P/a11111119 Sectio11 Rec’d JAN 11 201 F Dey• Branch DEPARTMENT OF EDUCATION OSFSS, FACILITIES DEVELOPMENT BRANCH CONTRACT MODIFICATION Contract No. Cl 000538 Contractor: Jacobs Project Management Co. Contract Title: Facility Master Plan System-Wide for the Hawaii Department of Education DOE/DAGS Project No: Modification No. 2 Date DEC 2 R ?fl17 - Program ID: 82467/2015 & 83426/2016 & 83421/2016 & 84513/2017 Q61004-13 A. MODIFICATIONS: The following modifications shall be performed in accordance with all contract stipulations: Amend the Scope of Services to include terms set forth in Attachment Si and Compensation and Payment Schedule to include terms set forth in Attachment 52, and Time Schedule to include terms set forth in Attachment 53, attached hereto and incorporated herein. B. CONTRACTOR’S QUOTATION The modifications described above shall be performed at a contract price increase decrease of $ 3284,54591 12/28/2017 CoFtto?s Signature Date Jim Davis Print Name Vice President TWe C. STATEMENT OF CONTRACT FUNDS Original Contract Price Previous Adjusted Contract Price Amount of this Change Plus flMinus New Adjusted Contract Price $ $ 4,61 5,000.00 $ 3,284,545.91 $ 7,899,545.91 0. VALIDATION OF CONTRACT MODIFICATION APR 122018 p?11. Superintendent of Education (signature) contract Modification (Rev. 11/3/09) Date 4,615,00Q.QO AHACHMENT-S1 STATE OF HAWAII SCOPE OF SERVICES Project: Facility Master Plan — System-Wide for the Department of Education D.O.E. Job No. Q61004-13 The CONTRACTOR agrees to perform additional professional services for the Project in accordance with the following: A. The terms and conditions of the original Agreement dated March 21, 2014 and Contract Modification #1, dated September 22, 2016, shall remain unaltered except for the additional services described below. B. DETAILED DESCRIPTION: Phase Ill 3.1 — Planning Services (based on 2017 Pilot for Honolulu District) Mobilization, Set-up and Orientation: a) CONTRACTOR to facilitate and document one in-person Complex Area Superintendent (CAS) briefing per District (up to 6 Central, Leeward, Windward, HawaB, Maui, and Kauai) to orient CASs and initiate formation of Executive Planning Committees (EPC) and Stakeholder Advisory Committees (SAC). - b) CONTRACTOR to conduct and document one Principal Orientation workshop per District (up to 6 Central, Leeward, Windward, Hawaii, Maui, and Kauai) to orient internal stakeholders and elicit feedback on facility needs and priorities. Establish electronic data collection methodology to facilitate transparent collection of principals’ priorities. - c) CONTRACTOR to assist in the recruiting and formation of one EPC per District (up to 6 Central, Leeward, Windward, HawaN, Maui, and Kauai) and one SAC per District, except for the Hawaii District, which will have one EPC and two SACs (up to 7). - AG-Oil Rev. 11/15/2005 1 ATTACHMENT-SI d) CONTRACTOR to facilitate and document one EPC orientation meeting per District (up to 6 Central, Leeward, Windward, HawaU, Maui, and Kauai). - e) CONTRACTOR to facilitate and document one SAC meeting 1 (of 5) for each SAC (up to 7) to provide background data and process orientation. 3.2 Options Development: a) CONTRACTOR to conduct one two-day planning workshop with each EPC (up to 6 Central, Leeward, Windward, HawaN, Maui, and Kauai) to develop draft facility options based on district initiatives, facility assessment data, enrollment projections, principals’ input, and educational survey feedback. These options identify the basic scope of renovations, replacements, additions, new construction, and closures / consolidations, as well as macro cost estimates. - b) CONTRACTOR to prepare one Draft Options Report per EPC (up to 6 Central, Leeward, Windward, HawaN, Maui, and Kauai) based on EPC workshop to be distributed to the respective CASs and principals and presented to each respective SAC. - 3.3 Stakeholder Vetting of Oøtions: a) CONTRACTOR to conduct and document three 2-hour SAC meetings (2, 3, and 4 of 5) per District planning area (up to 21) to present Draft Facility Options Report and elicit stakeholder feedback and input. 3.4 District Prioritization: a) CONTRACTOR to conduct and document one 2-day planning workshop with each EPC (up to 6 Central, Leeward, Windward, Hawaii, Maui, and Kauai) to review SAC input and refine Facility Options into a prioritized list of capital projects and follow-up activities/studies. - b) CONTRACTOR to prepare conceptual cost estimates for capital projects defined in the EPC workshops. AG-Oil Rev, 11/15/2005 2 ATTACHMENT-SI c) CONTRACTOR to prepare one Draft District Prioritization Report per EPC (up to 6 Central, Leeward, Windward, Hawaii, Maui, and Kauai) based on EPC workshop to be distributed to GAS and principals and presented to SAC. - 3.5 Recommendations Development: a) CONTRACTOR to conduct and document focused planning workshops with TBD HIDOE staff and stakeholders over a 2week duration to review all seven Draft District Prioritization Reports and equitably align statewide priorities into a composite prioritized list of capital projects and follow-up activities/studies statewide. b) CONTRACTOR to develop format of Facility Master Plan document and presentation in collaboration with HIDOE. c) CONTRATOR to develop conceptual graphic model images of salient high-priority capital projects to be incorporated into Statewide Facility Master Plan document and presentation. d) CONTRACTOR to prepare Draft Statewide Facility Master Plan document and presentation to be distributed to HIDOE stakeholders. 3.6 Final Stakeholder Engagement: a) CONTRACTOR to conduct one 2-hour SAC meeting (5 of 5) per District planning area (up to 6 Central, Leeward, Windward, HawaH, Maui, and Kauai) to present Draft Statewide Facility Master Plan and elicit final stakeholder feedback and input. - b) CONTRACTOR to facilitate and support up to 40 hours of government briefings in coordination with HIDOE point of contact. 3.7 Final Report: a) CONTRACTOR to prepare Draft Statewide Facility Master Plan documents in electronic PDF and powerpoint format. AG-Oil Rev. il/i 5/2005 3 ATTACHMENT-SI b) CONTRACTOR to incorporate HIDDE-requested edits to publish a final draft Statewide Facility Master Plan document and presentation. c) CONTRACTOR to present final report to HIDOE staff, Board, and up to 3 legislative sessions. AG-Oil Rev. 11/15/2005 4 Attachment-S2 STATE OF HAWAII COMPENSATION AND PAYMENT SCHEDULE Project: Facility Master Plan — System-Wide for the Department of Education D.O.E. Job No. Q61 004-13 The STATE shall compensate the CONTRACTOR in accordance with the terms and conditions of this revised Agreement. The Compensation and Payment Schedule of the original contract is void and replaced with the following Compensation and Payment Schedule. A. For Basic Services, as described in the manual entitled “Policies and Procedures Governing Design Consultant Contracts”, dated November 1981, as revised, compensation shall be on the basis of a Lump Sum Fixed Fee in the amount of $4,192,125.00 Such compensation may be paid monthly for services performed so that the compensation at the completion of each phase of service shall be the following of the Lump Sum Fixed Fee. . PHASE I Services — Planning ORIGINAL/ADJUSTED CONTRACT AMOUNT 1.1. Preliminary Planning 1.2. Planning & Policy Research 1.3. Standards Development/Educational Specifications and Guidelines 1.4. CAD Conversion & Space Inventory S U BTOTAL REVISED AMOUNT $84,350.00 $84,350.00 $134,972.00 $134,972.00 $194,750.00 $194,750.00 $1,140,511.00 $1,140,511.00 $45,150.00 $45,150.00 $505,400.00 $505,400.00 $933,500.00 $933,500.00 $12,100.00 $12,100.00 $3,050,733.00 $3,050,733.00 1.5. Pilot Assessment 1.6. Educational Adequacy Assessment 1.7. Building Condition Assessment 1.8. Enrollment Evaluation and GIS MOD NO.2 AG-012 Rev. 11/15/2005 5 Aflachment-S2 PHASE II Planning Services 2.1. Cont. Planning & Policy_Research 2.2. Standards Development/Educational Specifications and Guidelines 2.3. Cont. Educational Adequacy Assessment 2.4. Cont. Building Condition_Assessment 2.5. Enrollment Evaluation and GIS ORIGINAL/ADJUSTED CONTRACT AMOUNT 2.6. Capacity & Utilization — 2.7. Facility Option • Planning 2.8. Community Engagement $1,719.00 $1,719.00 $193,916.00 $193,916.00 $471,969.00 $471,969.00 $33,800.00 $33,800.00 $260,509.00 $260,509.00 $155,850.00 $155,850.00 $14,704.00 $14,704.00 $0 $0 $0 $0 $8,925.00 $8,925.00 $1,141,392.00 $1,141,392.00 2.10. Presentation & Reporting 2.11. M.A.P.P.S. Implementation & Training PHASE Ill Planning Services 3.1. Mobilization, Set-up, and Orientation 3.2. Options Development 3.3. Stakeholder Vetting of Options — REVISED AMOUNT $0 2.9. Economic Analysis SUBTOTAL MOD NO.2 ORIGINAL/ADJUSTED CONTRACT AMOUNT $0 $0 3.4. District Prioritization 3.5. Recommendations Development 3.6. Final Stakeholder Engagement $0 3.7. Final Report $0 $0 AG-012 Rev. 11/15/2005 6 703,452 REVISED AMOUNT 703,452 604,636 604,636 507,753 507753 565,560 565,560 362,201 362,201 177,928 177,928 64,421 64,421 MOD NO.2 Attachment-S2 SUBTOTAL $0 GRAND TOTAL $4,192,125.00 2,985,951 2,985,951.00 2,985,951 $7,178,076.00 B. For Additional Services and/or Reimbursable Expenses as described in the manual entitled “Policies and Procedures Governing Design Consultant Contracts”, dated November 1981, as revised, the total amount reserved by the STATE shall be increased from $422,875.00 to $721,469.91. C. The STATE Engineer has overall responsibility for the management of this contract as he/she knows specifically what needs to be done and completed at the end of each phase of work. If any of the scope of work criteria and requirements listed and described in the DETAILED DESCRIPTION is/are not met, then the work of that particular phase will be considered incomplete and payment will be withheld until the work is satisfactory completed; satisfactory completion is to be determined by the STATE Engineer. D. This contract is subject to the availability of funds. AG-012 Rev. 11/15/2005 7 Attachment-S3 STATE OF HAWAII TIME SCHEDULE Time is considered to be of the essence, and the CONTRACTOR shall prosecute the work with due efficiency and diligence to complete the work within the specified time. The CONTRACTOR shall begin work on the contract immediately upon written notification to proceed. A. The schedule of basic services for this contract is as follows: PHASE I Services — Planning 1.1. Preliminary Planning 1.2. Planning & Policy Research 1.3. Standards Development/Educational Specifications and Guidelines 1.4. CAD Conversion & Space Inventory . 1.5. Pilot Assessment 1.6. Educational Adequacy Assessment 1.7. Building Condition Assessment 1.8. Enrollment Evaluation and GIS PHASE II Planning Services 2.1. Cont. Planning & Policy Research 2.2. Standards Development/Educational Specifications and Guidelines 2.3. Cont. Educational Adequacy Assessment 2.4. Cont. Building Condition Assessment — AG-012 Rev, 11/15/2005 ORIGINAL ESTIMATED COMPLETION DATE* REVISED ESTIMATED COMPLETION DATE* 60 days after NTP 240 days after NTP 180 days after NTP October 31, 2016 120 days after NTP 240 days after NTP 240 days after NTP 120 days after NTP ORIGINAL ESTIMATED COMPLETION DATE* 90 days after completion of Phase I 60 days after completion of Phase I October31, 2016 60 days after completion of Phase I REVISED ESTIMATED COMPLETION DATE* Attachment-S3 2.5. Enrollment Evaluation and GIS October 31, 2016 2.6. Capacity & Utilization October31, 2016 . 2.7. Facility Option Planning 2.8. Community Engagement . December 31, 2016 . 2.9. Economic Analysis 2.10. Presentation & Reporting 2.11. M.A.P.P.S. Implementation & Training . . . PHASE Ill Planning Services 3.1. Mobilization, Set-up, and Orientation 3.2. Options Development 3.3. Stakeholder Vetting of Options — . 3.4. District Prioritization 240 days after completion of Phase I 240 days after completion of Phase I 240 days after completion of Phase I 240 days after completion of Phase I ORIGINAL ESTIMATED COMPLETION DATE* REVISED ESTIMATED COMPLETION DATE March31 2018 I May31, 2018 July3l,2018 October 5, 2018 3.5. Recommendations Development 3.6. Final Stakeholder Engagement December 7, 2018 3.7. Final Report December 31, 2018 Note: (*) Term — November 9, 2018 The contract shall continue until issuance of the Contract Completion Notice. In the event, during the prosecution of the work, that the CONTRACTOR finds that he cannot complete the work by the date agreed upon, the CONTRACTOR shall submit to the STATE in writing, prior to the completion date, a request for time extension, citing the reasons for requiring the additional time. AG-012 Rev. 11/15/2005