SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4...
Transcript of SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4...
SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4 October 5, 2011 Page 1 of 28
1. The name of the lowest Electrical Filed Sub-Bidder is American “Electrical Construction Inc.”, not American Contractors, Corp. as indicated on the “Unofficial Bid Results” posted on The Carell Group, Inc. website.
American Electrical Construction, Inc. 92 Mayflower Road Carver, MA 02330 508-525-1556 email: [email protected]
2. General Contractor shall furnish and install bullet resistant, level 3 doors and frames for the
following doors, #103, #105, and #106. The door shall be constructed of red-oak veneered skins over bullet resistant fiberglass core with filler panels for Level 3 protection. The door frame shall be primed and constructed of 12 gauge steel with mitered, continuously welded corners. The frame shall be lined with steel for a ballistic protection of Level 3. The glazing in Door #105 shall be bullet resistant level 3. The door shall be supplied with a pre-hung heavy-duty continuous geared hinge with tamper resistant dogging pins. Door and frame shall be prepped for mortise lock and strike. The Door is red oak veneer with a clear finish (to match the other doors specified). The bullet resistant, level 3 doors and frames shall be equal to WDR Series Flush Door as manufactured by North American Bullet Proof, San Antonio, Texas, 78219, (210) 225-0982, www.shotgard.com or approved equal.
3. The General Contractor shall furnish and install complete ¾” thick solid surface countertops with
rounded edges, and with a 4” high backsplash. One countertop shall be fabricated to receive an integral solid surface sink, provide all cutouts as necessary. The solid surface shall be equal to Corian manufactured by DuPont or approved equal. The sizes of the countertops are shown on the drawings and are located in Booking #122. See SKA.1 and SKA.2. These sketches replace details on Drawing A6.5 Detail 26 and Detail 29 and Drawing A6.6 Detail 6 and Detail 7.
4. The sliding windows in Booking #122 at the booking desk shall be revised as shown on SKA.1,
Detail 1 and Detail 2 and SKA.2, Detail 3 and Detail 4. The frame sash shall be 12 gauge steel with all joints welded and finished smooth. The glazing shall be ½” clear Lexan MR-10.
5. The Official Filed Sub-Bid List is included as part of this addendum.
6. The General Contractor shall assume that there is no hazardous subsurface material at the site.
7. All excavated material is unclassified general excavation and shall be removed and disposed of.
All required fill materials shall be imported.
8. The Town of Swampscott has waived the Building Permit Fee only, see Section 01000, 30. Permits, for all required permits.
9. No vapor barrier is required where spray on cellular insulation is installed. An ignition barrier is
required over the spray on cellular insulation in the unfinished space 224 not in the attic (truss space) or in concealed spaces.
SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4 October 5, 2011 Page 2 of 28
10. On Drawing S1.3 the size of the beams located at column line 1 and 7 between column line A and B are W18x35 N16.
11. Hardie Shingle exposure shall be as indicated on the drawings.
12. On Drawing A7.1 detail 8 Locker/Bench Detail – The lockers shall include an integral, lockable
18” high bench/drawer with a 9-1/2” wood seat, as specified in Section 10300.
13. In Booking 122 provide (4) 12”x12”x 6’-0” lockers (single tier) and provide (4) 12”x 12” x 6’-0” lockers (double tier).
14. On Drawing A6.7 Detail 1 delete the evidence pass thru lockers at this location. The adjacent
evidence lockers remain as shown.
15. The evidence pass thru lockers in Evidence Processing #215 revise the locker size to 36”x24”x82” as specified in Section 10300, adjust adjacent cabinetry as required.
16. On Drawing A8.2, Detail 1 revise the length of the transaction window size from 8’-0” to 8’-8”.
Adjust each side window length from 2’-2” to 2’-6”.
17. At Door #147 and Doors #144 and #145 provide 5 adjustable shelves on metal standards and brackets. The shelving shall be laminate plastic over ¾” plywood with laminate plastic on all the edges. The shelves are 12” deep and shall fit the full length of the closets.
18. The General Contractor shall furnish and install (2) stainless steel shelves in the Janitor’s Closets
#139 and #214. The shelves shall be equal to the following: Bobrick - Model #B-298 stainless steel shelf A&J Washroom - Model #U 775 American Specialties Inc. – Model #0692 The size of the shelves shall be 8” x 18” in Jan #139 and 8” x 24” in Jan #214
19. The locations of the Interior Window Types or Borrowed Lites are called out on the Interior Elevations Drawings.
20. The heads and jambs for the interior window types on Drawing A6.1 shall be similar to the
hollow metal frames shown on the partition types. Provide frames appropriate to the wall construction into which they are installed.
21. On Drawing A6.1 – Interior Window Types revise the following:
Type G – Delete One-Way Glass Type H – Add-Glazing shall be ½” Clear Lexan MR-10 Type J – Revise width of window to 4’-0” wide and Add Lexan MR-10 ½” mirrored (one-way) Type L – Delete one –way glass and Replace with Glazing shall be ½” Clear Lexan MR-10
SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4 October 5, 2011 Page 3 of 28
22. On Drawing A6.5, Detail 23 Holding #121 revise Window Type to Type H not Type L.
23. On Drawing A6.5, Detail 22 Int. #118 revise Window Type to Type J not Type I.
24. On Drawing A6.6 Detail 5 Booking #122 and Detail 8 Intake #143 Window Type shall be Type L.
25. On all the wood interior window trim add a 2” oak crown at head. The crown shall return to the
wall on each side of the trim and the corners shall be mitered.
26. Decorative Exterior Columns: Provide fiberglass reinforced polyester (FRP) columns complete with bases and capitals as shown on the drawings. Color and finish shall match the adjacent trim. If columns are produced in sections, joints shall be finished in the field so as to be invisible. Columns shall be “entasis” style equal to Edon Corp. EC-120F (modified length).
27. DRAWING ES-1 - Fixture type “AA”, “BB” and “CC” – The General Contractor shall be
responsible for the following: a. Fixture total four (4) type “AA”; one (1); type “BB”; three (3) type “CC”. b. Furnish and install the concrete above ground mounted pole base inclusive of the conduit
sleeves, anchor bolts, ground rod, etc. as indicated on the drawing ES-1. c. Furnish and install the site lighting pole and related luminaire. Refer to the fixture and
lamp schedule noted on the drawing ES-1. d. Furnish and install the underground PVC Schedule 40 conduit from the designated pole
bases as shown on the site plan to the branch circuit panel EL1. Refer to the trench detail for site lighting as indicated on the site drawing ES-1.
e. Purchase the branch circuit wiring as shown on the site plan ES-1 drawing (#8 gauge THHN + 1#10 gauge THHN). Cable length shall allow for an additional 30’-0” to allow for terminations at the branch circuit panel EL1 as well as rising the site lighting pole to the luminaire. The electrical contractor shall be responsible to install the cabling and make the terminations at both ends.
f. Furnish the specified time clock as indicated in the Division 16100 electrical specification section 2.15 TIME SWITCH paragraph G. The time clock shall be Tork Co. #7000ZL series or equal. The electrical contractor shall be responsible install and wire the time clocks. Mount adjacent to panel EL1.
28. DRAWING ES-1 - Fixture type “EE” – The General Contractor shall be responsible for the
following: a. Furnish the one (1) inground flag pole light as indicated on the drawing ES-1. b. Refer to the fixture and lamp schedule noted on the drawing ES-1. c. Furnish and install the underground PVC Schedule 40 conduit from the designated flag
pole inground as shown on the site plan to the branch circuit panel EL1. Refer to the trench detail for site lighting as indicated on the site drawing ES-1.
d. Purchase the branch circuit wiring 3#12 THHN as shown on the site plan ES-1 drawing. Cable length shall allow for an additional 20’-0” to allow for terminations at the branch circuit panel EL1 as well as at the well light. The electrical contractor shall be responsible to install the cabling and make the terminations at both ends.
SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4 October 5, 2011 Page 4 of 28
e. Furnish the specified time clock as indicated in the Division 16100 electrical specification section 2.15 TIME SWITCH paragraph G. The time clock shall be Tork Co. #7000ZL series or equal. The electrical contractor shall be responsible install and wire the time clocks. Mount adjacent to panel EL1.
29. DRAWING ES-1 - Fixture type “FF” – The General Contractor shall be responsible for the
following: a. Furnish the two (2) above ground sign lights as indicated on the drawing ES-1. b. Refer to the fixture and lamp schedule noted on the drawing ES-1. c. Furnish and install the underground PVC Schedule 40 conduit from the designated flag
pole inground as shown on the site plan to the branch circuit panel EL1. Refer to the trench detail for site lighting as indicated on the site drawing ES-1.
d. Purchase the branch circuit wiring 3#12 THHN as shown on the site plan ES-1 drawing. Cable length shall allow for an additional 20’-0” to allow for terminations at the branch circuit panel EL1 as well as at the well light. The electrical contractor shall be responsible to install the cabling and make the terminations at both ends.
e. Furnish and install a twelve inch (12”) round round x eighteen inch (18”) deep concrete base with rerod supports to anchor the fixtures.
f. Furnish the specified time clock as indicated in the Division 16100 electrical specification section 2.15 TIME SWITCH paragraph G. The time clock shall be Tork Co. #7000ZL series or equal. The electrical contractor shall be responsible install and wire the time clocks. Mount adjacent to panel EL1.
30. Use the hardner as specified in Section 03300 on all exposed concrete surfaces only. On
Drawing A6.2 where “s. conc” is called out replace with hardner.
31. Drawing S1.0-Change Note 6 to read: Indicates 65 ton compression pile and 20 ton tension pile.
32. Drawing S1.1- Provide a concrete slab construction joint in the east-west direction along a line 9’-4” north of column line D. Also provide a slab construction joint in the east-west direction along a line 7’-6” south of column line C. If additional construction joints are required due to construction schedule or construction sequence, the location and number must be pre-approved by the structural engineer.
33. Drawing S1.1- Provide concrete grade beam construction joints at column lines C-2 and C-7 on
the north face of pilasters P1. If additional construction joints are required due to construction schedule or construction sequence, the location and number must be pre-approved by the structural engineer.
34. Drawing S1.1-The slab reinforcing placement sequence shall be as follows:
a. East-west bottom bars b. North-south bottom bars c. North-south top bars d. East-west top bars
SWAMPSCOTT POLICE HEADQUARTERS ADDENDUM No.4 October 5, 2011 Page 5 of 28
35. GZA Memorandum to Andrew Maylor dated October 3, 2011 regarding Geotechnical Report update is hereby included as part of this addendum. (4 pages)
36. Drawing changes to C-8 – Add the following details per the enclosed attachment:
a. Sign Schedule AD-4, C-8.1 b. Typical Sign (post) AD-4, C-8.2 c. Site Sign Support AD-4, C-8.3
37. The Official Filed Sub Bid Form is attached and is hereby included as part of this addendum.
(11 Pages)
38. The following Sketches are hereby included as part of the contract documents:
AD-4 C-8.1, AD-4 C-8.2, AD-4 C-8.3, SKA.1, SKA.2, SKA.3, SKA.4, and ES-1.
END OF ADDENDUM No. 4
FILED SUB BID RESULTS Project: SWAMPSCOTT POLICE HEADQUARTERS Architect: The Carell Group, Inc. Date: September 30, 2011 Time: 2:00 PM
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
04200 MASONRY WORK
Carriglio Construction
Stoneham, MA 335,000 X X X X
Fernandez Masonry. Inc.
New Bedford, MA 373,000 X X X X
DeIulis Brothers Construction Co., Inc. Lynn, MA
482,000 X X X X May only be used by: DeIulis Brothers Construction Co., Inc.
PCM Construction Co., Inc. Ayer, MA
329,000 X X X X
LAL Masonry Inc. Saugus, MA 345,000 X X X X
May be used by any general bidder except: Massey, TLT Alexandra
G.V.W., Inc.
East Boston, MA 450,000 X X X X
May only be used by: G.V.W., Inc.
D&S Commercial Masonry, Inc. Wrentham, MA
308,400 X X X X
TLT Construction Corp. Wakefield, MA
192,700 X X X X May only be used by: TLT Construction Corp.
1
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update Notes
05500 MISC METALS
Quinn Brothers of Essex, Inc.
Essex, MA 69,400 X X X X
May be used by any general bidder except: TLT Corp., Seaver Construction, Inc.
North Shore Steel Co. Inc.
Lynn, MA 106,200 X X X X
Capone Iron Corporation
Rowley, MA 54,835 X X X X
May be used by any general bidder except: TLT Construction Corp., Endicott Constructors, Brait
Builders
V&G Iron Works, Inc.
Tewksbury, MA 118,018 X X X X
2
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
07100 WATERPROOFING, DAMP-PROOFING, CAULKING, AND SEALANT
P.J. Spillane Company
Everett, Ma 25,500 X X X X
Folan Waterproofing & Const. Co., Inc.
South Easton, MA 36,000 X X X X
Chapman Waterproofing Company
Boston, MA 51,159 X X X X
May be used by any general bidder except: TLT Construction Corp.
G.V.W., Inc.
East Boston, MA 65,000 X X X X May only be used by:
G.V.W., Inc.
E. A. Colangeli Const. Co. Inc.
Malden, MA 25,000 X X X X May only be used by:
E. A. Colangeli Construction Co.
3
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
07540 FULLY ADHERED MEMBRANE ROOFING FLASHING
Rockwell Roofing, Inc.
Leominster, MA 38,325 X X X X
G.V.W., Inc.
East Boston, MA 20,000 X X X X May only be used by:
G.V.W., Inc.
Meadows Construction Company, LLC
Topsfield, MA 25,000 X X X X
Belcour Corp.
Woonsocket, RI 34,760 X X X X
May be used by any general bidder except: Builders Systems.
4
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
09310 CERAMIC TILE
Commonwealth Tile
Belmont, MA 52,297 X X X X
McLaughlin Marble & Tile Co. Inc. Hanson, MA
57,840 X X X X
Bonomo Tile Co., Inc. Dedham, MA
38,400 X X X X
Allegheny Contract Flooring, Inc.
Winchester, MA 58,200 X X X X May be used by any general bidder except:
Aberthaw Construction, Pergola Construction
G.V.W., Inc.
East Boston, MA 34,000 X X X X
Capital Carpet & Flooring Specialists, Inc. Woburn, MA
39,171 X X X X May be used by any general bidder except: TLT Const., CJM Services, Callahan Inc., Lambrian Const., GVW Inc., Eastern General Contractors, Whiteway Constr., Northeast Interiors
West Flooring Covering Inc. Pembroke, MA
49,052 X X X X
5
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
09510 ACOUSTICAL TILE
Central Ceilings, Inc. South Easton, MA
39,200 X X X X
K & K Acoustical ceilings, Inc. Tewksbury, MA 33,400 X X X X
Acoustek, Inc. North Dartmouth, MA
41,100 X X X X
The Cheviot Corporation Needham, Heights, MA
44,700 X X X X
G.V.W., Inc. East Boston, MA 30,000 X X X X May only be used by:
G.V.W., Inc.
American Contractors Corp. Randolph, MA
39,900 1 & 2
Only X X X DISQUALIFIED
6
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
09900 PAINTING
New Generation Painting Co., Inc. Peabody, MA
78,400 X X X X
King Painting, Inc. North Andover, MA
63,000 X X X X
Manny’s Painting, Inc. Woburn, MA
65,000 X X X X
Dandis Contracting, Inc. Canton, MA
64,480 X X X X
G.V.W., Inc. East Boston 35,000 X X X X May only be used by:
G.V.W., Inc.
CJM Services, Inc. Norwood, MA
95,000 X X X X
Alpha Contracting Associates, Inc. Dedham, MA
44,000 X X X X
Bello Painting Co., Inc. Weymouth, MA
64,000 X X X X
7
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
15400 PLUMBING
LaPan Mechanical Contractors, Inc. Worcester, MA
338,500 X X X X
Kneeland Plumbing & Heating, Inc. Rowley, MA
324,600 X X X X
E. Amanti and Sons, Inc.
Salem, MA 298,000 X X X X
Robert W. Irvine & Sons, Inc. Lynn, MA
323,400 X X X X
8
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
15600 HVAC
E. Amanti & Sons, Inc.
Salem, MA 648,000 X X X X
Superior Sheet Metal of Holbrook, Inc.
Holbrook, MA 676,000 X X X X
May be used by any general bidder except: GVW
General Mechanical Contractors, Inc.
Auburn ,MA 634,000 X X X X
Apex Corp.
North Abington, MA 637,750 X X X X
General Air Conditioning and Heating, Inc.
Dorchester, MA 586,000 X X X X
Atlantic Mechanical
Weymouth, MA 560,000 X X X X
CAM HVAC & Construction, Inc.
Smithfield, RI 679,000 X X X X
May be used by any general bidder except: WCI Corp
P.J. Dionne Co., Inc.
Wilmington, MA 848,500 X X X X
9
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
16100 ELECTRICAL
Wayne J. Griffin Electric, Inc.
Holliston, MA 459,000 X X X X
Brite-Lite Electrical Co., Inc.
Weymouth, MA 457,000 X X X X
Brothers Electrical Company, LLC
Topsfield, MA 489,462 X X X X
Robert T. Losordo Electrical Services, Inc.
Brockton, MA 529,000 X X X X
Jupiter Electric, Inc.
Salisbury, MA 393,900 X X X X
American Electrical Construction, Inc.
Carver, MA 378,000 X X X X
Annese Electrical Services, Inc.
Weymouth, MA 542,000 X X X X
10
11
Bidders by Trade
Bid Amount
Add # 1, 2 & 3
Bid Bond
Elig.
Update
Notes
ELEVATOR
Eagle Elevator
Boston, MA 86,800 X X X X
Stanley Elevator
Merrimack, NH 60,650 X X X X
/’
GZA Engineers and
GeoEnvironmental, Inc. Scientists
Copyright© 2011 GZA GeoEnvironmental, Inc.
133 Federal Street
3rd Floor
Boston
Massachusetts
02110
Ph: 617-963-1000
FAX 617-482-6868
http://www.gza.com
MEMORANDUM
TO: Mr. Andrew Maylor
Town Administrator
Town of Swampscott
22 Monument Avenue
Swampscott, MA 01907
FROM: Derek Simpson, P.E., Bruce W. Fairless, P.E., Mary B. Hall, P.E.
GZA GeoEnvironmental, Inc.
DATE: October 3, 2011
FILE NO: 170231.30
SUBJECT: Geotechnical Report Update
Proposed Swampscott Police Station
531 Humphrey Street
Swampscott, Massachusetts
In accordance with our contract addendum dated September 26, 2011 (executed by you on September
27, 2011), GZA GeoEnvironmental, Inc. (GZA) is pleased to provide this memorandum which
presents an update to our October 2009 geotechnical report and May 2010 geotechnical
memorandum. This current memorandum is subject to the attached Limitations and the Terms and
Conditions of our agreement.
GZA previously issued a geotechnical report for the project entitled “Geotechnical Engineering
Report, Proposed Swampscott Police Station, Swampscott, Massachusetts” (dated October 2, 2009).
We subsequently issued a geotechnical memorandum for the project entitled “Summary
Memorandum for Test Pits and Probes, Proposed Swampscott Police Station, Swampscott,
Massachusetts” (dated May 10, 2010).
BACKGROUND AND SCOPE OF WORK
GZA’s October 2009 and May 2010 reports provided geotechnical design recommendations for the
project under the 7th edition of the Massachusetts State Building Code (MSBC). Since the time those
reports were issued, the Commonwealth of Massachusetts adopted the International Building Code
(IBC) with MSBC 8th edition amendments. This memorandum presents an update to our previous
reports to reflect the current building code, referenced herein as the IBC and MSBC. Furthermore,
the project structural engineer (Mr. Bernard Doherty) requested recommendations pertaining to
design uplift forces. Note that this memorandum does not provide updated recommendations for
driven piles, which were discussed on out October 2009 report, as the project team has selected
drilled mini-piles (DMPs) to support the proposed building.
CONCLUSIONS AND RECOMMENDATIONS
The conclusions and recommendations presented below are based on our evaluation of the available
data. Structural loads may be supported by DMPs (“micropiles” as described in the IBC and MSBC)
as recommended in our October 2009 and May 2010 reports, with the following amendments:
The Town of Swampscott October 3, 2011
File No. 170231.30 Page 2
DMP DESIGN
• Piles should be designed and constructed in accordance with the requirements of Section
1810 of the IBC and MSBC.
• Uplift forces may be resisted by side friction in the glacial till and bedrock.
Recommended allowable side friction values in the glacial till and bedrock for uplift are
the same as previously recommended for compression, which are 2 kips per square foot
(ksf) for till and 6 ksf for bedrock. The final design side friction values for compression
and tension will be based on pile load testing results. Assuming a 9-inch diameter DMP,
at least 5 feet of penetration into bedrock, and the allowable side friction values
recommended above, we anticipate DMPs may resist up to about 30 tons of uplift per pile.
• Per Section 1810.3.14 of the MSBC, the minimum center-to-center spacing for piles
penetrating into bedrock should be at least 24 inches. Section 1810.3.1.3 of the IBC
requires that the foundation or superstructure be designed to accommodate for a minimum
of three inches of pile mis-location.
• Soils encountered in the borings are not considered susceptible to liquefaction based on
criteria set forth in Section 1806.4 of the MSBC. In accordance with Section 1613.5.2 of
the IBC, we recommend that Site Class E be used for seismic design assuming that
building foundations are designed and constructed as recommended herein. In accordance
with Table 1604.11 of the MSBC, the recommended values of Ss and S1 for the site are 0.30
and 0.070, respectively.
DMP CONSTRUCTION
• The recommended pull-out (tension) load test should be performed in accordance with
Section 1810.3.3.1.11 of the MSBC provided that the pile is instrumented in such a way to
distinguish between friction in the glacial till and bedrock bearing strata and friction in the
overlying deposits. A compression test is not recommended for this project, since the piles
will act in both compression and tension.
FINAL DESIGN AND CONSTRUCTION
We understand that the project was recently put out to bid for construction. GZA was not retained
to review foundation or site plans prior to bidding. We recommend that GZA be retained to
review foundation and site plans for conformance with our geotechnical recommendations and
help prepare bid addenda, as necessary. We also recommend that GZA be retained to
observe/document geotechnical aspects of construction, including installation and testing of test
DMPs and installation of production DMPs for compliance with our recommendations and the
project plans and specifications. GZA previously provided proposals for final design and
construction services per the request of Mr. Greg Carell of The Carell Group (project architect)
and/or Mr. Kevin Nigro of PMA Consultants & Construction (project manager) dating back to
April 10, 2010 and as recently as September 16, 2011.
The Town of Swampscott October 3, 2011
File No. 170231.30 Page 3
We appreciate the opportunity to work with you on this project and would look forward to our
continued involvement. Please do not hesitate to contact us if you have questions.
Very truly yours,
GZA GEOENVIRONMENTAL, INC.
Derek Simpson, P.E. Mary B. Hall, P.E.
Project Manager Consultant/Reviewer
Bruce W. Fairless, P.E.
Associate Principal
Attachment: Limitations
J:\170,000-179,999\170231\170231-30.DMS\Report Update\final_170231 30-M01.doc
GEOTECHNICAL LIMITATIONS
Explorations
1. The analyses and recommendations submitted in this memorandum are based in part upon the data
obtained from subsurface explorations. The nature and extent of variations between these
explorations may not become evident until construction. If variations then appear evident, it will
be necessary to reevaluate the recommendations of this memorandum.
2. The generalized soil profile described in the text is intended to convey trends in subsurface
conditions. The boundaries between strata are approximate and idealized and have been
developed by interpretations of widely spaced explorations and samples; actual soil transitions are
probably more erratic. For specific information, refer to the exploration logs.
3. Water level readings have been made in the explorations at times and under conditions stated on
the logs. These data have been reviewed and interpretations have been made in the text of this
memorandum. However, it must be noted that fluctuations in the level of the groundwater may
occur due to variations in rainfall, temperature, and other factors occurring since the time
measurements were made.
Review
4. In the event that any changes in the nature, design or location of the proposed structures are
planned, the conclusions and recommendations contained in this memorandum shall not be
considered valid unless the changes are reviewed and conclusions of this memorandum modified
or verified in writing by GZA GeoEnvironmental, Inc. (GZA). It is recommended that this firm be
provided the opportunity for a general review of final design and specifications in order that
earthwork and foundation recommendations may be properly interpreted and implemented in the
design and specifications.
Construction
5. It is recommended that this firm be retained to provide geotechnical engineering services during
construction of the excavation and foundation phases of the work. This is to observe compliance
with the design concepts, specifications, and recommendations and to allow design changes in the
event that subsurface conditions differ from those anticipated prior to start of construction.
Use of Memorandum
6. This memorandum has been prepared for the exclusive use of The Town of Swampscott,
Massachusetts for specific application to the proposed Swampscott Police Station at 531
Humphrey Street, Swampscott, Massachusetts, in accordance with generally accepted soil and
foundation engineering practices. No other warranty, express or implied, is made.
7. This soil and foundation engineering memorandum has been prepared for this project by GZA.
This memorandum is for design purposes only and is not sufficient to prepare an accurate bid.
Contractors wishing a copy of the memorandum may secure it with the understanding that its
scope is limited to design considerations only.
ENGINEER:
ENGINEER SEAL:
SEPTEMBER 9, 2011
CROSSFIELD ENGINEERING, INC.921 SALEM ST.
GROVELAND, MA 01834TEL: 1-978-372-8880FAX: 1-978-372-8889
CEI PROJECT NO: 061-09
CEI PROJECT: # 061-09
L:\11099-Swampscott police station\SPC_ES-1.dwg, 10/5/2011 12:18:49 PM