HomeMy WebLinkAboutTwining Inc; 2025-12-30; PSA26-3988FACPSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 1
AGREEMENT FOR MONROE STREET POOL
WATERPROOFING INSPECTIONS & ELD TESTING SERVICES
TWINING, INC.
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of
_________________________, 2025, by and between the City of Carlsbad, California, a municipal
corporation (“City”) and Twining, Inc., a California corporation (“Contractor”).
RECITALS
A. City requires the professional services of a consultant that is experienced in
waterproofing inspection and testing.
B. Contractor has the necessary experience in providing professional services and advice
related to waterproofing inspection and testing.
C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to
perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this
Agreement, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (“Services”) that are
defined in attached Exhibit “A,” which is incorporated by this reference in accordance with this
Agreement’s terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan
Southern California area, and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective from the date first above written to November 26, 2026. The
City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts
of a year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs,
and appropriation of funds by the City Council. The parties will prepare a written amendment indicating
the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not exceed
thirty-five thousand four hundred seventy-five dollars ($35,475). No other compensation for the Services
will be allowed except for items covered by subsequent amendments to this Agreement. Payment terms
are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing by the parties.
Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.”
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
December
30th
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 2
6. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize the City’s Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s)
and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the City
Engineer approves otherwise, Contractor shall process all project documents through Procore because
this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not
otherwise trained with Procore, Contractor and applicable team members shall complete a free training
certification course located at http://learn.procore.com/procore-certification-subcontractor. Contractor
is responsible for obtaining Contractor’s own Procore support, as needed, either through the online
training or reaching out to the Procore support team. It will be the responsibility of Contractor to regularly
check Procore and review updated documents as they are added. There will be no cost to Contractor for
use of Procore.
It is recommended that Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, requests for information, submittals, schedules, change orders, project documents, as well
as any deficient observations or punch list items. Providing mobile access will improve communication,
efficiency, and productivity for all parties. The use of Procore for project management does not relieve
Contractor of any other requirements as may be specified in this Agreement.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit
of Contractor's independent calling, and not as an employee of City. Contractor will be under the control
of City only as to the result to be accomplished but will consult with City as necessary. The persons used
by Contractor to provide services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to this Agreement will be the full and complete compensation
to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. City will not be required to pay any workers'
compensation insurance or unemployment contributions on behalf of Contractor or its employees or
subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers' compensation
payment which City may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At City’s election, City may deduct the
indemnification amount from any balance owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Nothing contained in this Agreement will create any contractual relationship between any subcontractor
of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 3
every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement
applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved
in writing by City.
9. OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless the City and
its officers, elected and appointed officials, employees and volunteers from and against all claims,
damages, losses and expenses including attorneys fees arising out of the performance of the work
described in this Agreement caused by any negligence, recklessness, or willful misconduct of Contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any
of them may be liable.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under California Civil Code Section
2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully
incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and,
upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability
for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of
fault.
The parties expressly agree that any payment, attorneys fee, costs or expense City incurs or makes to or
on behalf of an injured employee under City’s self-administered workers’ compensation program is
included as a loss, expense or cost for the purposes of this section, and that this section will survive the
expiration or early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than “A-:VII”; OR with a surplus line insurer on the State of California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”;
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
The full limits available to the named insured shall also be available and applicable to City as an additional
insured.
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 4
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis,
including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession
with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years
following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 City will be named as an additional insured on Commercial General Liability which shall
provide primary coverage to City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
11.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and
will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to City.
11.2.4 This insurance will be in force during the life of the Agreement and any extensions of it
and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant
to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then City will have the option to declare Contractor in breach or may purchase replacement insurance or
pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor
is responsible for any payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor under this
Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 5
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of records and any other
documents created pursuant to this Agreement. Contractor will allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of four (4) years from the
date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this
Agreement is the property of City. In the event this Agreement is terminated, all work product produced
by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered
at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s
records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor
relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City For Contractor
Name Steven Stewart Name Linas Vitkus
Title Municipal Projects Manager Title Chief Operating Officer and President
Department Fleet & Facilities Address 15950 Bernardo Center Drive, Suite J
City of Carlsbad San Diego, CA 92127
Address 1635 Faraday Ave. Phone No. 858-385-1711
Carlsbad, CA 92008 Email LVitkus@Twininginc.com
Phone No. 442-339-2938
Each party will notify the other immediately of any changes of address that would require any notice or
delivery to be directed to another address.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code.
Yes ☒ No ☐
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 6
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
18. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court
of competent jurisdiction, the remaining provisions of this agreement shall continue in full force and
effect.
19. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
regulations and will be responsible for the compliance of Contractor's services with all applicable laws,
ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will
comply with those requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors and consultants whose services are required by this Agreement.
20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
21. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination, harassment, and retaliation.
22. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services, the following procedure will be used
to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.
Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A
copy of such documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative receiving the letter
will reply to the letter along with a recommended method of resolution within ten (10) business days. If
the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
by each party and may then opt to direct a solution to the problem. In such cases, the action of the City
Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the
parties from seeking remedies available to them at law.
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Robert Clevenger rclevenger@twininginc.com 760-828-7751
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 7
23. TERMINATION
In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this
Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides
to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may
terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor
has five (5) business days to deliver any documents owned by City and all work in progress to City address
contained in this Agreement. City will make a determination of fact based upon the work product
delivered to City and of the percentage of work that Contractor has performed which is usable and of
worth to City in having the Agreement completed. Based upon that finding City will determine the final
payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
24. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than a
bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award
or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this
Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent
fee.
25. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to
City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to
this Agreement and provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the
False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. Contractor
acknowledges that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work
or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
26. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of
the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 8
court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all
provisions of law providing for a change of venue in these proceedings to any other county.
27. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to become
due under it may be assigned by Contractor without the prior consent of City, which shall not be
unreasonably withheld.
28. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than City
and Contractor.
29. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may
be executed in counterparts.
30. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
[signatures on following page]
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 9
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of
the State of California TWINING, INC., a California corporation
By: By:
(sign here) PAZ GOMEZ, Deputy City Manager, Public
Works, as authorized by the City Manager
Linas Vitkus, President,
Chief Operating Officer and Secretary
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Robert M. Ryan,
Chief Executive Officer and Chairman
Assistant City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
By: _____________________________
Assistant City Attorney
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
PSA26-3988FAC
City Attorney Approved Version 10/23/2025
Page 10
EXHIBIT A
SCOPE OF SERVICES AND FEE
Perform waterproofing inspections during material applications and electronic leak detection as needed
to verify integrity of waterproofing applications based on the following rates:
PERSONNEL Units Hour or Day Rate TOTALS
Waterproofing Inspector 120 hours $137.50 $16,500
ASTM D7877-14 Electronic Leak Detection Testing
Services
6 test days $1,980 $11,880
Daily Reporting and Evaluation Allowance Allowance $5,040
Project Manager 15 hours $137.00 $2,055
TOTAL PROPOSAL VALUE (Not to Exceed, to be
belled on time and material basis)
$35,475
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
15950 Bernardo Center Drive, Suite J San Diego CA 92127 Tel 858.385.1711 Fax 562.426.4624
Steven Stewart, CCM, Assoc. DBIA Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Carlsbad, CA 92008
November 6th, 2025 Proposal No.: 25-2286
Subject:
Project:
Proposal to Provide ELD Testing & Waterproofing Inspection
Monroe Street Pool Replacement
Dear Mr. Stewart:
Twining Inc. (Twining) is extremely pleased to present our proposal package for your review and consideration. With our experience, commitment to quality and integrity we are positive that our team will prove to be a valuable asset to this project.
Project Understanding
We understand that this project consists of the demolition of the existing pool and supporting facilities and the construction of a new pool, a new pool pump building and associated infrastructure. We understand this project will also include new detached additions to the existing building, a new PV Solar System for the building, and other site upgrades. We understand this project will take place at 3401 Monroe St. Carlsbad, CA 92008. We understand that this proposal will be valid for the work to be completed from August 18, 2025, to August 17, 2026.
Budget
Anticipated Budget for Scope of Work: $35,475.00 (See detailed estimate attached.)
Notes and Assumptions: Our services will be provided during Monday to Friday and for 8 hours a day. No overtime allowance was calculated as part of our budget estimate.
Our services are provided on a time and materials basis in accordance with the attached terms and conditions.
Cost estimate based on regular hours only. Overtime, weekend or holidays excluded.
If on-site parking cannot be accommodated, customer will be billed for any applicable parking fees and tickets.
Additional testing due to failures may cause testing to extend beyond quoted value and will be billed at the rates provided.
Onsite water and electrical connections shall be provided by others.
Access to each interior and exterior of each test location and equipment with operator shall be provided by others as required.
Additional materials acquired by Twining needed for the project will be charged at cost plus 15%.
Twining will not make statements, such as: pass/fail, accept/reject, acceptable/ not acceptable, complies/does not comply, meets/does not meet, etc., unless the test method(s) or specification(s), referenced in the proposal and test report(s), require a statement of conformity, and the statements shall comply to the type as specified.
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Limitations
If the customer requires such statement(s) in their reports, or in a separate letter from the laboratory, and the test method(s) and specification(s) do not provide for such statements, the customer and Radco will define the decision rules in advance of the commencement of the project and shall be in writing and signed and dated by both parties.
In general, our services are limited to reporting the information as required in the methods and specifications - primarily data, calculations, test equipment, sample descriptions, sampling, etc.
Twining shall use a "Binary Statement for Simple Acceptance Rule" (ILAC G8:09/2019) for statements of conformity - Pass (the measured value is below the acceptance limit, or, Fail (the measured value is above the acceptance limit).
Closing
Twining is truly excited to work with the City in support of the project and we appreciate the opportunity to provide this proposal to you. We are confident that our firm will provide quality service at the best possible cost to you as we continue to demonstrate our high level of service and commitment to a successful project. Should you have any questions related to this proposal, I can be reached at 619- 787-9840 or by email at swilliams@twininginc.com.
Respectfully Submitted,
Twining Inc.,
Stacy Williams | Director, Client Services
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Project Name: Monroe Street Pool Replacement Project - ELD Testing & Waterproofing Inspection Twining Inc., San Diego
Proposal No: 25-2286 Stacy Williams
Date: November 6th, 2025 619-787-9840
Description of Work Details Unit Rates Total
Waterproofing Inspector As Needed, Assume up to Fifteen Days 120 Hours 137.50$ 16,500.00$
ASTM D7877-14 Standard Guide for Electronic Methods for Detecting and Locating Leaks in Waterproof
Membranes Assume up to Six Days for Testing 1 Allowance 11,880.00$ 11,880.00$
Daily reporting and Comprehensive Evaluation and Test Report 1 Allowance 5,040.00$ 5,040.00$
Project Manager 15 Hours 137.00$ 2,055.00$
35,475.00$
35,475.00$
SUB-TOTAL
Estimated Grand Total
Estimated Budget for Special Inspections and Material Testing Services
REMARKS: Please note there was no construction schedule available at the time of our proposal preparations so we have made certain assumptions as it relates to the quantities and durations based on our experience of projects similar in scope and magnitude. Our services will be
provided during Monday to Friday and for 8 hours a day. No Overtime allowance has been included in this budget estimate. See attached schedule of fees for additional terms and conditions.
Units
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Updated Schedule of Fees for City of Carlsbad
Personnel Rates: Per Hour Unless Otherwise Noted
Engineering and Consulting Personnel Rate Equipment Usage (Daily Unless Otherwise Noted)Rate
Senior Principal Advisor/Consultant 300.00$ Skidmore 40.00$
Principal Engineer/Geologist 200.00$ Torque Wrench, Small 15.00$
Metallurgical Engineer 190.00$ Torque Wrench, Large 25.00$
Registered Geotechnical Engineer 195.00$ Torque Multiplier 40.00$
Technical Advisor 195.00$ Air Meter 20.00$
Material Scientist, Welding/NDT Consultant 205.00$ Brass Mold 20.00$
Registered Geologist/Certified Engineering Geologist 168.00$ Nuclear Gauge (Per Hour)WAIVED
Senior Engineer/Geologist 175.00$ Pull Test Equipment 60.00$
Registered Civil Engineer 170.00$ Concrete/Asphalt Coring Equipment 250.00$
Roofing/Waterproofing Consultant 195.00$ Pachometer 55.00$
Project Engineer/Manager 137.00$ Floor Flatness (Dipstick)45.00$
Quality Control Manager 155.00$ Schmidt Hammer 20.00$
Senior Staff Engineer/Geologist 150.00$ Vapor Emission Test Kits 30.00$
Staff Engineer/Geologist 145.00$ Relative Humidity Probe 60.00$
Quality Control Administrator 135.00$ UPV (Ultrasonic Pulse Velocity) Meter 350.00$
Metallurgical Technician 110.00$ Fireproofing Adhesion/Cohesion (Per Test)35.00$
CADD Operator/Draftsperson 97.00$ A Scan Ultrasonic Equipment and Consumables 75.00$
Field Supervisor 130.00$ Magnetic Particle Equipment and Consumables 40.00$
Safety Supervisor 130.00$ Liquid Penetrant Consumables 35.00$
Laboratory Manager 115.00$ Phased Array Ultrasonic Equipment (Per Hour)60.00$
Laboratory Technician 95.00$ Ground Penetrating Radar 300.00$
Expert Witness Testimony 525.00$ Impact Echo 350.00$
Qualified SWPPP Developer 150.00$ Ultrasonic Tomography 450.00$
Qualified SWPPP Practitioner 135.00$ Inertial Profiler (Per Hour)260.00$
Vibration Engineer 175.00$ Project Dedicated Vehicle 110.00$
Roller Compacted Concrete Vibrating Hammer/Tampling Plate 70.00$
Half-cell Potential Equipment Set 350.00$
Field Inspection Personnel Rate Concrete Electrical Resistivity Meter 160.00$
Concrete/Reinforced Steel Inspector $ 104.00 Field Hardness (Steel)100.00$
Prestressed/Post Tensioned Inspector $ 104.00 Coating Thickness Gauge 100.00$
Concrete ICC Inspector $ 104.00 Temperature Control Curing Box (Per Month)450.00$
Drilled-In-Anchor Inspector $ 104.00 Temperature Matching Curing Box (Per Month)520.00$
Gunite/Shotcrete Inspector $ 104.00
Masonry Inspector $ 104.00
Structural Steel/Welding Inspector $ 104.00 Specimen Pick-Up Rate
AWS Certified Welding Inspector $ 104.00 Standard Sample: Concrete Cylinders (Each)WAIVED
Fireproofing Inspector $ 104.00 Standard Sample: Mortar/Grout Cubes and Cores, WAIVED
Lead Inspector $ 114.00 Fireproofing, Rebar, and Epoxy Prisms (Each)
Firestop Special Inspector - IFC Premier $ 114.00 Oversize Sample: Masonry Prisms, Shotcrete Panels, 50.00$
Firestop Special Inspector - IQP $ 114.00 Flexural Beams (Each)
L.A. Deputy Grading Inspector $ 124.50 Technician for Specimen Pick-Up Not Listed Above 95.00$
Asphalt Field and Plant Inspector/Technician $ 104.00 (Per Hour, 2-Hour Minimum)
Pile Driving Inspector $ 104.00 Technician for Specimen Pick-Up Before 5:00 a.m. 120.00$
Soils Technician $ 104.00 or After 5:00 p.m. Monday thru Friday, or All Day Saturday
Concrete Quality Control (ACI/Caltrans Technician)$ 104.00 (Per Hour, 2-Hour Minimum Plus Mileage)
Wood Framing Inspector $ 104.00
Roofing/Waterproofing Inspector $ 137.50
Mechanical Inspector $ 146.00 Jobsite Trailer, Mobile or On-site Laboratory Rate
Electrical Inspector $ 146.00 Mobile laboratory for rapid strength concrete 450.00$
Plumbing Inspector $ 146.00 (per shift not exceeding 12 hours)
Building Inspector $ 139.75 All others by quotation
Vibration Monitoring Technician $ 112.00
Field Engineering Technician $ 124.50
Concrete Tests (Field Made Specimens)Rate
6" x 12" Cylinder: Compression Strength $ 26.00
Shop Inspection Personnel Rate (ASTM C39)
Structural Steel Fabrication Inspector $ 114.00 4" x 8" Cylinder: Compression Strength $ 26.00
Batch Plant Quality Control Technician/Inspector $ 114.00 (ASTM C39)
Glue-Laminated Fabrication Inspector Quotation Density of Structural Lightweight Concrete 77.00$
Pre-Cast Concrete/Pipe Fabrication Inspector $ 120.00 Equilibrium or Oven Dry Method (ASTM C567)
Core Compression including Trimming (ASTM C42)62.00$
6" x 6" x 18" Flexural Beams Not Exceeding 85.00$
Non-Destructive Testing Personnel Rate Referenced Size (ASTM C78, C293 or CTM 523)
NDE Ultrasonic Testing Technician $ 119.00 Splitting Tensile Strength (ASTM C496)90.00$
NDE Magnetic Particle Testing Technician $ 119.00 Modulus of Elasticity Test (ASTM C469)240.00$
NDE Dye Penetrant Testing Technician $ 119.00 Rapid Chloride Permeability Test: Cylinders or 490.00$
Combination NDE Technician/Welding Inspector $ 119.00 Cores (ASTM C1202)
Radiographic Testing (crew of 2)$ 321.00 Density, Absorption, and Voids in Hardened 450.00$
NDE Engineer $ 183.00 Concrete (ASTM C642)
Task
Code
10115
10501
95362
95368
95369
70000 95315
10010 95321
10011 95324
10026 95318
10001 95309
10017 95312
60003 95327
10013 95336
30000 95330
70003 95343
10003 95333
10009 95348
10019 95351
90001 95300
70107 95303
10005 95341
10007 95342
10015 95339
90005 95345
91010
91000 95349
91030 95306
20000 95307
98000 95347
10103
10105
Task
10109
Code
10111
20102
95357
Task
95364
Code
95367
10101
95372
30001
95370
95371
10117
2010770109
75001
2010970103
10113
20101
10201
10203
20103/
10207
20104
10519 95360
10521
10523
50003 Task
70101
10107
60001 Task
10515 Code
30002
10122
10325
10328
20205
20207Task
Code
Task
Code
Code
2020210301
10309
20203
20201
20209
10403 20211
10405 80003
80006
10305
10409
10020
10401
Task
Code
1
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Concrete Tests (Field Made Specimens),
Continued Rate Physical and Chemical Analysis of Fly Ash Rate
Flexural Toughness (ASTM C1609, Formerly 800.00$ Chemical Analysis of Fly Ash per 650.00$
ASTM C1018)Standard Requirements (ASTM C618)
Double Punch Strength of Fiber Reinforced Concrete 450.00$ Physical Testing of Fly Ash per Standard Requirements 650.00$
Coefficient of Thermal Expansion of Concrete 500.00$ (ASTM C618)
(CRD 39, AASHTO T336)Partial Analysis or Specific Physical Tests Quotation
Chemical Analysis and Physical Testing of Fly Ash per 1,100.00$
Standard Requirements (ASTM C1618)
Concrete Specimen Preparation Rate
Sawing of Specimens (Each)32.00$ Physical Testing of Chemical Admixtures for
Coring of Specimens in Lab (Each)32.00$ Concrete Rate
Qualification of Admixture per ASTM C494 Quotation
Laboratory Trial Batch: Concrete, Cement
and Mortar Rate
Compression Test Cylinders Made and Tested in 50.00$ Soils and Aggregate Tests Rate
Laboratory (ASTM C192, C35)Abrasion: LA Rattler (ASTM C131)195.00$
6" x 6" x 18" Flexural Beams Made and Tested in 90.00$ Abrasion: LA Rattler (ASTM C535)195.00$
Laboratory (ASTM C192, C78)Atterberg Limits/Plasticity Index (ASTM D4318, CTM204)150.00$
Splitting Tensile Strength Cylinders Made and Tested 110.00$ California Bearing Ratio Excluding Maximum Density 550.00$
in Laboratory (ASTM C192, C496)(ASTM D1883): Soil
Modulus of Elasticity Test Cylinders Made and Tested in 260.00$ California Bearing Ratio Excluding Maximum Density 650.00$
Laboratory (ASTM C192, C469)(ASTM D1883): Cement-Treated Soil
Density of Structural Lightweight Concrete Made in the 95.00$ Cement-Treated Soil/Base Mix Design: includes three trial 3,200.00$
Laboratory, Equilibrium or Oven Dry Method (ASTM C567)cement contents with three unconfined compressive strength
Laboratory Trial Batch (ASTM C192)475.00$ specimens per cement content
Laboratory Trial Batch: Packaged Dry Concrete 950.00$ Chloride and Sulfate Content (CTM 417, CTM 422)150.00$
Including Verification of Slump, Air Content, Plastic Unit Clay Lumps and Friable Particles (ASTM C142)175.00$
Weight, Six Cylinders for Compressive Strength (ASTM Cleanness Value: 1" x #4 (CTM 227)175.00$
C387 and C192)Cleanness Value: 1.5" x .75" (CTM 227)275.00$
Drying Shrinkage Up to 28 Days: Three 3" x 3" or 490.00$ Collapse Potential/Index (ASTM D5333)175.00$
4" x 4" Bars, Five Readings up to 28 Dry Days Compressive Strength of Molded Soil-Cement 105.00$
(ASTM C157)Cylinders (ASTM D1633)
Additional Reading, Per Set of Three Bars 45.00$ Consolidation Test: Full Cycle (ASTM 2435, CTM 219)195.00$
Storage over Ninety (90) Days, Per Set of 30.00$ Consolidation Test: Time Rate per Load Increment 45.00$
Three Bars, Per Month (ASTM D2435, CTM 219)
Setting Time Up to 7 Hours (ASTM C403)130.00$ Corrosivity Series: Sulfate, CI, pH, Resistivity 245.00$
Bleeding (ASTM C232)130.00$ (CTM 643, 417, and 422)
Concrete Restrained Expansion (ASTM C878)520.00$ Crushed/Fractured Particles (ASTM D5821, CTM 205)175.00$
Mix, Make and Test Mortar or Grout Specimens for 450.00$ Direct Shear Test: Remolded and/or Residual 245.00$
Compressive Strength: Set of 6 (ASTM C878)(ASTM D3080)
Non-Shrink Grout: Height Change after Final 450.00$ Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080)225.00$
Set (ASTM C1090)Direct Shear Test: Undisturbed - Fast [CU] 195.00$
Non-Shrink Grout: Height Change at Early 800.00$ (ASTM D3080)
Age (ASTM C827)Durability Index: Per Method - A,B,C, or D 210.00$
Cracking Resistance, Set of Three Rings, 5,000.00$ (CTM 229, ASTM D3744)
Laboratory Trial Batching, Test Until Cracking or Expansion Index (ASTM D4829, UBC 18-2)$ 156.00
up to 28 Days (ASTM 1581)Fine Aggregate Angularity 190.00$
Evaluation of Pre-Packaged Masonry Mortars 1,100.00$ (AASHTO T304, ASTM C1252, CTM 234)
(ASTM C270)Flat and Elongated Particle (ASTM D4791)225.00$
Creep, ASTM C512 (One Age of Loading, 12 Months 7,000.00$ Flat or Elongated Particle (ASTM D4791)195.00$
Duration of Testing)Maximum Density: Methods A/B/C $ 182.00
(ASTM D1557, D698, CTM 216)
Chemical Analysis and Petrographic Maximum Density: Check Point 65.00$
Examination of Concrete Rate (ASTM D1557, D698)
Chemical Analysis for Acid Soluble Chlorides 250.00$ Maximum Density: AASHTO C [Modified] 195.00$
(ASTM C1152) (includes sample prep)(AASHTO T-180)
Chloride Diffusion Coefficient of Cementitious 2,200.00$ Moisture Content (ASTM D2216,CTM 226)25.00$
Mixtures by Bulk Diffusion (ASTM C1556)Moisture and Density: Ring Sample (ASTM D2937)30.00$
Petrographic Examination of Hardened 1,700.00$ Moisture and Density: Shelby Tube Sample 40.00$
Concrete (ASTM 856) (Comprehensive)(ASTM D2937)
Moisture-Density Relations of Soil-Cement 275.00$
Mixtures Premixed in the Field (ASTM D558)
Physical and Chemical Analysis of Cement Rate Moisture-Density Relations of Soil-Cement Mixtures 350.00$
Physical Testing and Chemical Analysis of Portland 1,200.00$ Mixed in the Lab (ASTM D558)
Cement per Standard Requirements (ASTM C150)Organic Impurities (ASTM C40, CTM 213)90.00$
Chemical Analysis of Portland Cement per 650.00$ Permeability (ASTM D5084)Quotation
Standard Requirements (ASTM C150)Potential Reactivity: Chemical Method (ASTM C289 - 525.00$
Physical Testing of Portland Cement per 650.00$ Discontinued Method)
Standard Requirements (ASTM C150)Potential Reactivity: Mortar Bar Expansion Method, 825.00$
Physical Testing of Type K Cement, Mortar 650.00$ 14-Day Exposure (ASTM C1260)
Expansion (ASTM C806)Potential Reactivity: Mortar Bar Expansion Method,875.00$
Partial Analysis or Specific Physical Tests Quotation 28-Day Exposure (ASTM C1260)
Sulfates Resistance of Hydraulic 2,400.00$ Potential Reactivity: Concrete Bar Expansion,2,600.00$
Cement (ASTM C1012) - 6 months Method (ASTM C1293), 12 month
Sulfates Resistance of Hydraulic 2,600.00$ Potential Reactivity: Concrete Bar Expansion,2,800.00$
Cement (ASTM C1012) - 12 months Method (ASTM C1293), 24 month
40005
40009
Task
Task
Code
20151
20157
40006
Task
Code
Task
Code
Task
Code
80143
80146
80147
70301
70303
80196
70304
7034430227
7031530229
30322
30201
70393
70396
30503
30505
30223
30225
Code
30217
30219
70305
30207
30403
30209
30321
70309
70311
70313
30205
30230
30231
30203
30233
70317
30234
70319
70321
Task
20265
30232
30211
20263
70394
70378
70325
75004
70399
80106
70337
70398
30401
70343
80001
70341
70340
70391
70342
80194
Code
70339
80110
80111
Task
Code
80140
7033580123
30507
30508
80193
70331
80129
70333
Task
Code
80195
80100
80103
2
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Soils and Aggregate Tests, Continued Rate Asphalt Concrete Tests, Continued Rate
Potential Reactivity of Aggregate Combination, 950.00$ Wet Track Abrasion Test (ASTM D3910)160.00$
14-Day Exposure, Mortar (ASTM C1567)Hveem Mix Design (Excluding Aggregate Quality Tests)3,400.00$
Potential Reactivity of Aggregate Combination,1,000.00$ Hveem Mix Design, with RAP (Excluding Aggregate 3,800.00$
28-Day Exposure, Mortar (ASTM C1567)Quality Tests, RAP Qualification)
R-Value: Soil (ASTM 2844, CTM 301)$ 390.00 Hveem Mix Design, with Lime (Excluding Aggregate 3,800.00$
R-Value: Aggregate Base (ASTM D2844, CTM 301)$ 416.00 Quality Tests)
Sand Equivalent (ASTM D2419, CTM 217)$ 130.00 Hveem Mix Design Caltrans Untreated Mix 4,650.00$
Sieve #200 Wash Only (ASTM D1140, CTM 202)90.00$ (Including Aggregate Quality Tests)
Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422,250.00$ Hveem Mix Design Caltrans Lime Treated Mix 4,650.00$
CTM 203)(Including Aggregate Quality Tests)
Sieve with Hydrometer: Sand to Clay (ASTM D422,240.00$ Marshall Mix Design (Excluding Aggregate Quality Tests)3,400.00$
CTM 203)Marshall Mix Design with RAP (Excluding Aggregate 3,800.00$
Sieve Analysis Including Wash (ASTM C136, CTM 202)$ 145.50 Quality Tests)
Sieve Analysis Without Wash (ASTM C136, CTM 202)$ 104.00 Marshall Mix Design with Lime (Excluding Aggregate 3,800.00$
Sieve Analysis: Split Sieve (ASTM C136, CTM 202)$ 208.00 Quality Tests)
Sieve Analysis Without Wash: With Cobbles $ 234.00 Open Grade Asphalt Concrete Mix Design 1,700.00$
(ASTM C136, CTM 202)(CTM 368, ASTM D7064)
Soundness: Sodium or Magnesium Sulfate,450.00$ Superpave Mix Design (Excluding Aggregate Quality Tests)4,900.00$
5 Cycles (ASTM C88)Superpave Mix Design, with RAP 6,500.00$
Specific Gravity and Absorption: Coarse 100.00$ (Excluding Aggregate Quality Tests)
(ASTM C127, CTM 206)Effect of Moisture on Asphalt Paving Mixtures, Pre-Mixed 1,000.00$
Specific Gravity and Absorption: Fine 165.00$ (AASHTO T283, ASTM D4867)
(ASTM C128, CTM 207)Hamburg Wheel Track Test, 20,000 passes, 4 briquettes 1,100.00$
Swell/Settlement Potential: One Dimensional 105.00$ (AASHTO T324)
(ASTM D4546)Raveling Test of Cold Mixed Emulsified Asphalt 200.00$
Triaxial Quotation (ASTM D7196)
Unconfined Compression (ASTM D2166, CTM 221)135.00$ Marshall Stability, wet set, 3 replicates (AASHTO T245)350.00$
Unit Weight Per Cubic Foot (ASTM C29, CTM 212)125.00$ Marshall Stability, dry set, 3 replicates (AASHTO T245)300.00$
Voids in Aggregate with Known Specific Gravity 125.00$ Cold Recycled Asphalt Mix Design: 2 gradings each, 10,500.00$
(ASTM C29, CTM 212)3 emulsion content (Caltrans LP-8)
Lightweight Particle: Coarse (ASTM C123)400.00$ Superpave Mix Design, with Rubber 6,600.00$
Lightweight Particle: Fine (ASTM C123)400.00$ (Excluding Aggregate Quality Tests)
Superpave Mix Design, with Additives 5,790.00$
(Excluding Aggregate Quality Tests)
Asphalt Concrete Tests Rate
HMA Mixing and Preparation 125.00$
HMA Mixing and Preparation with Aggregate Treatment 175.00$ Brick Masonry Tests, ASTM C67 Rate
Bulk Specific Gravity of Compacted Sample or 55.00$ Modulus of Rupture: Flexural 75.00$
Core: SSD (CTM 308C and ASTM D2726)Compression Strength 55.00$
Bulk Specific Gravity of Compacted Sample or 80.00$ Absorption: 5 Hour or 24 Hour 60.00$
Core: Parafin Coated (CTM 308A and ASTM D1188)Absorption (Boil): 1, 2 or 5 Hours 70.00$
Emulsion Residue, Evaporation (ASTM D244)150.00$ Initial Rate of Absorption 50.00$
Extraction: % Bitumen (CTM 382, ASTM D6307)$ 156.00 Efflorescence 70.00$
Extraction: % Bitumen and Gradation (CTM 382, $ 208.00 Cores: Compression 65.00$
CTM 202, ASTM D6307, ASTM D5444)Shear Test on Brick Cores: 2 Faces 90.00$
Extraction: % Bitumen, Correction Factor 350.00$
(CTM 382, ASTM D6307)
Chemical Extraction: % Bitumen and Sieve Analysis 245.00$ Concrete Block, ASTM C140 Rate
(ASTM D2172 Method A or B, ASTM D5444)Compression 85.00$
Lab Tested Maximum Density: Hveem, 3 briquettes $ 208.00 Absorption/Moisture Content/Oven Dry Density 85.00$
(CTM 304, CTM 308, ASTM D1561, ASTM D1188)Linear Shrinkage (ASTM C426)225.00$
Hveem Stabilometer Test, Premixed, 3 briquettes $ 208.00 Web and Face Shell Measurements 45.00$
(CTM 304, CTM 366, ASTM D1560, ASTM D1561)Tension Test 155.00$
Lab Tested Maximum Density: Marshall, 210.00$ Core Compression 65.00$
3 briquettes (ASTM D6926,ASTM D2726)Shear Test of Masonry Cores: 2 Faces 85.00$
Lab Tested Maximum Density: Marshall 215.00$ Efflorescence Tests 45.00$
6'' Specimen, 3 briquettes (ASTM D5581,
ASTM D2726)
Lab Tested Maximum Density: Superpave Gyratory 80.00$ Masonry Prisms, ASTM C1314 Rate
Compacted Briquette, SSD, 1 briquette Compression Test: Composite Masonry 185.00$
(ASTM D6925, ASTM D2726)Prisms Up To 8" x 16"
Lab Tested Maximum Density: Superpave Gyratory 90.00$ Compression Test: Composite Masonry 245.00$
Compacted Briquette, Parafin, 1 briquette Prisms Larger Than 8" x 16"
(ASTM D6925, ASTM D1188)Prism Cord Modulus of Elasticity 525.00$
Maximum Theoretical Specific Gravity [RICE] $ 156.00 Prism Cord Modulus of Elasticity with Transverse 650.00$
(CTM 309, ASTM D2041)Strain (for double-wythe specimen)
Marshall Stability and Flow, Cored Sample, each 80.00$
(ASTM D6927)
Marshall Stability and Flow, Premixed, 3 briquettes 230.00$ Mortar and Grout Rate
(ASTM D6926, ASTM D6927)Compression: 2" x 4" Mortar Cylinders (ASTM C780)55.00$
Marshall Stability and Flow, Gyratory Compacted 230.00$ Compression: 3" x 3" x 6" Grout Prisms, 37.00$
Specimen Pre-Mixed, 3 briquettes Includes Trimming (ASTM C119)
(ASTM D6925, ASTM D5581)Compression: 2" Cubes (ASTM C109)55.00$
Marshall Stability and Flow 6'' Specimen, Premixed, 230.00$ Compression: Cores (ASTM C42)65.00$
3 briquettes (ASTM D5581)
Moisture Content (CTM 370)85.00$
70355
70397
70392
70345
70347
70361
70363
70365
70351
70353
Task Task
Code Code
70349
70359
70357
Code
75070
75040
20311
Task
Code
75032
20313
20315
Task
Code
20303
20305
20307
20309
70369
30317
30319
75093
75096
75069
75063
75048
20323
Task
75084
75087
75028
75033
20351
20353
20301
Code
75049
75106
75107
75051
75066
75031
30411
30412
75036
75030
75042
75057
70360
75114
75115
70367
75068
75067
70371
75111
75039
70373
75083
20335
75024
75027
20329
20331
20321
20327
20333
20339
Task
Task
20347
Code75050
75052
75113
75109
20341
20343
20346
75075
75094
75095
20355
20357
75099
75090
75005
3
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Machining and Preparation of Tensile and Bend
Masonry Specimen Preparation Rate Sample: Carbon Steel Rate
Cutting of Cubes or Prisms 65.00$ Machinist: Initial Preparation from Mock-up, Etc. 95.00$
(Per Hour)
Sawcut to Overall Width (Per 0.5" Thickness or 50.00$
Fireproofing Tests Rate Fraction Thereof)55.00$
Oven Dry Density (ASTM E605)65.00$ Machine to Test Configuration: Milled Specimens 70.00$
Machine to Test Configuration: Turned Specimens 135.00$
(Per 0.5" Thickness or Fraction Thereof)
Gunite and Shotcrete Tests Rate Prepare Subsize Specimens (Per 0.5" Thickness 85.00$
Core Compression Including Trimming (ASTM C42)65.00$ or Fraction Thereof)
Compression: Cubes (Includes Saw Cutting)85.00$
Concrete Roof Fill: Gypsum, Vermiculite, Perlite,Charpy Impact Rate
Lightweight Insulating Concrete, Etc.Rate Charpy Impact Ambient Temperature 90.00$
Compression Test (ASTM C495 and C472)47.00$ Charpy Impact Reduced Temperature 110.00$
Air Dry Density (ASTM C472)37.00$
Oven Dry Density (ASTM C495)62.00$
Machining of Charpy Samples: Carbon Steel Rate
Cutting and Milling (Per 0.5" or Fraction Thereof) 80.00$
Reinforcing Steel, ASTM A615, A706 Rate Final Machining to Sample Configuration 90.00$
Tensile Test: # 11 or Smaller 60.00$
Bend Test: # 11 or Smaller 55.00$ Prestressing Wires and Tendons,
Bend Test #14 or #18 325.00$ (ASTM A416)Rate
Tensile Test: # 14 225.00$ Stress-Strain Analysis: Wire or Strands 180.00$
Tensile Test: # 18 325.00$ (Including Chart and Percent Offset)
Tensile Test Only 135.00$
Reinforcing Steel - Welded or Coupled Tendons
Specimens Rate
Tensile Test: Welded/Coupled #11 and Smaller 70.00$ Polymer Matrix Composite Materials
Tensile Test: Welded/Coupled #14 250.00$ (Fiberwrap)Rate
Tensile Test: Welded/Coupled #18 375.00$ Tensile Strength – Set of 5 Specimens/batch/1,350.00$
Weld: Macroetch 75.00$ direction (ASTM D3039)
Slippage Test - Caltrans (CTM 670)190.00$ Tensile Strength – Additional Specimens 250.00$
Tensile Test: Welded Hoops #11 and Smaller 145.00$ (ASTM D3039)
Heating Chamber Time – Per 24 hr period 95.00$
Metal and Steel Testing Rate Calibration Services and Universal Machine
Tensile Strength: Up to 100K Pounds (Each)60.00$ Usage Rate
Tensile Strength: Up to 200K Pounds (Each)70.00$ Calibration/Verification Services Quotation
Tensile Strength: Up to 300K Pounds (Each)85.00$ Universal Test Machine Usage (Per Hour)350.00$
Tensile Strength: Up to 400K Pounds (Each)135.00$
Tensile Strength: 400K to 600K Pounds (Each)325.00$ Ceramic Tile Testing Division Rate
Tensile Strength: Stress-Strain Percent Offset 170.00$
Weld: Macroetch 75.00$
Weld: Fracture 40.00$
Bend Test 55.00$
Flattening Test 70.00$
Hardness Test (ASTM E18)80.00$ Cylic and Fatigue Testing Programs on Special Products/Parts Quotation
Bolt: Axial Tensile Test (Up to 7/8" diameter)45.00$ Engineering and Technical supports/Design of Prototypes and Special
Bolt: Wedge Tensile Test (Up to 7/8" diameter)60.00$ Test Set-Up Quotation
Bolt: Axial Tensile Test (Greater than 7/8" 65.00$ Fastener/Coupling Full Testing Program Per New Regulations: Tension,
up to 1" diameter)Tension/Bend, Shear, Double Shear, 8 Compressions Quotation
Bolt: Wedge Tensile Test (Greater than 7/8" 80.00$ Fiberglass/Composite Materials Field Testing Program (ASTM D4065,
up to 1" diameter)D1143, D4923, D2584, D4476, D1242, D7901, D7921, and D732)Quotation
Bolt: Axial Tensile Test (Greater than 1" diameter)Quotation Field Testing of Structures and Structural Elements Quotation
Bolt: Wedge Tensile Test (Greater than 1" diameter)Quotation In-Place Shear Testing Quotation
Bolt: Proof Load Test (Up to 7/8")70.00$ Materials and/or Product Evaluation Per Specifications Quotation
Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter)90.00$ Structural Dynamic Testing and Durability Analysis Quotation
Bolt: Proof Load Test (Greater than 1")Quotation
Nut: Proof Load Test (Up to 7/8")50.00$
Nut: Proof Load Test (Greater than 7/8" up to 1" diameter)70.00$
Nut: Proof Load Test (Greater than 1")Quotation
Chemical Testing of Metal and Steel Rate
Steel Chemical Analysis 155.00$
Weight of Galvanized Coating (ASTM A90)75.00$
Epoxy Coating Thickness 80.00$
20547
Task
Task
CodeTask
20371 20623
20373
20379 Task
20703
20757
Task
20615
20361
20365
Task
Code
20759
Task
Code
Code
20780
20501
20503
20783
Code
20401
20631
The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and
develop technology designed to enhance the quality of materials and workmanship in the
ceramic tile industry. A separate schedule of fees for these services is available upon request.
Code
20801
20751
Task
20525
20504
20505
20507
Code
20521
20701
20621
20545
Code
20755
20523
20705
20611
20640
20641
Task
20637
20638
20639
20636
20635
20531
20633
20803
Task
20632
20617
20753
Code
Task
Code
20155
20619
80173
Task
Code
20609
20707
Code
20601
20708
20603
20634
20630
Code
80170
20605
Task
20607
20529
Task
Code
20532
20706
80176
4
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
2024 - 2025 PROJECT SET UP AND REPORT DISTRIBUTION
*By default, hard copies of reports are sent to the governing jurisdiction only. Requesting that hard copies be mailed to any of the parties above will incur a 1% increase to your administrative fees.
PERMIT NO:
JOBSITE CONTACT:
PHONE:
YES
YES
NO If yes, please provide names or titles of who is authorized to sign ___________________________________.
NO If yes, please provide names, titles, and contact information for who can authorize overtime and/or double-time
TWINING PROJECT MANAGER:
PROJECT NAME:
JOBSITE ADDRESS:
Are daily field reports required to be signed by an authorized representative?
Is prior approval required if overtime or double-time charges will be incurred?
charges _______________________________________________________________________________________________________________________________________________________________.
YES NO / DAVIS BACON NO / PROJECT LABOR AGREEMENT (PLA)YES
YES NO / CERTIFIED PAYROLLINSURANCE REQUIRED YES NO / DIR #: _________ / ADVERTISED DATE ________________________
PRELIMINARY NOTICE INFORMATION REQUIRED** (20-day preliminary notice information must be provided as of January 1, 1995, per Civil Code Section 8200)
Electronic copies of all reports will be distributed to the following parties automatically.
CLIENT** INVOICE / Attention
Attention Email
Email Phone/Fax Number
Mailing Address CERT P/R / Attention
City, State, Zip Code Email
Phone/Fax Number Phone/Fax Number
Mark if hard copies of reports are required to party above.*
Special Project or Invoicing Instructions:
OWNER** LENDER ** None
Attention Attention
Email Email
Mailing Address Mailing Address
City, State, Zip Code City, State, Zip Code
Phone / Fax Number Phone/Fax Number
Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.*
GEN CONTRACTOR** BUILDING DEPT.
Attention Attention
Email Email
Mailing Address Mailing Address
City, State, Zip Code City, State, Zip Code
Phone/Fax Number Phone/Fax Number
Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.*
STRUCT. ENGINEER ARCHITECT
Attention Attention
Email Email
Mailing Address Mailing Address
City, State, Zip Code City, State, Zip Code
Phone/Fax Number Phone/Fax Number
Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.*
CA. PREVAILING WAGE YES NO
PSA26-3988FAC Exhibit "A" (Cont.)
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED
Docusign Envelope ID: F2FE2809-E499-49E5-907B-8FDF12C638ED