Price. CONTRACT for Construction of Liberty Trails Phase 5 Paving Improvements, City of Fort Worth, ETJ, Denton County, Texas (the "Contract"). KNOW ALL PERSONS BY THESE PRESENTS, that we, Principal and Surety above named, are held and firmly bound unto Owner, its successors and assigns, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves and our respective heirs, executors, administrators, officers, directors, shareholders, partners, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into that certain Contract with Owner, which Contract is expresslv incorporated herein for all purposes. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if Principal shall promptly pay claimants for all labor, subcontracts, materials and specially fabricated materials performed or furnished under or by virtue of the Contract, and duly authorized modifications and normal and usual extras thereto, notice of which modifications to Surety being hereby waived, then this obligation shall be void, otherwise to remain in full force and effect. Should Principal fail to promptly pay claimants for all labor, subcontracts, materials and specially fabricated materials performed or furnished under or by virtue of the Contract, Surety is hereby bound to make such payments on behalf of Principal up to a total aggregate amount equal to the penal sum of the bond. Labor, subcontracts, materials, and specially fabricated materials shall be construed in accordance with Chapter 2253, Texas Government Code. PROVIDED, HOWEVER, that Owner having required Principal to furnish this Bond in order to comply with the provisions of Chapter 2253, Texas Government Code, all rights and remedies on this Bond shall inure solely to such claimants and shall be determined in accordance with the provisions, conditions, and limitations of the aforesaid Government Code to the same extent as if they were copied at length herein. The bound parties have executed this instrument pursuant to authority of their cespective governing body, to be effective on the same date of the Contract. Payment Bond 1 of 3 JUNE 1, 2018 Brookfield Water Control and Improvement District of Denton County PAYMENT BOND Gilco Contractin Inc. ATTEST P CI L ��� . B By Na e Leia McQuien Name Heather Williams Title Vice President, Operations Title Contract Administrator Address 6331 Southwest Blvd. Benbrook, TX 76132 (SEAL) Liberty Mutual Insurance Company ATTEST SURETY By � � By .�� Yti1�i�.,,� Name Sophinie Hunter Name Tina McEwan Title Attorney-In-Fact (SEF.L) Title Witness Physical Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Mailing Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone: 877-751-2640 Local Recording Agent Personal Identification Number: 1440163 Agency Name: Aon Risk Services Southwest, Inc. - Ricardo Reyna Agency Address 5005 LBJ Freeway, Suite 1500, Dallas, TX 75244 Agency Telephone 214-989-0000 Surety must attach its original Power of Attorney to this Bond. Paymen[ Bond 2 Of 3 JUNE 1, 2018 Brookfield Water Control and Improvement District of Denton Countv PAYMENT BOND CERTIFICATE AS TO CORPORATE PRINCIPAL I, Jeff Morton , certify that I am the secretary of the corporation named as Principal in the Bond; that Leia McQuien , who signed the Bond on behalf of Principal, was then Vice President, Operations of the corporation; that I know his or her signature, and his or her signature is genuine; and that the Bond was duly signed for and o alf of the corporation by authority of its governing body. J �� � (Corporate Seal) Signature of Corporate Secretary ATTACH POWER OF ATTORNEY Payment Bond 3 of 3 ILJNE 1, 20I8 Bond #022233330 Brookfield Water Control and Improvement District of Denton Countv MAINTENANCE BOND MAINTENANCE BOND STATE OF TEXAS Contract Date � I`(��2� COLTNTY OF DENTON Date Bond Executed ��� PRINCIPAL Gilco Contractinc, Inc. SURETY Liberty Mutual Insurance Company OWNER Brookfield Water Control and Improvement District of Denton Countv PENAL SUM OF BOND (in words and figUl'eS� One Million One Hundred Eight Thousand Five Hundred Nine an� 18/]00 ($1,108,509.18) being 100 percent of the Contract Price. CONTRACT for Construction of Liberty Trails Phase 5 Paving Improvements, City of Fort Worth, ETJ, Denton County, Texas (the "Contract"). KNOW ALL PERSONS BY THESE PRESENTS, that we, Principal and Surety above named, are held and firmly bound unto Owner, its successors and assigns, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves and our respective heirs, executors, administrators, o�cers, directors, shareholders, partners, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into that certain Contract with Owner, which Contract is expresslv incorporated herein for all purposes. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, tliat if Principal well and truly repair any and all defects in the work occasioned by or resulting from defects in materials furnished by, or workmanship of, the Principal in performing the work covered by the Contract, including any guaranty or warranty required under the Contract, then this obligation is void; otherwise it is to remain in full force and effect. Should the Principal fail to well and truly repair any and all defects in the work occasioned by or resulting from defects in materials furnished by, or workmanship of, the Principal in performing the work as required by the Contract in all its terms, the Surety will be liable for all damages, losses, expenses and liabilities that the Owner may suffer in consequence thereof. The parties intend this maintenance bond to be a common law bond to be constructed in accordance with Texas law. Surety hereby agrees, for value received, that no change, extension of time, alteration or addition to the terms of the Contract or to work performed under the Contract, or to the plans, specifications or drawings accompanying the Contract, will in any way affect its obligations on this Bond and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. The bound parties have executed this instrument pursuant to authority of their respective governing body, to be effective on the same date of the Contract. Maintenance Bond 1 of 3 NNE 1, 2018 Brookfield Water Contro] and Improvement District of Denton Countv MAINTENANCE BOND Gilco Contracting, Inc. ATTEST PRINCI By By Name Leia McQuien Name Heather Williams Title Vice President, Operations Title Contract Administrator Address 6331 Southwest Blvd. Benbrook, TX 76132 (SEAL) Liberty Mutual Insurance Company ATTEST SURETY sy �,.�. � By � i11����- Name Sophinie Hunter Name Tina McEwan Title Attorney-In-Fact Title Witness (SEAL) Physical Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Mailing Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone: 877-751-2640 Local Recording Agent Personal Identification Number: 1440163 Agency Name: Aon Risk Services Southwest, Inc. - Ricardo Reyna Agency Address 5005 LBJ Freeway, Suite 1500, Dallas, TX 75244 Agency Telephone 214-989-0000 Surety must attach its original Power of Attorney to this Bond. Maintenance Bond Z of 3 IUNE I, 2018 Brookfield Water Control and Improvement District of Denton Countv MAINTENANCE BOND CERTIFICATE AS TO CORPORATE PRINCIPAL I, Jeff Morton , certify that I am the secretary of the corporation named as Principal in the Bond; that Leia McQuien , who signed the bond on behalf of Principal, was then Vice President, Operations of the corporation; that I know his or her signature, and his or her signature is genuine; and that the Bond was duly signed for and on behal the corporation by authority of its govecning body. rJ � 1 r �-�''' '�U �^-� (Corporate Seal) Signature of Corporate Secretary ATTACH POWER OF ATTORNEY Maintenance Bond 3 of 3 JUNE 1, 2018 - Liberty Mutual� SURETY Certificate No: 8205467-022020 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corpora6on duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporafion duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Comell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie Petranek all of the city of Dal las state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undeRakings, bonds, recognizances and other surety obligations, 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 secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April , 2021 . � � � c co c`o State of PENNSYLVANIA � County of MONTGOMERY ss Liberty Mutual Insurance Company ��NS�,4 �tv ws� ��NSU,q The Ohio Casualty Insurance Company �Jp'�oavoq,yT'9yn yJP�oaPo`�T'Pyy �P�oaPoa4TqLn WestAmerican Insurance Company � 3 Fo c� � 3 Fo m W 2 Fo R� 1912 � 0 1919 � � 1991 � ���/� Y 9S, �y S� i ZP P� � 6 S� �`l��� d��`r4CHU`+�,da ��hHAMPs�,da� �S �NDIANP .da B : / i� + �,`' y1 * �,� ''M *�� Y � David M. Carey, Assistant Secretary � U � � a-� = � c � �� On this 23rd day of April , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � �� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes � �� therein contained by signing on behalf of the corporations by himself as a duly authorized officer. � N � — � � �'� O � O � C � � N � � � L � � o.� E� `o ia �� IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia /� � �� ��'\, ..,. i'�`., 1,���� ,- Commonweal�h of Pennsylvania - Nolary Seal � "':Y,����_,`. Teresa Pastella, Nolary Public . "f�� OF �;� , MontgomeryCounty `. My commission expires March 28, 2025 `•.�s. .�r � Commission number 1126044 `� !`:'�✓S_ Y_ L�i!��,� �%� Member, Pennsylvania Associa[ion of Notaries Pennsylvania, on the day and year first above written. By; �/� /l��Q�� �L� �eresa Pastella, Notary Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in wri6ng by the Chairman or the President, and subject to such limita6on as the Chairman or the 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 attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this artide may be revoked at any 6me by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limita6ons as the chairman or the president may prescribe, shall appoint such attorneys-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 IimitaGons set forth in their respective powers of attorney, 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. CeRificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes 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, seai, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligaGons. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connec6on 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 cerfify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney 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 P� �NSURq P��Y INgGR � \NSU,P9 jG�pPOl�rO m Q o°avor�?o 2c� p P'4OµFORqTO F +,+,�/�/%% // 2 � � � = F i��' V � � �'— J — 1912 oZ1919�o Q 1991 0 B d 9SS4CHU`��y a3� yO �h'MAMP`'a� a3 �! �NOIANP a� �• .�g� aa �, d s a Renee C. Llewellyn, Assistant Secretary > * h Hl * 1�� �M ,r 1-� �� i0 >� N � � � O � O � � � N 3� O M i � `oo a� c cu � a� LMS-12873 LMIC OCIC WAIC MWti Co 02/21 ._- i.iberty 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 (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.� E-mail: ConsumerProtection(a�tdi.texas. o�v PREMIUM 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. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar 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 (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas. o�v E-mail: ConsumerProtection cnio,tdi.texas.a�ov 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 ESTE 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 IN ACCORDANCE WITH THE POLICY PROVISIONS. IN ACCORDANCE WITH THE POLICY PROVISIONS. 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 Construction 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. 5. EXCAVATION/BALANCE: The Earthwork Contractor shall keep the Engineer informed of the work in progress during the excavation phase of construction, so Engineer can make grading adjustments, if necessary. The intent is to complete the site in a balanced cut/fill condition, unless haul on or haul off has been previously approved or anticipated. Earthwork Contractor shall not leave the site until his work has been field surveyed for verification. It is the Contractor’s responsibility to contact the Engineer for field verification. 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 truck 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 determined 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). 8. GRADING TOLERANCES: The Earthwork Contractor shall grade the streets and alleys to within 0.10 feet of the plan grades prior to utility construction. The Owner’s Surveyor shall provide verification of street subgrades after each Contractor’s work. All lot pads shall be graded to within 0.3 feet of plan grades. 9. DEWATERING: Dewatering, if required, is not included as a separate pay item and shall be included subsidiary to the bid items. Contractor shall make 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. ADJUSTMENT 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 work 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 Governing Public Authority. One set of reports shall be sent to the engineer. 15. DENSITY TESTING DURING EARTHWORK PHASE: The Owner shall pay for all testing during the earthwork phase of the project, to include providing 79G letter. The Earthwork Contractor shall work with the testing laboratory in scheduling the tests at the proper times as recommended by the Owner’s geotechnical engineer or City representative. One set of the report shall be sent to the Engineer. 16. CLEANUP: Each Contractor shall be responsible for making a final cleanup of his work before final acceptance by the Owner. This cleanup shall include removal of all objectionable rocks, debris, concrete, asphalt, or other construction materials; and in general, preparing the premises in an orderly manner and appearance. 17. CONCRETE BATCH PLANT: The Paving Contractor shall be responsible for securing all local, state, and federal permits required for assembly and operation of a concrete batch plant. This includes, but is not limited to TCEQ air permit, EPA/TCEQ/MS4 Storm Water Pollution Prevention Plan permit. The Paving Contractor shall pay all fees associated with the permitting and operation of the batch plant. The Paving Contractor shall furnish copies of all permits to the Owner. 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 shall 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 all necessary bonding as required by the Owner, the City, and State. EXHIBIT F INVOICING INSTRUCTIONS 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 will notify the Contractor of any discrepancies in billing prior to forwarding to the Owner. 5. Invoices shall be submitted by the 25th 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. Perform verification of street paving prior to utility work. 3. Perform verification of utility contractors regrading of streets after utility installation. 4. Stake and grade with an offset back of curb/edge of pavement at 50’ intervals. EXHIBIT H PROHIBITION ON BOYCOTTING ISRAEL Gilco Contracting, Inc. State of Texas County of Tarrant Before me, a notary public, on this day personally appeared LeiaMcOuien, known to me to be the person whose name is subscribed to the foregoing document and, being by me first duly sworn, declared that the statements therein contained in Paragraph 1.01 A and B and Paragraph 1.02 are true nd correct. � (Personalized Seal) `��pY"o'��• HEATHER PAIGE WILLIAMS �•:P�-����•.a;�. N ta Public's Si nat e ;2;'' o; Notary Public, State of Texes ry g '*; *= My Commission Expires :"r'�: '''y� August 11, 2025 �''�%E,°; ;`�°'�� NOTARY ID 12430520 Receipt and incorporation into the above-referenced contract hereby agreed to and acknowledged by: � Owner Signature EXHIBIT I FORM 1295 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entiry filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2022-884344 Gilco Contracting, Inc. Benbrook (Tarrant), TX United States �ate Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/10/2022 being filed. Brookfield Water Control and Improvement District of Denton County Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the congract. 61112-05 PAVING FACILITIES TO SERVE LIBERTY TRAILS PHASE 5 Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary MORTON, JEFF Benbrook (Tarrant), TX United X GILREATH, DALE Benbrook, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is HEATHER WILLIAMS , and my date of birth is � My address is 6331 SOUTHWEST BOULEVARD , BENBROOK , TX 76132 , USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in TARRANT County, St e of TEXAS , on the 10TH day of MAY , 20 22 . (month) (year) i� Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethfcs Commfssfon www.ethfcsstate.tx.us Version V1.1.1y1b5ctic EXHIBIT I GEOTECHNICAL REPORT � ���� � N G I M�� R f N� GEOTECHNICAL ENGINEERING REPORT LIBERTY TRAILS PHASE 5 FORT WORTH, TEXAS Prepared For.• D.R. Horton - DFW West Division 6751 North Freeway Fort Worth, Texas 76131 Attn: Mr. Steve Howard December 2021 PROJECT NO. 21-24902 www.roneengineers.com ���� ENG INEERIF�G December 17, 2021 Mr. Steve Howard D.R. Horton — DFW West Division 6751 North Freeway Fort Worth, Texas 76131 Re: Geotechnical Engineering Report Liberty Trail Phase 5 North of John Day Road and SH 114 Fort Worth, Texas Rone Report No. 20-24902 Dear Mr. Howard: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL 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-30130-21, dated January 13, 2021. 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, . �� �r--� �' A. Reza Savabi, P.E. Senior Geotechnical Engineer Texas Engineering Firm License No. F-1572 : y�P� �' O F T�c�1��',I ,'� : � � * ..*.,> ........... ...................:. i �BDOL R. SAVABI „9:.......��1'3752......;�� � �'��••, CENS '�.. 1 <I �,0 �� • 11,��h �������ti y�.ti�.2 Eric M. Hollabaugh, P.E. Senior Geotechnical Engineer DALLAS � FORT WORTH � AUSTIN � HOUSTON � --- . -- �__,___ — ___� _-a_ ___------�.--- --_ `— _ —._ .__ _ � . 3201 NE LooP 820, Su�TE 180 � FORT WORTH, TExAs 76137 � TE�: 817.717.1040 — - - -- - --- — - - _ 1 l _ ' : • • 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 ................................................................................................................... 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 2021 RONE ENGINEERING SERVICES, LTD . ...............................................16 APPENDIX A VICINITYMAP .............................................................................................................. GEOLOGYMAP ........................................................................................................... BORINGLOCATION DIAGRAM ................................................................................... PVRPARAMETER DIAGRAM ...................................................................................... LOGSOF BORING ....................................................................................................... KEY TO CLASSIFICATIONS AND SYMBOLS ............................................................. UNIFIED SOIL CLASSIFICATION SYSTEM ................................................................ SWELLTEST RESULTS .............................................................................................. Plate ............................................ A.1 ............................................ A.2 ............................................ A.3 .......................................... A.3a .................................... A.4-A.36 .......................................... A.37 .......................................... A.38 .......................................... A.39 APPENDIX B Paqe FIELDEXPLORATION .............................................................................................................................................. B.1 LABORATORYTESTING .......................................................................................................................................... B.2 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ...................................... C.1 �cai�� ,�.,, .,�,,,.,,: GEOTECHNICAL ENGINEERING REPORT 1 INTRODUCTION The proposed project is located north of the intersection of John Day Road and State Highway 114 (SH 114) in Fort Worth, Texas. The Liberty Trails Phase 5 will consist of developing 144 single-family residential lots, with 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 775 feet to 754 feet. Based on proposed grading plans, we understand that up to approximately 3 feet of cut and 7 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. 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. � 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 5 of the Liberty Trails 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. l �' -- - _ -- - - --- - -- IIIIha:1�, �� Il���.iik f lo� r i a'�; _ R�hl�,,.,; ��, 3 FIELD OPERATIONS AND LABORATORY TESTING Subsurface conditions for Phase 5 of the proposed development were determined with a total of 33 borings performed to the depths of approximately 20 feet below the existing ground surface. 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 Logs of Boring. Keys to terms and symbols used on the logs are also included. 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 yellow-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. Libe PAGE �2 �������;,���.�.�, 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 lean clay (CL), fat clay (CH), sandy lean clay (CL), sandy fat clay (CH), and clayey sand (SC) containing various amounts of sand, gravel, calcareous nodules, and ferrous nodules extending to depths in the borings of approximately 5 to 12 feet below the existing ground surface. Underlying the clays, the borings generally encountered tan weathered limestone and/or gray limestone to the boring termination depth of approximately 20 feet. The plasticity index (PI) of the cohesive samples tested varied from 10 to 63, 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 10 percent below to 11 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 Liberty Trails Phase 5 F��JN� 1:.1�'�N11 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 1 inch 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 1 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. Project No. 21-24902 Liberty Trails Phase 5 J RtJN�,�.,. �,,,,.,., 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, moisture conditioned fill, select fill, or weathered limestone. 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 tolerate 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. A net allowable soil bearing pressure of 1,500 pounds per square foot (psf) may be used for design of all grade beams bearing in moisture conditioned fill. The allowable bearing pressure may be increased to 5,000 psf in weathered limestone. 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 such that the entire foundations is bearing on weathered limestone at the lower elevation. As an alternative, excavations can be extended at least 6 inches into the weathered limestone, and the excavated limestone can be compacted back into the excavation up to the bearing elevation to 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. -� _:_ �,:�r�� ;��.��_'-�.' k� Liberty Trails Phase 5 , L�� � I --�'�;':Y, R(�N� % I�. l�� ti f 1� 1.� �� � Recommended PTI foundation design parameters for a PVR value of 1 and 4 inches and a Thornthwaite Moisture Index (TMI) of minus five (-5) are as follows: Table 1: PTI Criteria Parameter Edge Moisture Variation Distance, e,,, (feet) Differential Soil Movement, ym (inches) Condition Center Lift Edge Lift Center Lift Edge Lift 1 inch 7.5 3.4 0.8 1.2 1.5 4 inches 7.5 3.4 1.7 � 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 soil 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 method. 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 . - . � • � � - ------- -� Design PVR Value 3 inches 7.5 3.4 1.3 R�NE � I.I��ryll_�I�'ii beneath an individual structure should be uniform within the building footprint, to the extent possible. 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 a moisture content above optimum. In order to achieve a more uniform soil moisture profile, fill should be placed in maximum 10-inch loose lifts and compacted to a similar density and moisture content. 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. 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 Liberty Trails Phase 5 �� �����, ��„�:,,; 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 During pavement design, subgrade conditions must be considered along with expected traffic use/frequency, pavement type, and 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 Parameters Item Roadway Designation Design life Initial serviceability, po Terminal serviceability, pr Concrete modulus of rupture, S'� Concrete modulus of elasticity, E� Reliability, R Standard deviation, So Load transfer coefficient, J Drainage coefficient, Cd Annual ESAL's Traffic growth Percent trucks Lane distribution factor Composite modulus of subgrade reaction, k Value Collector Streets I Residential Streets 25 years 4.5 2.25 2.0 620 psi 4,000,000 psi 90% 0.39 3.0 1.0 100,000 2% 2% 1.0 220 pci 85% 25,000 0% 1% 1.0 150 pci Liberty Trails Phase 5 R�IVE / ,,.,; H�,.� 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 following pavement sections: Table 3: Recommended Pavement Sections Thickness (inches) Material Collector Streets Residential Streets Jointed Reinforced Concrete � 8 Lime-Treated Subgrade � 6 : . � 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. Project No. 21-24902 Liberty Trails Phase 5 � F�� N� � r. �� � ti f 1_� �. Lime treatment should 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 actual 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. Liberty Trails Phase 5 P A G E � 10 �_ RONE / rnc�n�r�i���,/ � 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 backfili 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 shouid 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. Liberty Trails Phase S _ P A G E � 11 `___ �1 ������,�, .,��.�. In general, we recommend that all active utilities that would 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. All 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 ease 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 Plasticity Item Description Requirement On-site soils General grading None Imported general General grading LL < 60 fill Building pad I House pads I None subgrade Compaction Standard ASTM D698 ASTM D698 ASTM D698 Density Requirement 95°/a to 100°/a of maximum dry density 95% to 100% of maximum dry density 95°/a to 100% of maximum dry Moisture Requirement Optimum moisture to 4% above optimum moisture Optimum moisture to 4% above optimum moisture Above optimum moisture ,4., ^. _ - ,_ .�-• -„ '�ibe�tyTrails Phase 5 P A G E � 12 � �_� RC)NE / ,�,..,,,� Plasticity Compaction Item Description Requirement Standard Select fill (soils) Structural fill 5<_ PI _< 15; LL <- 35 ASTM D698 Select fill (crushed Per TxDOT Item 247, rock or concrete) Structural fill Type A or D Grade 1-2, ASTM D698 3or5 Deep fill General grading LL < 60 ASTM D698 10 feet or deeper Lime treated Pavement support PI _< 15 ASTM D698 subgrade Pavement base � Pavement Per TxDOT Item 247, Current TxDOT Type A, D Grade 1-2 TEX 113-E or 5 requirements Density Moisture Requirement Requirement 95% to 100% of Above optimum maximum dry moisture density 95% to 100% of Minus 2% to Plus 2°/a maximum dry of optimum moisture density 100% of maximum Minus 2% to Plus 2% dry density of optimum moisture 95% to 100% of Above optimum maximum dry moisture density 95°/a to 100°/a of Per TxDOT maximum dry TEX 113-E density 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 and/or density, the course should be reworked as necessary to obtain the specified criteria. Liberty Trails Phase 5 '� P A G E � 13 ������.,; ��„�.U�, 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°/o) 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. i�"'� PAGE �14 Liberty Trails Phase 5 - ��M��,,�: ���., 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 . t �'9� e _• � `-�i`�`'��� � K�—f y:i- :4i�i`3e-7,'��y:_,�',�j'��` -CibertyTrails Phase 5 ' - - R(JN � % , �. ,, � , �_� 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. We recommend 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 2021 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. Liberty Trails Phase 5 P A G E � 16 � ������ /���1 m �Z Gl OZ m m � Z �� Gl `� Z O � � O � m � o{� D� ��� -_Im xo� Oy m p = Z w � Z � � O U7 = � � A 3 D � :U � � � --°o < <�ma � cn cn�zm O m m z D C� m o o W � -� o � �:<mz W .. . � O -C j � (� � N N � � � � O � O � O � N D D D D � -� - i � -f m m m m � W W A �A N N 0 0 N N / �. i I � O \ I� � - �'�� / ��� O O � � '� � � � � � � n u� � r � � 0 z � � � N m y � � �A A � N PESHTIGO ROAD HAY VALIEY DRIVE � � m z � K � � I � I � I I � I � I I I � I I I I I � C) D r m — z -i � �u� � GESKEY ORIVE z � � OZ m A Z zm � ���� f z � � � � T r � � O � � _ .� Z � o � � � � � � � -i�- R1m I�C�i� .�.4D� -1 0 � Vl m S ��m y m �, G7 _ � � � D A � ��1 � � � < < DC frrl � � (n (A C Z f71 � mo mo Z D C� W � � � m � � • .. � (7 j N (n � N N ? � � � O � 0 O � � N -�-I D � -�I � m m rn m � w �o N O � ��� 0 0 0 z z z m m m W N � O O O 0 0 0 � m m m m m 0 0 o z cmi� tn cn p � � � z z z 0 0 0 0 0 0 � � � � w , z z z = x = -o -o v < < < � � � PESHTIGO ROA� � � D r m z � � Log Project No. B_� 21_24g02 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 � O�� Lot 16, Block 18 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04709° N While Drilling Not Observed 2-1-21 Longitude At Boring Completion Not Observed o � 97.37692° W End of Day Not Measured o � � a o rn N i- fV � N C � C °' c a °' � o �= o m .a o `'C O � L � '� � � Z „�, '� y � C N Q E a�° Stratum Description � z � � �_� a y� _��' � (n E � +��' N F- C N Ul > N N U E � cc °1 � a a v v ca .v �� 3 �' c o � W Approximate Surface Elevation = 775.0 feet � O cn a� a<n LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown to tan, with trace gravel 3.25 35 2.50 92 66-17-49 28 0.5 81 5 4.25 20 769.0 SANDY LEAN CLAY (CL) - tan to light gray, with limestone pieces 4.5+ 64 45-17-28 18 12-3-50/4" � 5 1 763.0 WEATHERED LIMESTONE - tan � 5012" � i 5oi��� � 15 U .0 U N O m � 757.0 o LIMESTONE - gray � � 50/2" � 2 � 755.0 50/2" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 776.6 Feet E Approximate Grading = 1.6 Feet Fill 0 � m m `m a�'i y a � > m m a C O � O C � � .�C N CJ) O m C 0 Material boundanes are a roximate� in situ lransifions ma 6e radual. � Driller: Plat@ A.4 F Drilling Method: Continuous Flight Augers Log Project No. B_2 21_2q,gp2 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E Lo t 1 0, B ioc k 1 9 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04708° N While �rilling Not Observed 2-1-21 Longitude At Boring Completion Not Observed r- 97.37612° W End of Day Not Measured � °' N o a� �; .� Q' Ul N � N d a-N. C IIl C � C d N O ,p •_ O j 'O .� O H C d'v=� V � y Z ..�� J N � C U1 a E Q�° Stratum Description � z ~ °' _� °' �, �. > v°' ° �v > a � m � uE m � o � N � °1 �� a a�i a1°i m v �0 3 Z` � o N W Approximate Surtace Elevation = 777.0 feet � O cn a� a u� LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown to tan, with trace gravel 2.25 26 3.50 20 773.0 CLAYEY SAND (SC) - tan, with limestone pieces 12-12-12 5 N=24 48 46-17-29 10 3-7-9 � 8 N=16 12-50/4" 73 40-15-25 14 � 767.0 WEATHERED LIMESTONE - tan � 50/2.5" � i 5014" � 15 U .� U N O � L O � � 50/'/z' � 2 � 757.0 50/'/<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 776.0 Feet � Approximate Grading = 1.0 Foot Cut 0 v a� m `m aai � v .� > � � :a c 0 � 0 C � � L N 01 O � C 0 Material boundaries are a roximale; in situ lransilions ma be radual. N Driller: Plat@ A.�J � Drilling Method: Continuous Flight Augers Log Project No. B_3 21_2q,gp2 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 ' �ot 6, Block 19 Fort Worth, Texas RO N E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04707° N While Drilling Not Observed 2-1-21 �ongitude At Boring Completion Not Observed � � 97.37533° W End of Day Not Measured o = a Q o rn w; r y �- N � N C � C n. � c a °1N o .o= � � .ao � � � � � � � J y _ C N � E � ° Stratum Description � z ~ °' °� �" ` � �' �. p C � \ C y= fl- � a f0 � N � N"O N N a N � O a 0 � � °1 �a .n a a�, af0i m.° �0 3 �' c o � W Approximate Surface Elevation = 780.0 feet � O �n n. � a�n LL-PL-PI � �n o � c� SANDY CLAY (CL) - dark brown to tan, with calcareous nodules 4 5+ 2� 4.5+ 25 5 4.5+ 60 38-18-20 15 0.0 94 23-32-28 9 N=60 772.0 LEAN CLAY (CL) - tan to light gray, with limestone pieces � $_,� 7_20 N=37 93 42-16-26 19 1 768.0 WEATHERED LIMESTONE - tan � � 5011" � 50/Y<" °' 15 U .� U N O m L O � s 50/Y�' � 2 � 760.0 50/Y<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 777.0 Feet E Approximate Grading = 3.0 Feet Cut 0 � m m `m m m a .� > m a`� a C O � O C � � L N m O � C `o Material boundaries are a roximate� in situ �ransitions ma he radual. � Driller: PI1t@ A.6 � Drilling Method: Continuous Flight Augers Log Project No. B-4 21-24902 Liberty Trails Phase 5 Boring Loca[ion N. of John Day Road and SH 114 '� �ot 2, Block 1s Fort Worth, Texas RO N E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04706° N While Drilling Not Observed 2-1-21 Langitude At Boring Completion Not Observed � � 97.37454° W End of Day Not Measured � °.: a o rn d .� n' �. N L' N C � C a� �c a �� o .°'n`= o �d ao � H � � V � c w w � v ° Stratum Description J z ~ � � � � Q J � � �_ � � a°', �, a > `v ° �:a .�+m N _ � oa w ° �� W � a a v af6i c`�a d �0 3 Z` c o Approximate Surfiace Elevation = 779.0 feet � o cn a� a cn LL-PL-PI � cn ❑ � c� SANDY CLAY (CL) - dark brown to tan, with 1.50 34 calcareous nodules and limestone pieces 6-8-8 � N=16 3-2-3 58 29-17-12 14 N=5 5 8-18-19 � N=37 37-43-50/6" 52 35-15-20 9 7-12-20 17 N=32 1 767.0 WEATHERED LIMESTONE - tan � � 50/1" � 50/'%' �' 15 � U .� U N O � L O � � 50�� n � 2 � 759.0 50/'/z' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 777.2 Feet o Approximate Grading = 1.8 Feet Cut � m � � � � -o .@ > � `m v c 0 � 0 C � 7 L N m O m C .o Matenal boundanes are a roximate; in siW transitions ma be radual. � Driller: Plat@ A.% � Drilling Method: Continuous Flight Augers Log Project No. B-5 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 'J �ot 2, B►ock 2s Fort Worth, Texas R O N E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04705° N While Drilling Nat Observed 2-1-21 �ongitude At Boring Completion Not Observed o � 97.37377° W End of Day Not Measured � °' N o rn ;; .� o' T$ vo a, �� o ,n� o m �o � o�= v•- v E Z �� v 3 � N w�° �° Stratum Description � z � ���� Q y a�_ � Q � � T � j �� � �� .N> N m = v� � �� W �.n a a�, aftl, c`�a .�' �0 3 �' c o Approximate Surface Elevation = 777.5 feet � O u� a� a cn LL-PL-PI � �n o � c.� FAT CLAY (CH) - dark brown to light brown, with limestone seams 4.00 28 3.50 79 59-21-38 22 9-17-12 15 N=29 5 42-19-12 76 54-23-31 16 N=31 14 1 766.5 WEATHERED LIMESTONE - tan � � 50/1.5" 0 � � 5 50/1 �� U .� U N O m L O N � 5��3�4 � � 2 � 757.5 50/Yz' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 774.8 Feet o Approximate Grading = 2.7 Feet Cut � m � m a�i � a .� > � � a G O � O C U 7 L N O1 O m C .o Material boundanes are a roximale in siW lransilions ma be radual. � Driller: Plate A.$ � Drilling Method: Continuous Flight Augers Log Project No. B-6 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 ' Lot 6, Block 2s Fort Worth, Texas R O N E Lalitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04704° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed � � 97.37314° VU End of Day Not Measured � °' N o rn v t °' a� y a °' y o �' " � 'v o � c a •- � a ._ o H c �� V E" Z ;;� v cvi s � � ° Stratum Description � z � � �' � � a � � � �� � �' a �, a ro � � ° � 'a 'N a� y - � o a � �� W �.�'n a a�i a�°i m.� �0 3 �` c o Approximate Surface Elevation = 770.0 feet � O <n a� a v� LL-PL-PI � �n o � c� FAT CLAY (CH) - dark brown to light brown, with limestone seams 4.00 31 4.50 92 70-25-45 30 0.5 86 14-8-7 � 6 N=15 5 765.0 LEAN CLAY (CL) - light brown, with limestone pieces � 9 �$ N-2� 96 41-15-26 13 763.0 WEATHERED LIMESTONE - tan i 50��„ 50/1 " 1 � 5011.75" � i 5oi�„ � 15 U .� U N O O] L O N a 50/'/z � � 2 � 750.0 50/Y<" � Boring Terminated at Approximately 20 Feet y Proposed Elevation = 769.3 Feet o Approximate Grading = 0.7 Feet Cut a � � � m � � .� > � `m � � 0 � 0 C � 7 L N 01 O � C 0 Material boundanes are a roximate in situ transitions ma he radual. � Driller: PIBte A.9 � Drilling Method: Continuous Flight Augers Log Project No. B-7 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E �o t 1 0, B �oc k 2 s Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04704° N While Drilling Not observed 2-3-21 Longitude At Boring Completion Not Observed � � 97.37250° W End of Day Not Measured � °" n o ai d .� n' y � N 41 Y C � C Q. � C a " N O ,n . O N -C •O ,�+ O � C j O U N.+ Z y£ U � N N � �° � ° Stratum Description � z ~ � °� °� �' � �= � ° � � a �, a m `� ° m'v ' n a� a y - � o°- � �� W R.n a a�i af°, m� �� 3 �' = o Approximate Surface Elevation = 766.0 feet � O u� a� a cn LL-PL-PI � cn � � c� FAT CLAY (CH) - dark brown to light brown, with limestone seams 3.50 37 4.50 87 86-29-57 29 5 4.5+ 15 760.0 CLAYEY SAND (SC) - tan to light brown, with limestone pieces 4.50 37 53-21-32 12 0.1 101 9-16-24 N=40 1 754.0 WEATHERED LIMESTONE - tan � 50/YZ' � i 50�,�4 � �' 15 � U C U N O m L O � � = 50/Y�' � 2 � 746.0 50/'/4' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 767.9 Feet o Approximate Grading = 1.9 Feet Fill � a� � `m � � -o .� > � a`� a � 0 .n 0 C U 7 L N m O m C `o Material boundaries are a roximate' in situ transitions ma 6e radual. N °��"er: Plate A.10 � Drilling Method: Continuous Flight Augers Log Project No. B-$ 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E De ten tion Area, B loc k 3 0 F o r t W o r t h, T e X a s Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04704° N While Drilling Not observed 2-3-21 �ongitude At Boring Completion Not Observed � � 97.37186° W End of Day Not Measured o � a a o rn t; t °' '� a °' N o °1 " o 'a°1, o a � _ .o •- � a ._ � o� c >•° V �" Z �; � y _ c uyi Q£ Q�° Stratum Description z °� �_ °' J f0 � a� �o aJ y o � �� m �` > `m °' ° m 'v 'm > '� m = c°� E o � m °1 �.n a a�i af°, �°1 �0 3 �` c o N W Approximate Surfiace Elevation = 761.0 feet � O cn a� a cn LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown to light brown, with limestone seams 3.50 34 2.50 30 5 4.5+ 85 85-28-57 30 1.0 84 755.0 SANDY CLAY (CL) - light brown to tan, with �$,� 2 limestone seams N-2p � � 17-25-25 66 35-14-21 10 N=50 1 750.0 WEATHERED LIMESTONE - tan � 50/'/2' � i 50�,�„ °7 15 U C U N O m r O N a 50I'/e�� � 2 � 741.0 50/Y<" � Boring Terminated at Approximately 20 Feet w E 0 � a� m m � � � .� > � � a G O � O C 'D 7 t N 61 O � G .o Material boundaries are a roximale; in situ transitians ma be radual. N Driller: Plat@ A.� � F Drilling Method: Continuous Flight Augers Log Project No. B-9 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 RO N E Lot 15, Block 31 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04704° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed a � 97.37111° W End of Day Not Measured � °� n o rn �; r �" � �- N i' N C 01 G a � � C a �y p ��= � � 'O.� � O F-�' C �'++�- V � Z �� y _ C N a � Q �° Stratum Description � z ~ � � °� � _ � � � `o � 5 ' a .� ` = a � >, � �d mv 'a> .� d = c°�E �� N W �.n a a�ia�di mv o 3 �' co Approximate Surface Elevation = 764.0 feet � O <n a� a cn LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown to light brown, with limestone seams 4.50 29 4.5+ 16 5 4.50 82 52-18-34 17 -0.1 109 758.0 LEAN CLAY (CL) - light brown, with limestone pieces 10-15-17 N=32 �0 24-50/2" 80 40-16-24 15 � 754.0 WEATHERED LIMESTONE - tan r 50/'/2' � i 50�,�„ °' 15 � U .0 U O 747.0 m LIMESTONE - gray r 0 a� � 50/Y<" � 2 � 744.0 50/Y<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 765.9 Feet o Approximate Grading = 1.9 Feet Fill � � m `m aai N a .� > � `m � m 0 U � O C a � .� y � 0 rn c .Q Material boundaries are a roximale� in situ transitions ma he radual. � Driller: PIatG A.� 2 � Drilling Method: Continuous Flight Augers Log Project No. B-10 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 �O �� Lot 2, Block 33 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04704° N While Drilling Not Observed 2-4-21 �ongitude At Boring Completion Not Observed � � 97.37054° W End of Day Not Measured � °" y o rn �; .t n' � � � N d � C .� C G. � � G. N O ,fl ._ O N -a O �,3 � � C j O U N.. Z y� U � N N s E � ° Stratum Description � Z ~ � � °� J � . _ � .. � °_ �a a w � _ � � A�> :'u�i H cm ui> `� v = uE o �� W �.n a a, d m.v �0 3 Z` c o Approximate Surface Elevation = 766.0 feet � O cn a� a cn LL-PL-PI � <n � � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules and limestone pieces 4.5+ 25 4.00 93 47-18-29 17 117 5 4.00 16 4.5+ g1 46-18-28 14 14-17-16 15 N=33 1 755.0 WEATHERED LIMESTONE - tan r 50/'/z' � i 50���<� �' 15 � U .� U O �4J.O � LIMESTONE - gray r 0 a� � 50/'/4' � 2 � 746.0 50/Yz' � Boring Terminated at Approximately 20 Feet w Proposed Elevation = 766.7 Feet o Approximate Grading = 0.7 Feet Fill a m ia m aai N � @ > � `m � � 0 U � O C � � .0 N m O �1 C .o Material 6oundaries are a roximale; in situ transitions ma be radual. N Driller: Plat@ A.� 3 F Drilling Method: Continuous Flight Augers Log Project No. 8-11 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E Lot 12, Block 18 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04652° N While Drilling Not Observed 2-1-21 Longitude At Boring Completion Not Observed a � 97.37693° W End of Day Not Measured o � = a o a� � Vj y N �� C IIl C a� � a n o �" ° � .a ° � � F-' C y O V �•+ Z a�+ J al � N N w£� y Stratum Description � z ~ °' �� � � � a �, a m �� ° �'v 'u � a N � = o°' �� N W @a a a�iaf°, �v �0 3 Z' co Approximate Surface Elevation = 770.0 feet � O <n a� a cn LL-PL-PI � cn o � c� SANDY CLAY (CL) - dark brown to tan, with limestone pieces 3.25 27 3.00 25 5 1.75 51 42-19-23 12 -0.2 109 4.50 15 762.0 LEAN CLAY (CL) - tan to light gray, with limestone pieces � 2_9_� $ N-2� 73 41-16-25 13 � 760.0 WEATHERED LIMESTONE - tan � i 5oi��� � 50/Yz' �' 15 U �C U N O O1 � O N � 50/'/2' � 2 � 750.0 50/'/<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 773.0 Feet o Approximate Grading = 3.0 Feet Fill a a� � � � � -o .� > � a`� a c 0 � 0 c v � L N m O m C .o Material boundaries are a roximate; in situ, lransitions ma be radual. � Driller: Plat@ A.�4 � Drilling Method: Cantinuous Flight Augers Log Project No. 8-12 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E Lot 16, Block 20 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04651° N While Drilling Not Observed 2-1-21 Longitude At Boring Completion Not Observed � � 97.37614° W End of Day Not Measured = °.; N o rn ;: L °' � N N C � L � °_ � � � a " Y ° '° t� 3 m 'v� o H � �� V � Z a;J v _ c�n r � � ° Stratum Description � z � � � �� Q � a � � � a�, a ca `d � av � _ � on' � � N W �.n a~. a�i af°i �.°�_' 0 3 Z' c o Approximate Surface Elevation = 774.0 feet � O cn a� a u� LL-PL-PI � <n o � t� SANDY CLAY (CL) - dark brown to tan, with limestone pieces 3.00 13 7-8-6 59 11 N=14 8-13-19 14 5 N=32 5-10-15 18 N=25 766.0 LEAN CLAY (CL) - tan to light gray, with limestone pieces 14-24-50/4" 83 39-15-24 13 1 762.0 WEATHERED LIMESTONE - tan o i 50�,��� a 50/Yi' °' 15 � U .0 U � O m N .�. O N = 50/'/<" � 2 � 754.0 50/Yz' � Boring Terminated at Approximately 20 Feet w Proposed Elevation = 775.4 Feet o Approximate Grading = 1.4 Feet Fill � � m `m a�i � � .@ > � � :o c 0 � 0 C � � L N m O m C .o Matenal houndanes are a roximale in siW, transitions ma be radual. N Driller: Plat@ A.� �J � Drilling Methad: Continuous Flight Augers Log Project No. B-13 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E �ot 20, Block 2o Fort Worth, Texas Lati[ude Water Level Observations (feet) Date E N G I N E E R I N G 33.04650° N While Drilling Not observed 2-1-21 Longitude At Boring Completion Not Observed o � 97.37534° W End of Day Not Measured � °' N o rn ;; .� °" Ul N y N d.�N. � al C fl. � = a N O ,p ._ O N -a O �' O � C �.O U E""' Z N J � � N N a E Q �° Stratum Description � z ~ � � �a � � � � � d u�i E > °=y H � m u�i> a N d = u E � N W �.n a a,a, m�' �0 3 �' co Approximate Surface Elevation = 776.0 feet � O u� a� a cn LL-PL-PI � cn o � c..� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules and limestone pieces 3.00 25 4.50 84 47-18-29 19 9-15-19 � N=34 5 14-32-15 g N=47 10-24-28 78 45-21-24 15 N=52 16-5015.5" 2� 1 765.0 WEATHERED LIMESTONE - tan � 50/2.5" � i 50/1" � 15 U C U N O � .�C O N = 50/Yi' � 2 � 756.0 50/'/<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 776.4 Feet E Approximate Grading = 0.4 Feet Fill 0 v a� m `m aai N � @ � N N � C O .� O C � � L N m O � C 0 Malerial houndaries are a roximate; in siW transitions ma be radual. � Driller: Plat@ A.� 6 � Drilling Methad: Continuous Flight Augers Log Project No. B-14 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 RO N E �ot 24, Block 2o Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04649° N While Drilling Not Observed 1-29-21 �ongitude At Boring Completion Not Observed o � 97.37455° W End of Day Not Measured � °' N o ai �; .� o' y �- N � N C � C � _ �. "' N O .a �' O Ul a O n � � o � c � ° � �� Z �� v � c u�'i r � � ° Stratum Description � z °' °� � � �- °' � T a � `md ° va 'n> a N v = c°�E o N� W �.n a a�i af°i m°1 �� 3 �' c o Approximate Surface Elevation = 776.0 feet � O tn a� a cn LL-PL-PI � <n o � c..� SANDY CLAY (CL) - dark brown to tan, with calcareous nodules 4.5+ 20 3-4-12 63 25-15-10 12 N=16 17-20-25 12 5 N=45 770.0 LEAN CLAY (CL) - tan to light gray, with limestone �5-11-14 pieces N-25 90 37-14-23 9 17-22-30 � � N=52 1 764.0 WEATHERED LIMESTONE - tan a 50/2" 17 � i 50��„ � 15 U C U N O Ol L O N a 50/3" � 2 � 756.0 50/2" � Boring Terminated at Approximately 20 Feet w Proposed Elevation = 776.7 Feet E Approximate Grading = 0.7 Feet Fill 0 a � m m � w a .� > � a`� v C U � O C � 7 L N 01 O m C 0 Malerial boundaries are a roximate� in silu transitions ma be radual. N Driller: Plat@ A.� % � Drilling Method: Cantinuous Flight Augers Lag Project No. 8-15 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E Lot 13, Block 27 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04648° N While Drilling Not Observed 2-5-21 �ongitude At Boring Completion Not Observed o � 97.37378° V11 End of Day Not Measured o L °" a o rn � s N i- N y N C � C °' c a �' N o .n }' o '��w -a o $ � F- C N O U �� Z �_j N r_+ C N w � � ° Stratum Description � z ~ °' °� �' � �' .. �� �� Q � � � � � T a > r u�l F- C fa6 1Np > N N C�.1 � � � E �' @.o a v a, m.°1 �0 3 �' c o N W Approximate Surface Elevation = 770.0 feet � O cn a� a�n LL-PL-PI � cn o � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules 4,5+ 15 4.5+ 83 43-17-26 14 2.5 115 5 765.0 28-32-50/5" 11 WEATHERED LIMESTONE - tan i 50�3�<� 50/'/z' 1 757.0 LIMESTONE - gray r 50/Y<" � i 5oi�i„ � 15 U �C U N O O1 .�C O N � �J����2 � � 2 � 750.0 50/'/<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 774.2 Feet E Approximate Grading = 4.2 Feet Fill 0 �o a� m `m aai � � .� > d � a G O _[ O C a � .c m rn 0 m C .o Material houndaries are a roximate• in situ transitions ma 6e radual. � Driller: Plate A.� $ � Drilling Method: Continuous Flight Augers Log Project No. B-16 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 �O �� Lot �7, Block 27 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04648° N While Drilling Not Observed 2-5-21 Longitude At Boring Completion Not Observed a � 97.37314° W End of Day Not Measured o � a a o rn w t y i- N y N C � C � G a � "��' � � = O ' � O O � C � � V � �' � J � _ C N y�� ° Stratum Description � z � � � �� a s� _ �� a T a m — a � o . m � o o N � °�' �� a a�, v�.°�_' 0 3 �' c o N W Approximate Surface Elevation = 761.5 feet � O cn a� n. cn LL-PL-PI � cn o � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules 4 5+ g 4.5+ 92 42-18-24 13 17-23-21 17 N=44 5 37-50/4" 74 37-15-22 11 755.0 WEATHERED LIMESTONE - tan � 5011 " 50/'/z' 1 748.5 LIMESTONE - gray � 50/Y<" � i 5oi�i„ � 15 U C U N O � .0 O � � rJ0���2 � � 2 � 741.5 50/Y<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 768.7 Feet E Approximate Grading = 7.2 Feet Fill 0 � a� m m � m � .� > � � v c 0 .n a c v � s m rn 0 rn C 0 Material boundaries are a roximate; in situ, transitions ma be radual. N Driller: Plat@ A.�9 � Drilling Method: Continuous Flight Augers Log Project No. B_� 7 21_24gp2 Liberty Trails Phase 5 N. of John Day Road and SH 114 �� Boring Location R O N E Lot 21, Biock 27 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04648° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed o � 97.37249° W End of Day Not Measured o = a a o rn a; -� y i N � N C � C a � = a °1N o .o= � � .00 $ o � � v �� V �'� Z ;; � y _ c �n w -° � ° Stratum Description � z ~ � °' °�a � a �_ � � �� � Q w � _ a � � io � v ° � :D 'N a� ,� — � o a Q � . m W �.n a a�iai m� 0 3 �' co � Approximate Surface Elevation = 765.0 feet � O cn a� a cn LL-PL-PI � cn o � c) FAT CLAY (CH) - dark brown, with calcareous nodules 3.00 36 4.5+ 86 80-24-56 29 761.0 LEAN CLAY (CL) - light gray, with limestone seams 5 4.5+ 15 4.5+ 87 41-16-25 17 0.0 113 5014" 4 1 � 12 °' 15 750.0 � WEATHERED LIMESTONE - tan U �C U N O Q1 L O N � 50/'/2' � 2 � 745.0 50/'/<" Boring Terminated at Approximately 20 Feet � Proposed Elevation = 767.3 Feet � Approximate Grading = 2.3 Feet Fill 0 a m � m aai � v .� > � a`� -o C O d O C a � .� � m 0 rn c .o Material boundaries are a roximate; in siW transitions ma be radual. N Driller: Plate A.20 � Drilling Method: Continuous Flight Augers Log Project No. B_� 8 21_24g�2 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 �� Lot 12, Block 30 Fort Worth, Texas � O Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04647° N While Drilling Not Observed 2-4-21 �ongitude At Boring Completion Not Observed � � 97.37186° W End of Day Not Measured o � a a o rn �; -� y � N � � � � C d � a �; � o � ._ o � .D o n � $ o � � �° V � Z �;J d _ cuyi � �° � ° Stratum Description � z ~ °' °� � � � °' � o� e � _ � Q>` °" > y°' ° av '�n> a .`� d � c�iE N � °' �� a a�i a1Di m°1 0 3 �' c o N W Approximate Surface Elevation = 765.0 feet � O cn a� a<n LL-PL-PI � tn o � c� FAT CLAY (CH) - dark brown, with calcareous nodules 2.00 31 4.5+ 94 92-29-63 25 0.3 111 5 4.5+ 20 759.0 LEAN CLAY (CL) - light gray, with limestone pieces 4.00 16 107 4.5+ 78 42-18-24 18 0.1 102 � 754.5 WEATHERED LIMESTONE - tan r 50/'/4' � i 5o���z� m 15 � 749.0 � LIMESTONE - gray 0 m L O N � 50/YZ' � 2 � 745.0 50l'/<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 765.4 Feet � Approximate Grading = 0.4 Feet Fill 0 � m � m d w a .� > � a`� � c 0 � 0 c � � .c N OI O m C 0 Material boundanes are a roximate• in silu, transilions ma be radual. y Driller: Plat@ A.2� � Drilling Method: Continuous Flight Augers Log Project No. B-1 g 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 ' Lot 11, Block 31 Fort Worth, Texas R O N E Latitude Water Level Obselvations (feet) Date E N G I N E E R I N G 33.04648° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed o � 97•3711'I° W End of Day Not Measured � °' v o rn �; -� �' � N y L � C a� = a °' y o �"= o a, a,o � ° �" = v � v E � '.�°'' :-� � � � w w E � ° Stratum Description � z � � �' _� a y � _ _ � � u � > w� � �� ��> N �, � �� 0 m m �.fl a a,d �a°1 �0 3 �' =o � W Approximate Surface Elevation = 760.0 feet � O tn a� a cn LL-PL-PI � u� o � t� LEAN CLAY (CL) - dark brown to light brown, with q 5+ 21 calcareous nodules 4-5-3 77 32-17-15 15 N=8 6-11-50/6" 10 5 754.0 SANDY CLAY (CL) - dark brown to tan, with 23-40-42 limestone seams N_$2 61 35-16-19 8 752.5 WEATHERED LIMESTONE - tan i 50�,,, 50l'/�' 1 r 50/Yz' � i 50���<� �' 15 � � 744.0 � LIMESTONE - gray 0 m r 0 a� � 501Yi' � 2 � 740.0 50IY4' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 761.9 Feet E Approximate Grading = 1.9 Feet Fill 0 a a� m `m a�i � a @ > � `m a c 0 .n 0 c � � .�c N m 0 rn c 0 Material boundaries are a roximate in situ transitions ma be radual. N °��"er: Plate A.22 � Drilling Method: Continuous Flight Augers Log Project No. 8-20 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 ' Lot 12, Block 32 Fort Worth, Texas R O N E Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04647° N While Drilling Not Observed 2-4-21 �ongitude At Boring Completion Not Observed o � 97.37054° W End of Day Not Measured o � a a o rn ;; r N �- N � N C � C a� c a .°�' � o a= o � � o $ � v« E �.,� v w c u�i � � � ° Stratum Description � z ~ °' °� �' ` � � o� e a � �•_ °a' uTi E > m u°1i t�— c� vi "> a �' m = c°� E � m Q1 �.n a a, a, ca °1 �0 3 �' c o N W Approximate Surface Elevation = 761.0 feet � O c� a� a cn LL-PL-PI � �n o � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules and limestone pieces 4 �Q 22 4.5+ 80 39-17-22 14 0.4 113 5 4.5+ 18 29-39-33 75 31-15-16 7 N=72 753.0 WEATHERED LIMESTONE - tan i 5��3�4 � 50/Yi' 1 � 50/1.25" � i 50I0.5" � � 5 745.5 •� LIMESTONE - gray U N O 01 L O Q) � 50!'/z' � 2 � 741.0 50/'/<" � Boring Terminated at Approximately 20 Feet w Proposed Elevation = 762.1 Feet E Approximate Grading = 1.1 Feet Fill 0 a � m m � N a .@ > � `m � G O � O C � 7 .� � rn 0 rn C 0 Material boundaries are a roximale� in silu transilions ma be radual. � Driller: Plate A.23 F Drilling Method: Continuous Flight Augers Log Project No. B-21 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 �� Lot 8, Biock 18 Fort Worth, Texas � � Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04595° N While Drilling Not observed 1-29-21 �ongitude At Boring Completion Not Observed o � 97.37693° W End of Day Not Measured � a' N o rn w; .� a' y �- CV y N C O7 C c a, °' N a �•`—' � � v.� $ 0 F � y O V E Y Z a�+ J Ul f, C N � E � ° Stratum Description � z � � � � � a � � _ � �' a �, a ca yd ° aa 'wm N — � oa o � E °�' �� a a�i a10i �.° �� 3 �` c o � W Approximate Surface Elevation = 768.0 feet � O cn a� a cn LL-PL-PI � cn ❑ � c� FAT CLAY (CH) - dark brown to tan, with calcareous nodutes 3.00 29 2.50 88 74-28-46 39 82 3,060 9-12-18 � 2 5 N=30 762.0 WEATHERED LIMESTONE - tan i 5��3�4 � 5��Y4 1 754.5 LIMESTONE - gray � 50/YZ' � i 5����<� � 15 U C U N O m r O N � 50/'/<" � 2 � 748.0 50/Y4' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 770.9 Feet E Approximate Grading = 2.9 Feet Fill 0 v � m `m � N � .@ > � `m � c 0 � 0 c v � .� � m 0 rn c .o Material boundaries are a roximate• in silu lransitions ma be radual. N Driller: Plate A.24 � Drilling Method: Cantinuous Flight Augers Log Project No. 8-22 21-24902 Liberty Trails Phase 5 � Boring Location N. of John Day Road and SH 114 RO N�E �ot s, Block 2� Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04595° N While Drilling Nat 06setved �-29-21 Longitude At Boring Completion Not Observed a � 97.37616° W End of Day Not Measured o � � a o ID y � N a N c � c � C d '�' N O �= � j -8 O � � H � y O V £ Y Z Y J N w C N Q� a ro Stratum Description ` z o ° c,c � ¢ w � = o Q >, va d'v N> �' m uE o �� W �.n n~. a�i a1°i � a' 0 3 �' c o Approximate Surface Elevation = 769.0 feet � O c� a� a cn LL-PL-PI � cn o � c� SANDY CLAY (CL) - dark brown to tan, with limestone pieces 4.50 28 7-5-6 68 34-18-16 14 N=11 13-17-20 35-16-19 6 5 763.5 N=37 WEATHERED LIMESTONE - tan � 50l3" 50/'%' 1 r 50/'/z' � i 50���<� = 15 U C U O 752.0 m LIMESTONE - gray L O N � 50/'/2' � 2 � 749.0 50/Y<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 769.8 Feet E Approximate Grading = 0.8 Feet Fill 0 v a� m `m a�i m a .@ > � `m a N 0 U � O C � 7 L N 01 O m G 0 Material boundaries are a roximate; in situ, transitions ma he radual. � Df111ef: Plate A.25 � Drilling Method: Continuous Flight Augers Log Project No. B-23 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E Lo t 1 1, B loc k 2 1 F o r t W o r th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04594° N While Drilling Not Observed 1-29-21 Longitude At Boring Completion Not Observed � � 97.37534° W End of Day Not Measured o = °' a o rn �; .� � � N Iq C Cl C fl. �' >•p Ci � r-� Z yI .� V � 61 1!1 '� O � C Q � a �° Stratum Description -"� � ~ � °' °'� , ` � ' 4= °-' ..� T `� ° �� �� Q N = oa � N� W �.n a a�, af°i m d �0 3 Z' c o Approximate Surface Elevation = 770.5 feet � O cn a� a cn LL-PL-PI � u� � � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules and limestone pieces 4.5+ 35 4.5+ 93 49-19-30 13 11-17-22 12 N=39 5 5-1$-22 86 42-19-23 17 N=40 33-15-49 � � N=64 762.5 WEATHERED LIMESTONE - tan i 50�,�, 5011 /8" 1 � 5011 " � i 5o���z � � 15 U C U N O m w 752.5 o LIMESTONE - gray � � 50/1" � 2 � 750.5 50/118„ � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 770.4 Feet � Approximate Grading = 0.1 Feet Cut 0 a m m m � m � .� > � a� a c 0 � 0 c v � .�c � � 0 m c .o Material boundaries are a roximaie� in situ, lransilions ma be radual. N Driller: Plat@ A.26 F Drilling Method: Continuous Flight Augers Log Project No. B-24 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E Lo t 1 5, B loc k 2 1 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04593° N While Drilling Not 06served 1-29-21 �ongitude At Boring Completion Not Observed � � 97.37456° W End of Day Not Measured = °' y o rn .Q; .t n' N �- fV y� C C) C v � a �; � o �._ o � a o � o � � d o d �� U d N �' V � Z � J y C N r E� r Stratum Description � z ~ ��' _� a y��_ ��' � �n � � "� � �ro ��> N v � �� ❑ N W @� a da, �a°1 �0 3 Z' co Approximate Surface Elevation = 770.0 feet � O u� a� a cn LL-PL-PI � tn o � c> SANDY CLAY (CL) - dark brown to tan, with limestone pieces 4.5+ 13 10-7-5 63 31-17-14 11 N=12 5 17 764.0 LEAN CLAY (CL) - tan to light gray, with limestone 6-13-17 pieces N_30 97 45-18-27 19 762.0 WEATHERED LIMESTONE - tan � 50/4" 5011" 1 r 50/3" � i 5oi� �, � 15 U �C U N O Ol L O N a 50/1 " � 2 � 750.0 50l'/z' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 770.6 Feet E Approximate Grading = 0.6 Feet Fill 0 � m m m m N a .� > N N � C O � O C � 7 L N m O m C .o Material houndaries are a roximate; in situ lransilions ma he radual. � Driller: Plat@ A.2% F Drilling Method: Continuous Flight Augers Log Project No. 8-25 21-24902 Liberty Trails Phase 5 � Boring Location N. of John Day Road and SH 114 RO IV �E Lot 13, Block 26 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04593° N While Drilling Not Observed 2-5-21 Longitude At Boring Completion Not Observed o � 97.37378° W End of Day Not Measured o � �' a o ai �; s � a.. N y Ul C a1 G ❑. �' a '��' N O �*' � j a O � � 1--' � � O V � y Z .� � N w C N � O � lC H Q� p� � -� � o y.. ` a � a �� Stratum Description � z � � � � � Q � _ _ � � Ul Cl � N '8 Ip � N � � � � N c�a °' @� a a�i af0i c�a .° �0 3 �` c o � W Approximate Surface Elevation = 767.0 feet � O cn a� a<n LL-PL-PI � cn � � c� SANDY CLAY (CL) - light brown, with limestone pieces 4.5+ 12 4.5+ 52 37-16-21 9 3.0 117 50/6" 13 5 761.0 WEATHERED LIMESTONE - tan i 50�,,, 50/'/2' 1 753.5 LIMESTONE - gray � 50/'/<" � i 5oi�i„ � 15 U C U N O O1 L O N c 50/'/z � �� 2 i �a�.o 5oi�i„ � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 767.5 Feet E Approximate Grading = 0.5 Feet Fill 0 � a� m `m � N U � > N N a G O .� O C a � .� N m O O1 G 0 Material boundaries are a roximate; in situ transitions ma be radual. N Driller: Plat@ A.2$ F Drilling Method: Continuous Flight Augers Log Project No. 8-26 21-24902 Liberty Trails Phase 5 /: Boring Location N. of John Day Road and SH 114 � Lot 17, Block 26 Fort Worth, Texas R O N E Latitude Water Leve l O bserva tions ( fee t) D a t e E N G I N E E R I N G 33.04593° N While Drilling Not observed 2-5-21 �ongitude At Boring Completion Not Observed o � 97.37314° W End of Day Not Measured � °.: N o � L a � �- CV � N C II7 C a� c a. Q1y o �•'= � � a.° � o � � >� U � Z � E U v w w � � ° Stratum Descri tion � � ~ � °' °�� Y �' �' � '= � � E p Z � w� c ¢ � _ � = a � (n E � w N I-' C Ri N� N N I�J E 0 � d @� a v v ro°7 �0 3 Z' c o � W Approximate Surface Elevation = 760.0 feet � O cn a� a cn LL-PL-PI � cn o � c� LEAN CLAY (CL) - dark brown to light brown, with calcareous nodules and limestone pieces 4 5+ 22 4.5+ 15 5 4.5+ 82 40-18-22 17 4.5+ 8 18-12-26 73 42-17-25 13 N=38 1 748.0 WEATHERED LIMESTONE - tan � 50/Y4' � i sor�4 � � 15 � 744.0 � LIMESTONE - gray a� 0 o� .�c 0 a� a 50/'/i � � 2 � 740.0 50/'/<" � Boring Terminated at Approximately 20 Feet w Proposed Elevation = 763.6 Feet E Approximate Grading = 3.6 Feet Fill 0 v � m m � m v .� > � � v c 0 � 0 c � � L N 01 O m C .o Material boundaries are a roximale in situ lransitions ma be radual. N Driller: Plat@ A.29 � Drilling Method: Continuous Flight Augers Log Project No. B-27 21-24902 Liberty Trails Phase 5 � Boring Location N. of John Day Road and SH 114 � O�� Lot 21, Block 26 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04593° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed � � 97.37248° W End of Day Not Measured o � °' a o rn �; r y � N y N C � C � C 6. "' N O �= O � .a O Q � '�-' O ~ C �'.. V � y Z y J y � C N _ � � ° Stratum Descri tion `° ~ °' � � °' � p �z � w=_ ` � _ `'-a d � E � v°1 ° m'a N> a �' d = c°� E o °1 @ a a a�, a`"i m.v �0 3 '�` c o � W Approximate Surface Elevation = 760.0 feet � O cn a� a c� LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown, with calcareous nodules 2 50 32 4.5+ 80 81-30-51 28 1.1 90 5 4.5+ S 754.0 CLAYEY SAND (SC) - tan to light brown, with limestone pieces 50/4" 38 35-15-20 5 4.5+ 9 1 748.0 WEATHERED LIMESTONE - tan -� 50/Yz' a � 745.0 50/Y4' � � 5 LIMESTONE - gray U .0 U N O m L O N a 50/'/<" � 2 � 740.0 50l'/i' Boring Terminated at Approximately 20 Feet � Proposed Elevation = 762.5 Feet E Approximate Grading = 2.5 Feet Fill 0 v m m m � N � .� > N N a c 0 a 0 C � � L N 07 O m C .o Material boundaries are a roximate in situ transitions ma he radual. � Driller: Plat@ A.3� � Drilling Method: Continuous Flight Augers Log Project No. B-2$ 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E Lot 9, Block 30 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04592° N While Drilling Not Observed 2-3-21 �ongitude At Boring Completion Not Observed � � 97.37185° W End of Day Not Measured o � � � a N � N � N C � C c. � c a �3 y o ,o "= ° °1 -a o � o� � �o V d.. Z yE U � a,v, � �° � ° Stratum Description � z � � �' �� a J � _ _ � a � N £ > °'� � �� ��"> � d � �� o �' �.o a a, d m.v '0 3 �' c o N W Approximate Surfiace Elevation = 758.0 feet � O �n a� a<n LL-PL-PI � �n o � U FAT CLAY (CH) - dark brown, with calcareous nodules 3.00 31 3.50 84 73-28-45 28 754.0 SANDY CLAY (CL) - tan to light brown, with g-12-12 5 limestone pieces N-2q �� 11-9-50/2.5" 57 29-15-14 12 749.0 S WEATHERED LIMESTONE - tan 50/'%" 50/Y<" 1 744.0 � S LIMESTONE - gray 50/�/<" � 15 U C U N O �U1 r O N � 5����2 � � 2 � 738.0 50/Y4' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 759.8 Feet E Approximate Grading = 1.8 Feet Fill 0 a m m m aai N a .m > � a`� � c 0 � 0 c � � s � m 0 m G `o Material houndaries are a roximate in situ lransitions ma be radual. � Driller: Plat@ A.3� F Drilling Methad: Continuous Flight Augers Log Project No. 8-29 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 R O N E Lo t 7, B loc k 3� Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04592° N While Drilling Not Observed 2-3-21 �angitude At Boring Completion Not Observed � � 97.37110° V11 End of Day Not Measured � a N o rn d t °' � N ,r�, y- N �'N" O �N O a � � � a w ° � � a o� c >° V � Z ;;•� d _ cuN, � � ° Stratum Description z °� � °' � v � � �, � 'J � L C � � � �. .+ '_ _ �. °a' tn E � °= u°ii F— c m ui > a � � = c�i E o �c °1 �� a a, a, m.v �0 3 Z' c o � W Approximate Surface Elevation = 755.0 feet � O u� a� a�n LL-PL-PI � tn o � c..� FAT CLAY (CH) - dark brown, with limestone pieces 4.50 23 753.0 CLAYEY SAND (SC) - tan to light brown, with limestone seams 4.5+ 48 38-19-19 13 5 12-23-21 1 � N=44 749.0 LEAN CLAY (CL) - tan to light brown, with calcareous nodules and limestone seams 14-23-5012" 87 44-20-24 13 747.0 WEATHERED LIMESTONE - tan � 50/1" 50/Yz' 1 741.0 � � LIMESTONE - gray 50���j�� � 15 U �C U N O m r O N � 50/'/<" � 2 � 735.0 50/Y<" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 757.9 Feet E Approximate Grading = 2.9 Feet Fill 0 � m w m a�'i N a .@ > � a`� � c 0 � 0 C a � .c N � O 01 C .Q Material houndaries are a roximale; in silu transitions ma be radual. y Driller: Plat@ A.32 F Drilling Method: Continuous Flight Augers �pg Project No. 8-30 21-24902 Liberty Trails Phase 5 N. of John Day Road and SH 114 � Boring Location R O N E �ot $, Btock 32 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04592° N While Drilling Not observed 2-5-21 Longitude At Boring Completion Not Observed � � 97.37054° W End of Day Not Measured o � a a o rn ;' s N �- N � Ul C � C v = a ""' N O �=' � a� -p O a � ' $ O � C �'� V �� Z ,:;'J y y C N w � � ° Stratum Description � z ~ � �' �� � � �- � � � .: •� �' a w _ � = a a°-i >` °' > y °' ° °' v �m > y m = c°� E � � � °f � � a a�i af°i m °' �0 3 �' c o � W Approximate Surface Elevation = 758.0 feet � O cn a� a cn LL-PL-PI � u� o � c� SANDY CLAY (CL) - dark brown, with calcareous nodules and limestone pieces q.5+ 24 0.0 106 4.5+ 56 40-21-19 16 102 29-10-13 14 5 N=23 50/4" 48-20-28 15 750.0 WEATHERED LIMESTONE - tan i 50�,,, 50/'/2' 1 -� 50/'/z' � i 5oi�i„ � 15 U C U O 74�.� m LIMESTONE - gray � 0 a� a 50/'/i � � 2 � 738.0 50/'/<" � Boring Terminated at Approximately 20 Feet y Proposed Elevation = 758.3 Feet � Approximate Grading = 0.3 Feet Fill 0 v m m `m � � a .� > � `m � c 0 a 0 C � � L N m O � C `o Material houndaries are a roximate• in situ, transitions ma be radual. � Driller: Plat@ A.33 � Drilling Methad: Gontinuous Flight Augers Log Project No. B-31 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 RO N E Lot 3, Block 18 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04550° N While Drilling Not observed 1-29-21 Longitude At Boring Completion Not Observed a � 97.37617° W End of Day Not Measured o � °� Q o rn �; .� N �- N y N C � C a � c a ::� o �= � � .no � o� � �° U � z d J d ,,., c uNi � � � ° Stratum Descri tion � �° ~ °� °� y � � °' � p Z � °_ �� a � � _ =a >, g � ° m'v 'w> � a, _ °o E � N c�o °1 @� a a�i af°i �.� 0 3 �` c o N W Approximate Surtace Elevation = 766.0 feet � O cn a� a<n LL-PL-PI � cn ❑ � c� FAT CLAY (CH) - dark brown, with calcareous nodules 3.50 25 4.5+ 75 70-28-42 23 1.2 103 762.0 SANDY CLAY (CL) - tan to light brown, with q.5+ 12 5 calcareous nodules and limestone pieces 7-13-21 58 31-14-17 10 N=34 759.5 WEATHERED LIMESTONE - tan � 50/1.5" 50/0.5" 1 753.0 LIMESToNE - gray � 50/Y2' � i 50���4 � � 15 � U .� U N O � N w O N � 50/Y<" � 2 � 746.0 50/1 /.4" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 768.4 Feet � Approximate Grading = 2.4 Feet Fill 0 a d m m � N a .� > m a`� v c 0 a 0 c v � t N Q1 O � C 0 Material boundaries are a roximate; in situ lransitions ma be radual. N Driller: Plat@ A.34 � Drilling Method: Continuous Flight Augers Log Project No. B_32 21�24gp2 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 RO N E Lot 2, Block 31 Fo1't Woi'th, Texas Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04537° N While Drilling Not Observed 2-3-21 Longitude At Boring Completion Not Observed � � 97.37110° W End of Day Not Measured o � °' a o rn �; .L Gl y y N � aN-� t LA C c p, � o .a •— o � a.� �•' � H C d•wO— � E Z � J d ,f, C N r E � ° Stratum Description � z � °' °�� � � � �- � aai �+ °' > `m m ° a'v N> a N v � e°� E � � � °1 �.n a m af6i m v �� 3 Z` c o � W Approximate Surtace Elevation = 754.0 feet � O �n a� a cn LL-PL-PI � cn o � c� FAT CLAY (CH) - dark brown to tan, with calcareous nodules and limestone seams 3.00 27 4.5+ 87 69-31-38 30 4.5+ 10 5 16-20-23 g N=43 746.5 WEATHERED LIMESTONE - tan i 50�,�2 � 50/1 " 1 743.0 LIMESTONE - gray r 50/'/z' � i 5o���a � � 15 U C U N O � r O N � 50/Y<" � 2 � 734.0 50/'/4' � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 756.6 Feet � Approximate Grading = 2.6 Feet Fill 0 a � w m d N v .@ > � � � c 0 � 0 c v � .� m rn 0 rn C `o Material houndaries are a roximate• in situ lransitions ma he radual. y Driller: Plat@ A.3rJ F Drilling Methad: Continuous Flight Augers Log Project No. B-33 21-24902 Liberty Trails Phase 5 Boring Location N. of John Day Road and SH 114 p N E Lot 4, Block 32 Fort Worth, Texas 1� � Latitude Water Level Observations (feet) Date E N G I N E E R I N G 33.04536° N While Drilling Not observed 2-3-21 �ongitude At Boring Completion Not Observed o � 97.37054° W End of Day Not Measured � °.: n o rn t; .� �' a � c a °' N p .vn .'_' o m a o � o� � >.° v m w z v.� v � m v, a � Q � ° Stratum Description � z ~ � °' °1= y -' ` � `� 4= �' � � c � Q � � _ � fn E � +�' N F- C f�0 N> N Ul L�f E p m °' �.n a ad m°' �0 3 �' co � W Approximate Surface Elevation = 755.0 feet � O <n a� a cn LL-PL-PI � cn o � c.� FAT CLAY (CH) - dark brown to tan, with limestone seams 4.5+ 18 4.50 77 55-23-32 21 751.5 LEAN CLAY (CL) - light brown to tan, with limestone � 6-28-3 seams N_3� 90 36-15-21 10 5 749.0 WEATHERED LIMESTONE - tan i 5o���z � 50/Y4' 1 � 50/1" � i 5or�<� � 15 � 739.0 � LIMESTONE - gray 0 rn L O N s 50l'/z' � 2 � 735.0 50/'/" � Boring Terminated at Approximately 20 Feet � Proposed Elevation = 757.9 Feet � Approximate Grading = 2.9 Feet Fill 0 � a� m `m m N � .� i � � � G U � O C � � t y m O O1 C 0 Material boundaries are a roximale� in situ transilions ma be radual. � Driller: Plate A.36 � Drilling Method: Continuaus Flight Augers SOIL OR ROCK TYPES � � `� � �� RONE �'��►�'� Undocumented Fill � Well-Graded Sand (SW) •^//,^/ ENGINEERING / ►.n / Lean Clay (CL) �Clayey Sand (SC) DRILLWG AND SAMPLING METHODS 0 Gravelly Lean Clay (CL) ° ��0° Well-Graded Gravel (GW) � o D o Fat Clay (CH) �Marl Shelby Split Texas ------ Tube Spoon Cone �°° Gravelly Fat Clay (CH) ---- - Weathered Shale Pen 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 �Mo�e cnan eoia Passing No. 200 Sieve) Consistency Penetrometer Reading, (tsfl Unconfined Compression, (ps� Very Soft < 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 C08fSe Gf21t12d SOI�S (More than 50 % Relained on No. 200 Sieve) 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% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin 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 with fingernail 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 rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.37 Grp. Laboratory Classification � Major Divisions Sym Typical Names Criteria � RONE � �, Well graded gravels� E N G I N E E R I N G � � � � GW gravel-sand mixtures, �� .� �, L o little or no fines � pba 1o30)z j o� � o � C� po greater than 4: C� D x D6 between 1 and 3 � � .� � �, Poorly graded gravels, � o ,� �, v J GP gravel-sand mixtures, o Not meeting all gradation requirements c� �' �' a� " little or no fines � u� for GW a� L.. � ai - o Z � o �t � � � U � �o� �° z � �, GM Silty gravels, gravel -�� c� c� � Liquid and Plastic limits Liquid and plastic � c�� sand - silt mixtures N°' ��� below "A" line or P.I. limits plotting in � � �a � �u� �� u� � hatched zone -� �, � � `�- � .� o a v � greater than 4 � � ��-. �o � � � � .._.. .� o �� N � � �, between 4 and 7 �� `—° .� 3 � .� � o � are borderline ``� � `� �- � Cla e ravels, ravel z ��-� Liquid and Plastic limits cases re uirin use ��� o � Q o GC y y g g � o �? �� above A line with P.I. a g .L ��� - sand - clay mixtures o� ; a� o f dua l sym bo ls � �, E �- � greater than 7 L c�o (� > g : ai o� � �a : �n v a� u, � Well graded sands, �� :° o� (p�o)2 � o� �� SW g r a v e l l y s a n d s, I l t t l e o r �,o ;� C� po greater than 6: C � o x p between 1 and 3 v- - ° �.N c� o no fines ��o :��, ,° fi° � cn cn c c � : -a �° �- a� c L � � � � �� �° Poorly graded sands, �� .,_; � m Not meeting all gradation requirements � �� U� SP gravelly sands, little or �� � L ; for SW .,, co u� o � . �, a � � � no fines � � �, Q, � ° � o Z c��a � 3 a cv a� � � µ- � Silt sands, sand silt ���"' � L Liquid and Plastic limits Liquid and plastic �� ��� SM y mix tures � Q°�� Q- 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 c L ,� _ca 4- a��-�' "-" � less than 4 between 4 and 7 � @ � � � � �, � � o o are borderline a� � � a- � �� :� � ��� Liquid and Plastic limits cases requiring use o�, -� n. o Clayey sands, sand � � Q� SC clay mixtures ��� above "A" line with P.I. of dual symbols c� � o o� greater than 7 Inorganic silts and very fine sands, rock flour, siity or � T� ML clayey fine sands, or clayey 60 � @ — silts with slight plasticity � o U'� � Inorganic clays of low to N �=� C� medium plasticity, gravelly o ��� clays, sandy clays, silty 50 Z "= .� cla s, and lean cla s CH c cn � � Organic silts and organic �` OL silty clays of low plasticity Q 40 — � z o @ — � � Inorganic silts, micaceous � �� U � � MH or diatomaceous fine sandy 30 '� � �� or silty soils, elastic silts g �' OH and MH C� 'L c� � � a� �� -° � c CH Inorganic clays of high 20 � � � � plasticity, fat clays � � :� � CL L +� �, . _ o � ,� 10 � Organic clays of inedium to � � OH high plasticity, organic silts �� c��M�. \� � M and OL c� +'�-� U � 0 10 20 30 40 50 60 70 80 90 100 �+-- °� � � � Peat and other highly o =��o Pt organic soils LIQUID LIMIT � O PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.38 SWELL TEST RESULTS Liberty Trails Phase 5 N. of John Day Road and SH 114 Fort Worth, Texas Rone Project Number: 21-24902 Depth Liquid Plastic Plasticity Initial MC Final MC Load Swell Boring (feet) Limit Limit Index (%) (%) (psf) (°/a) B-1 3 66 17 48 29 33 375 0.5 B-3 5 38 18 21 14 18 625 0.0 B-6 3 70 25 45 30 33 375 0.5 B-7 7 53 21 32 36 39 875 0.1 B-8 5 85 28 57 26 28 625 1.0 B-9 5 52 18 34 13 16 625 0.0 B-11 5 42 19 23 16 18 625 0.0 B-15 3 43 17 26 13 20 375 2.5 B-17 7 41 16 25 18 19 875 0.0 B-18 3 92 29 63 16 20 375 0.3 B-18 9 42 18 25 23 24 1125 0.1 B-20 3 39 17 23 14 17 375 0.4 B-27 3 81 30 51 28 32 375 1.1 B-25 3 37 16 21 16 21 375 3.0 B-31 3 70 28 42 21 23 375 1.2 PLATE A.39 APPENDIX B R�N��,,,,,���.,�, FIELD EXPLORATION Subsurface conditions were evaluated with 33 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'/4-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. fe�il RC�IV� ��,; �,,,���; 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 backfilled with auger cuttings to ground level. � R�N� 1 M1 I�� h I 1 I I.Y li 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 inember 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: Test ASTM Standard Number Atterberg Limits D4318 Percentage of Particles Passing the No. 200 Sieve D1140 Moisture Content D2216 Dry Unit Weight D2167 Unconfined Compressive Strength D2166 Swell Test D4546, Method B Swell Test In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. Unconfined Compression Strength Test In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. � APPENDIX C 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 coinbined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and liistorical 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 die expected performance of foundations and other structures being planned and/or affected by construction activities. The culminaUon of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussio❑ of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports may be tided investigations, explorations, studies, assessments, or evaluations. Regardless of the tide used, the geotechnical-engineering report is an engineering interpretation of tlie subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or d�orough u�vestigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet die specific needs, goals, 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-works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, 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 difEerent 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 tl�e site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods> droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be aftected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If yoti nre the lenst bit i�ncertnin about the continued reliability of this report, contact your geotechnical engineer before applying die 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 Cosdy proUlems 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 selecdve elements only. ReAd and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geoteclmical 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 indude those that affect: . the site's size or shaye; . the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; . the comyosition of the design team; or . project ownership. As a general rule, nhvnys inform your geotechnical engineer of project or site changes — even minor ones — and request an assessment of their impact. 71te geotechnicnl engi�ieer tivlio prepnred tltis report ca��not nccept ■ ■ ■ �I I � �•esponsibility or liability for problems that nrise 1�ecause the geotechnicnl engineer was not infonnerl nbout developments the engineer othertivise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction Uegins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnicnl engi�ieers can observe actunl su�surjnce coriditions anly nt Niose spe��c locations lvhere s�rripli�ig nrid te�ti�tg is perfor�ried. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who dien applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions inay differ - inaybe significantly - from tliose indicated in this report. Confront that risk Uy retaining your geotechnical engineer to serve on the design teatn through project completion to obtain infonned guidance quicldy, whenever needed. This Report's Recommendations Are Confirmation-Dependent The recommendatIons included in diis report - including any options or alternatives - are confirmation-dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgemeut and opiiuon to do so. Your geotechnical engu�eer can finalize the recommendations only after observing actual subsurface conditions exposed duiing construction. If through observation your geotechnical enguieer confinns that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. Thegeotecl�nica! e»gineer who prepnred this report cannot assw��e responsibility or liability for confirmatio�i-dependent recommendations if you fail to retnin that engineer to perforni cottstruction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- eugineering 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 meinbers; . help develop specifications; . revietv 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 Uy 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 mistakerily believe they can shift unanticipated-suUsurface-conditions IiaUility to constructors by li�niting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certnrn to noie conspiaiously that you've iriclu��ed tite mnterin! for i�tfor�riation pt�rposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the inteipretations, opinions, conclusions, or recommendations iu the report. Be certain that constructors luiow they may learu about specific project requirements, including options selected from the report, only frotn the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enougli tinie 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 financial responsibilities stemming fc•om unanticipated conditions. Conducting prebid and preconstruction confe►•ences can also be valuable in tliis respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than otlier engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured inaterials with well-defined engineering properties like steel and concrete. That lack of understatiding has nurtured 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 geotechuical engineers' responsibilities begin and end, to help others recognize their o�m responsibilities and risks. Renrl the�eprovisiats closely. Aslc questions. Your geotechnical eugineer should respond fully and franl�ly. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and tecluiiques used to perform an eiivironmental st�idy - e.g., a"phase-one" or "phase-two" 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 reconunendations; e.g., about the likelihood of encounteruig underground storage tanks or regulated contaminants. U�ianticipated subsurface e��vironmentnl problems hnve led to project failures. Ifyou have not obtained your otiv�i enviroumental information about the project site, ask your geotech�ucal consultant for a recommendation on how to find environmental risk-tnanagetnent guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, ar similar issues in this report, the e�igineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material-performance deficiencies. Accordingly, proper trnple»ientntiort of the geotechntcal engineer�'s reco»unendatio►is will riot of itself Le sufficient to pr•event moisture i►ifiltration. Confi•ont the risk of mofsture infiltrntior► by including building-envelope or mold specialists on the design team. Geotechnicnl engineers are �ot building-envelope or mold specialists. �GEOPROFESSIONAL BUSINESS / � ASSOCIATION Telephone: 301 /565 -2733 e-inail: info@geoprofessional.org www.geoprofessional.org Copyright 2019 Uy Geoprofessional Business AssociaUon (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is stricdy proliibited, except wi[h GBA's specific written permission. Excerpting, quoting, or othenvise eztracting wording from tl�is document is permitted only tvidi the express written yennission otGBA, and only for purposes of scholarly research or book review. Only members of GDA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entit}' Ihat so uses this document without being a GBA member could be committing negligent