HomeMy WebLinkAbout26-9 Resolution No. 26-9
RESOLUTION
AUTHORIZING EXECUTION OF AN AMENDMENT AGREEMENT NO. 1 WITH
ENGINEERING ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION
WITH THE LEAD SERVICE LINE REPLACEMENT (LSLR) PROGRAM—YEAR 5
IMPROVEMENTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Amendment Agreement No. 1 on behalf of the City
of Elgin with Engineering Enterprises, Inc., for professional services in connection with the Lead
Service Line Replacement (LSLR) Program —year 5 improvements, a copy of which is attached
hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: January 14, 2026
Adopted: January 14, 2026
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AMENDMENT AGREEMENT NO. 1
THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 14th day
of January ,2026,by and between the City of Elgin,Illinois, a municipal corporation
(hereinafter referred to as the "City"), and Engineering Enterprises, Inc., an Illinois corporation
(hereinafter referred to as"Engineer").
WHEREAS,the City and Engineer hereto have previously entered into an agreement dated
August 13. 2025 (the "Original Agreement"), wherein the City engaged the Engineer to furnish
certain professional services in connection with the Lead Service Line Replacement Program —
Year 5 Improvements(hereinafter referred to as the"Original Agreement"and the"Project");and
WHEREAS, the City has determined that the proposed scope of the Project should be
further modified to include Construction Phase Professional Engineering Services (the
"Construction Engineering Services"); and
WHEREAS, the contract price for the Original Agreement was$682,974.00;and
WHEREAS, The contract price for the Construction Engineering Services pursuant to
Amendment Agreement No. 1 is$2,875,816.00;and
WHEREAS,the changes contemplated by this Amendment Agreement No. 1 are germane
to the Original Agreement as signed;and this Amendment Agreement No. 1 is in the best interests
of City and is authorized by law.
NOW, THEREFORE, for and in consideration of the mutual promises and covenants
provided for herein,and other good and valuable consideration,the sufficiency of which is hereby
acknowledged,the parties hereto agree as follows:
1. The above recitals are incorporated into and made a part of this agreement as if fully recited
hereby.
2. Section 1.0 of the Original Agreement is hereby further amended by adding the following
to the end thereof:
"ENGINEER shall further perform the construction engineering services
described in Attachment A-1 to Amendment Agreement No. 1,entitled"Scope of
Services" and incorporated herein by this reference. No Supplemental Services
shall be performed by the ENGINEER nor shall the City be responsible for
Payment of any Supplemental Services unless and until such Supplemental
Services are authorized in advance in writing by the City."
3. Section 2.B of the Original Agreement is hereby further amended by adding the following
to the end thereof:
1
"A project schedule for the construction engineering services for the PROJECT is
set forth as Attachment B-1 to Amendment Agreement No. 1, entitled "Estimated
Schedule" and incorporated herein by this reference. Progress for such services
will be recorded on the project schedule and submitted monthly as a component of
the Status Report described in C below"
4. Section 4.A of the Original Agreement is hereby amended by adding the following to the
end thereof:
"For the construction engineering services provided pursuant to Amendment
Agreement No. 1.the ENGINEER shall be paid in accordance with the Estimate of
Level of Effort and Associated Cost, dated November 25, 2025, attached as
Attachment C-1 to Amendment Agreement No.1 and incorporated herein by this
reference,and in accordance with the ENGINEER'S Standard Schedule of Charges
dated January 1,2026,attached as Attachment D-1 to Amendment Agreement No.
1 and incorporated herein by this reference, for personnel employed on the
PROJECT, with the total fees and expenses to be paid to the ENGINEER for the
construction engineering services pursuant to Amendment Agreement No. 1 not to
exceed $2,875,816.00 regardless of the actual costs incurred by the ENGINEER
unless substantial modification to the scope of work are authorized in writing by
the DIRECTOR and approved by way of written amendment to this Agreement."
5. Section 4.B of the Original Agreement is hereby amended by adding the following to the
end thereof:
"The costs of all outside service expenses relating to Amendment Agreement No. I
are included within the total fee amount not to exceed$2,875,816.00 referred to in
Section 4.A hereof."
6. Section 4.0 of the Original Agreement is hereby amended by adding the following to the
end thereof:
"Reimbursable expenses relating to Amendment Agreement No. 1 are included
within the total fee amount not to exceed $2,875,816.00. referred to in Section 4A
hereof."
7. Section 4.D of the Original Agreement is hereby amended by adding the following to the
end thereof relating to the payment schedule for the construction engineering services
pursuant to Amendment Agreement No. 1:
2
Payment Schedule
ESTIMATED
INVOICE ESTIMATED VALUE OF ESTIMATED INVOICE
DATE COMPLETE WORK COMPLETE VALUE
Jan-26 2% $ 57,516.32 $ 57,516.32
Feb-26 5% $ 143,790.80 ▪ $ 86,274.48
Mar-26 10% $ 287,581.60 $ 143,790.80
Apr-26 15% $ 431,372.40 $ 143,790.80
May-26 20% $ 575,163.20 $ 143,790.80
Jun-26 25% $ 718,954.00 $ 143,790.80
Jul-26 35% $ 1,006,535.60 $ 287,581.60
Aug-26 45% $ 1,294,117.20 $ 287,581.60
Sep-26 55% $ 1,581,698.80 $ 287,581.60
Oct-26 65% $ 1,869,280.40 $ 287,581.60
Nov-26 75% $ 2,156,862.00 $ 287,581.60
Dec-26 85% $ 2,444,443.60 ▪ $ 287,581.60
Jan-27 95% $ 2,732,025.20 $ 287,581.60
Feb-27 95% $ 2,732,025.20 $ -
Mar-27 95% $ 2,732,025.20 $ -
Apr-27 95% $ 2,732,025.20 $ -
May-27 98% $ 2,818,299.68 $ 86,274.48
Jun-27 99% $ 2,847,057.84▪ $ 28,758.16
Jul-27 100% $ 2,875,816.00 $ 28,758.16
Total = $ 2,875,816.00
8. The changes provided to the Original Agreement, as provided in this Amendment
Agreement No. 1 are germane to the Original Contract, and this Amendment Agreement
No. 1 is in the best interests of the City of Elgin and is authorized by law.
9. That except as amended in this Amendment Agreement No. 1. the Original Agreement
shall remain in full force and effect, including Section F-1 "IEPA Professional Services
Contract Clauses."
10. That in the event of any conflict between the terms of the Original Agreement, and the
provisions in this Amendment Agreement No. 1. the provisions of this Amendment
Agreement No. 1 shall control.
SIGNATURE PAGE FOLLOWS
3
IN WITNESS WHEREOF, the undersigned have entered into and executed this
Amendment Agreement as of the date and year first written above.
CITY OF ELGIN CONSULTANT
By: By: tu.r ..—
City Manager I ncl I
Attest: Attest:
/ / id(
City Clerk Its Executive Assistant
Legal Dept\Agreemcnt\EEI Amend Agr I-Construction-Year 5 LSLK-1-6-26 docx
4
CITY OF ELGIN.IL YEAR 5 LSLR PROGRAM
ATTACHMENT A-1
SCOPE OF SERVICES
LEAD SERVICE LINE REPLACEMENT — YEAR 5
City of Elgin, IL
Professional Services Agreement - Construction Engineering
The City of Elgin has identified approximately 870 lead services lines to be replaced (main to meter)
using funds from the IEPA Public Water Supply Loan Program (PWSLP) and local funds. The service
replacements are divided into six separate construction contracts:
Year 5 Contract Min. No. of Funding
LSLR
Contract A (LSLR & associated water main replacement) 193 IEPA and local
Contract B (IEPA $4M) 258 IEPA
Contract C (IEPA bypass funding) 357 IEPA
Contract D (Emergency Repairs) 60 Local
Contract E (St. Charles St. IDOT LSLR) 33 Local
2026 Water Main Improvements (no LSLR) N/A Local
Total 901
Contract A includes approximately 8,300 linear feet of new water main installation. A separate. water
main replacement only contract includes approximately 12,400 feet of new water main installation.
The City is currently nearing the completion of the design phase of this project and is seeking to
proceed to the construction phase.
Due to construction costs running lower than anticipated for Year 4. the City also identified an
additional 123 lead service lines to be replaced under Year 4 Contracts B and C (IEPA L17-5873
eligible). The City also added an additional 37 lead service line replacements to Year 4 under
Contracts D, F, and G (local funding). This amendment includes construction engineering services
for the additional 160 lead service line replacements added to Year 4.
The following list of work items establishes the scope of engineering services for this project:
CONSTRUCTION ENGINEERING
3.1 Construction Administration
• Project Management
• Preparation of on-line data management tool (Field Maps)
• Prepare for, attend, and facilitate the preconstruction meeting including preparation of meeting
minutes
• Shop drawing review
• Resident notifications (3 total; English and Spanish)
o Overall project information and general schedule
o Notice of service replacement
o Restoration and flushing guidelines
• Project manager attendance of field meetings; 2 meetings per month for 10 months -
(excluding Contract D - Emergency Repairs)
• Prepare pay estimates and change orders
• IEPA disbursement requests— Contract A, Contract B, and Contract C only
• IEPA Project Closeout—Contract A, Contract B, and Contract C only
PAGE 1
CITY OF ELGIN,It YEAR 5 LSLR PROGRAM
3.2 Construction Layout and Record Drawings
• Contract A Water Main and 2026 Water Main Improvements contracts only
• Stake proposed water main, structures, and curb and gutter. B-boxes will not be staked.
• Perform post construction field survey for record drawings
• Prepare and review record drawings
3.3 Construction Observation and Documentation —Water Main
• Contract A and 2026 Water Main Improvements contracts only
• Take pre-construction videos and photos of pre-existing conditions
• Provide resident engineering services for construction
• Provide quantity tracking, documentation, and daily field reports (e-mails and Salesforce)
• On-site meetings with the City as needed
• Punch walks and letters
3.4 Construction Observation and Documentation — LSLR
• Home assessments with Contractor and City
• Provide resident engineering services for construction
• Provide quantity tracking, documentation, and daily field reports (e-mails and Salesforce)
• On-line data management using Field Maps
• On-site meetings with the City as needed
• Punch walks and letters
The following scope of services will be provided by EEI's Subconsultant:
• On-call CCDD testing and certification — LPC 662/663 (Rubino Engineering Inc.)
• Waste profile testing (Rubino Engineering Inc.)
• Material testing (Rubino Engineering Inc.)
• Plumbing and grounding inspections (B&F Construction Code Services. Inc.)
EXCLUSIONS
The above scope of services excludes the following:
• Attendance at City Council Meeting
• Construction layout for LSLRs
• Post construction field survey and/or record drawings for LSLRs
• Resident coordination during construction (by Contractor)
The above scope summarizes the work items that will be completed for this contract. Additional work
items, including additional meetings beyond the meetings defined in the above scope shall be
considered outside the scope of the base contract and will be billed in accordance with EEI's Standard
Schedule of Charges (Attachment D-1) in affect at the time the extra work is performed.
4/1 PAGE 2
ATTACHMENT B-1: ESTIMATED SCHEDULE
CLIENT PROJECT NUMBER
CITY OF ELGIN EG2503
PROJECT TITLE DATE PREPARED BY
LEAD SERVICE LINE REPLACEMENT-YEAR 5-CONSTRUCTION ENGINEERING 11/25/25 KMM
TASK TASK DESCRIPTION 2026 2027
NO.
MAY JUNE JULY AUG SEPT OCT NOV DEC JAN FEB MAR APRIL MAY JUNE JULY
3.1 Construction Administration
3.2 Construction Layout and Record Drawings-Water Main
3.3 Construction Observation and Documentation-Water Main
3.4 Construction Observation and Documentation-LSLR
3.1 Construction Administration
3.4 Construction Observation and Documentation-LSLR
3.1 Construction Administration
3.4 Construction Observation and Documentation-LSLR
3.1 Construction Administration
3.4 Construction Observation and Documentation-LSLR
3.1 Construction Administration
3.4 Construction Observation and Documentation-LSLR
3.1 Construction Administration
3.2 Construction Layout and Record Drawings-Water Main
3.3 Construction Observation and Documentation-Water Main
3.1 Construction Administration
3.4 Construction Observation and Documentation-LSLR
52 Wheeler Road. Sugar Grove IL 60554 Tel:630.466.6700 Fax:630.466.6701 www.eeiweb.com
ATTACHMENT C-1: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT PROJECT NUMBER
CITY OF ELGIN EG2503
PROJECT TITLE DATE PREPARED BY
LEAD SERVICE LINE REPLACEMENT-YEAR 5 11/25/25 KMM
TASK ROLE PIC PM SPE I PE PM SPT II SPT I GIS ADMIN
NO. TASK DESCRIPTION E-3 E-1 P-S P-4 E-1 T-6 T-5 P-2 A-3 HOURS COST
RATE 5262 5228 S203 S184 S228 5191 5179 6153 579
3.1 Construction Administration(IEPA. 148 services) 30 110 6 6 152 5 34,332
3.1 Construction Administration(Local.Water Main+45 services) 80 250 6 6 342 5 79.352
3.2 Construction Layout and Record Drawings-Water Main 9 105 40 154 $ 29.267
3.3 Construction Observation and Documentation-Water Main 1.950 1.950 $ 358.800
3.4 Construction Observation and Documentation-LSLR(IEPA; 148 Services) 1.108 1,108 $ 198.332
3.4 Construction Observation and Documentation-LSLR(45 Services) 340 340 S 60.860
Contract A Subtotal: 110 360 - 1,950 9 105 1,488 12 12 4.046 $ 760,943
DIRECT EXPENSES(IEPA L17-5874) DIRECT EXPENSES(LOCAL)
Mailing and Pnnting $ 1.500 Mailing and Printing $ 500
Plumbing and Electrical Inspection(B&F) $ 7.400 Plumbing and Electrical Inspection(B&F) $ 2.250
Material Testing(Rubino) $ 1.500 Material Testin. Rubino S 1.500
DIRECT EXPENSES(IEPA)= $ 10,400 DIRECT EXPENSES LOCAL = $ 4 250
LABOR SUMMARY(IEPA L17-5874) LABOR SUMMARY(LOCAL)
EEI Labor E •-nses= $232.664 EEI Labor Ex•-nses= $ 528 279
TOTAL LABOR EXPENSES IEPA $232,664 TOTAL LABOR EXPENSES LOCAL $ 528,279
CONTRACT A COST((EPA L17-5874) 5243,064 CONTRACT A COST(LOCAL) $ 532,529
CONTRACT A TOTAL COST $ 775,593
PAGE 1 OF 4
ATTACHMENT C-1: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT PROJECT NUMBER
CITY OF ELGIN EG2503
PROJECT TITLE DATE PREPARED BY
LEAD SERVICE LINE REPLACEMENT-YEAR 5 11/25/25 KMM
TASK ROLE PIC PM SPE I PE PM SPT II SPT I GIS ADMIN
NO. TASK DESCRIPTION E-3 E-1 P-5 P-4 E-1 T-6 T-5 P-2 A-3 HOURS COST
RATE $262 $228 $203 $184 $228 $191 $179 $153 $79
3.1 Construction Administration(IEPA.236 services) 40 200 240 $ 56.080
3.1 Construction Administration(Local:22 services) 8 12 _ 20 $ 4.832
3.4 Construction Observation and Documentation-LSLR(IEPA.236 Services) 1.716 1.716 $ 315.744
3.4 Construction Observation and Documentation-LSLR(Local:22 Services) 160 160 $ 29.440
Contract B Subtotal: 48 212 - 1,876 - - - 2.136 $ 406.096
DIRECT EXPENSES(IEPA L17-7580) DIRECT EXPENSES(LOCAL)
Mailing and Pnnting $ 2.400 Mailing and Printing $ 300
Plumbing and Electrical Inspection(B&F) $ 11.800 Plumbing and Electrical Inspection(B&F) $ 1.100
Material Testing(Rubino) $ 2.400 Material Testin. Rubino) $ 220
DIRECT EXPENSES(IEPA)= $ 16,600 DIRECT EXPENSES LOCAL = $ 1,620
LABOR SUMMARY(IEPA L17-7580) LABOR SUMMARY(LOCAL)
EEI Labor Ex.-nses= $371.824 EEI Labor Expenses= $ 34.272
TOTAL LABOR EXPENSES IEPA S371,824 TOTAL LABOR EXPENSES(LOCAL) $ 34,272
CONTRACT B COST(IEPA L17-7580) $388,424 CONTRACT B COST(LOCAL) $ 35,892
CONTRACT B TOTAL COST $ 424.316
TASK ROLE PIC PM SPE I PE PM SPT II SPT I GIS ADMIN
NO. TASK DESCRIPTION E-3 E-1 P-5 P-4 E-1 T-6 T-5 P-2 A-3 I HOURS COST
RATE 5262 5228 5203 5184 $228 S191 $179 $153 $79
3.1 Construction Administration 50 312 362 $ 84.236
3.4 Construction Observation and Documentation-LSLR 2.598 2,598 $ 478.032
Contract C Subtotal: 50 312 - 2,598 - - - 2,960 $ 562,268
DIRECT EXPENSES(IEPA L17-5874)
Mailing and Printing $ 3.600
Plumbing and Electrical Inspection(B&F) S 17.850
Material Testing(Rubino) $ 3 600
DIRECT EXPENSES(IEPA)= S 25,050
LABOR SUMMARY(IEPA L17-5874)
EEI Labor Ex.-nses= $562.268
TOTAL LABOR EXPENSES IEPA $562,268
CONTRACT C COST(IEPA L17-5874) $587,318
PAGE 2 OF 4
ATTACHMENT C-1: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT PROTECT NUMBER
CITY OF ELGIN EG2503
PROJECT TITLE DATE PREPARED BY
LEAD SERVICE UNE REPLACEMENT-YEAR 5 11/25/25 KMM
TASK ROLE PIC PM SPE I PE PM SPT II SPT I GIS ADMIN
NO, TASK DESCRIPTION E-3 E-1 P-5 P-4 E-1 T-6 T-5 P-2 A-3 I HOURS COST
RATE 5262 S228 S203 $184 5228 $191 $179 5153 S79
3.1 Construction Administration 12 40_ - 8 8 68 $ 14.120
3.4 Construction Observation and Documentation-LSLR 450. 450 $ 80.550
Contract D Subtotal: 12 40 - - - - 450 8 8 518 $ 94.670
3.1 'Construction Administration 8 18 8 8 42 $ 8.056
3.4 Construction Observation and Documentation-LSLR 248 248 $ 44.392
Contract E Subtotal: 8 18 - - - - 248 8 8 290 $ 52,448
3.1 Construction Administration(Water Main) 100 326 8 8 442 5 102 384
3.2 Construction Layout and Record Drawings-Water Main 18 143 58 219 $ 41,799
3.3 Construction Observation and Documentation-Water Main 3.010 3.010 $ 538,790
Water Main Improvements Subtotal: 100 326 - - 18 143 3,068 8 8 3,671 S 682,973
CONTRACTS D,E,AND WM IMP.DIRECT EXPENSES(LOCAL)
Mailing and Printing 5 2,000
Plumbing and Electncal Inspection(B&F) $ 4.650
Material Testing(Rubino) $ 2,000
DIRECT EXPENSES(LOCAL)_ $ 8,650_
CONTRACTS D,E,AND WM IMP.LABOR SUMMARY(LOCAL)
EEI Labor Expenses= S 830.091
TOTAL LABOR EXPENSES(LOCAL) $ 830,091
CONTRACTS D,E,AND WM IMP.TOTAL COST $ 838,741
LEAD SERVICE LINE REPLACEMENT-YEAR 5 TOTAL COST $ 2,625,968
PAGE 3 OF 4
I
ATTACHMENT C-1: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT PROJECT NUMBER
CITY OF ELGIN EG2503
PROJECT TITLE DATE PREPARED BY
LEAD SERVICE LINE REPLACEMENT-YEAR 5 11/25/25 KMM
YEAR 4-ADDITIONAL SCOPE
TASK ROLE PIC PM s r I PE PM SPT II SPT I GIS ADMIN
NO. TASK DESCRIPTION E-3 E-1 P-5 P-4 E-1 7-6 T-5 P-2 A-3 HOURS COST
RATE 5262 S228 $203 5184 5228 5191 S179 S153 $79
3.1 Construction Administration(IEPA. 123 services) 20 96 116 $ 27.128
3.1 Construction Administration(Local,37 services) 10 26 36 $ 8,548
3.4 Construction Observation and Documentation-LSLR(IEPA. 123 Services) 852 852 $ 156.768
3.4 Construction Observation and Documentation-LSLR(Local.37 Services) J 256 256 $ 47.104
Year 4 Subtotal: 30 122 - 1,108 - - - - - 1.260 $ 239.548
DIRECT EXPENSES(IEPA L17-5873) DIRECT EXPENSES(LOCAL)
Mailing and Printing $ 1.300 Mailing and Printing $ 400
Plumbing and Electrical Inspection(B&F) $ 6.150 Plumbing and Electrical Inspection(B&F) $ 1.850
Material Testing(Rubino) $ 400 Material Testing(Rubino) $ 200
DIRECT EXPENSES(IEPA)= $ 7,850 DIRECT EXPENSES(LOCAL)= $ 2,450
LABOR SUMMARY(IEPA L17-5873) LABOR SUMMARY(LOCAL)
EEI Labor Expenses= 5183.896 EEI Labor Ex.-nses= $ 55.652
TOTAL LABOR EXPENSES(IEPA) $183,896 TOTAL LABOR EXPENSES LOCAL $ 55,652
YEAR 4 COST(IEPA L17-5873) $191,746 YEAR 4 COST(LOCAL) $ 58,102
YEAR 4-ADDITIONAL SCOPE TOTAL COST $ 249,848
AMENDMENT NO.1 TOTAL COST $ 2,875,816
PAGE 4 OF 4
ENGINEERING ENTERPRISES, INC. ATTACHMENT D-1
*1 52 Wheeler Road, Sugar Grove, IL 60554
Ph:630.466.6700• Fx:630.466.6701
www.eeiweb.com
emomimm
STANDARD SCHEDUL r e . 'RGES--JANUARY 1, 2026
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $268.00
Principal E-3 $262.00
Senior Project Manager E-2 $254.00
Project Manager E-1 $228.00
Senior Project Engineer/Surveyor II P-6 $218.00
Senior Project Engineer/Surveyor I P-5 $203.00
Project Engineer/Surveyor P-4 $184.00
Senior Engineer/Surveyor P-3 $169.00
Engineer/Surveyor P-2 $153.00
Associate Engineer/Surveyor P-1 $139.00
Senior Project Technician II T-6 $191.00
Senior Project Technician I T-5 $179.00
Project Technician T-4 $167.00
Senior Technician T-3 $153.00
Technician T-2 $138.00
Associate Technician T-1 $120.00
Engineering/Land Surveying Intern I-1 $ 89.00
Director of Marketing and Business Development M-4 $141.00
Marketing Coordinator M-2 $105.00
Executive Administrative Assistant A-4 $ 84.00
Administrative Assistant A-3 $ 79.00
VEHICLES. DRONE, EXPERT TESTIMONY, REPROGRAPHICS AND DIRECT COSTS*
Vehicle for Construction Observation $ 20.00
Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $245.00
Expert Testimony $300.00
In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White)
$1.00/Sq. Ft. (Color)
Reimbursable Expenses (Direct Costs) Cost
Services by Others (Direct Costs) Cost + 10%
* unless specified otherwise in agreement
OUTSTANDING SERVICE • EVERY CLIENT • EVERY DAY