25.07.09 IGA Engineering Contracts PO # / OLA #: 400002624 / 331003240
Routing #: 24-HA3-XC-00263-ZM0001
Document Builder Generated
Rev. 12/09/2016
Page 1 of 1
IGA OPTION LETTER
Date State Fiscal Year Option Letter No.
06/30/25 2026 1
Project Code Original Contract #
24-HA3-XC-00263SHO 006A-074 (26059)
Vendor Name: TOWN OF AVON
SUBJECT
Option to unilaterally add phasing to include Design, Construction, Environmental, Utilities, ROW incidentals or
Miscellaneous and to update encumbrance amount(s).
REQUIRED PROVISIONS
In accordance with the terms of the original Agreement 24-HA3-XC-00263 between the State of Colorado,
Department of Transportation and TOWN OF AVON, the State hereby exercises the option to add a phase that will
include Construction and to encumber funds for the phase based on changes in funding availability and
authorization. The total encumbrance is now increased by $700,000.00. A new Exhibit C-2 is made part of the
original Agreement and replaces Exhibit C-1.
The total encumbrance as a result of this option and all previous options and/or amendments is now $700,000.00, as
referenced in Exhibit C-2. The total budgeted funds to satisfy services/goods ordered under the Agreement remains
the same: $700,000.00 as referenced in Exhibit C-2.
The effective date of this option letter is upon approval of the State Controller or delegate.
APPROVALS
State of Colorado:
Jared S. Polis, Governor
_____________________________________________ Date: __________________
By: Keith Stefanik, P.E., Chief Engineer
For: Shoshana M. Lew, Executive Director, Colorado Department of Transportation
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid
until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin
performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not
obligated to pay Contractor for such performance or for any goods and/or services provided hereunder.
State Controller
Robert Jaros, CPA, MBA, JD
By: __________________________________
Date: _________________________________
Docusign Envelope ID: FFC89DF0-99C1-41E8-822F-4F20E249DB09
7/15/2025
7/15/2025
Fed $ LA Work
Exhibit C-2 - Page 1 of 3
EXHIBIT C-2 - FUNDING PROVISIONS
Town of Avon SHO 006A-074 (26059)
A. Cost of Work Estimate
The Local Agency has estimated the total cost of the Work to be $700,000.00, which is
to be funded as follows:
1. FUNDING
a. Federal Funds
(90% of HSIP Award) $418,500.00
b. State Funds
(4.8% of HSIP Award) $22,500.00
c. Local Agency Funds
(5.2% of HSIP Award) $24,000.00
d. Federal Funds
(100% of ADA Award) $235,000.00
______________________________________________________________________
TOTAL FUNDS ALL SOURCES $700,000.00
______________________________________________________________________
2. OMB UNIFORM GUIDANCE
a. Federal Award
Identification Number (FAIN): TBD
b. Name of Federal Awarding Agency: FHWA
c. Local Agency Unique Entity Identifier R9Q7L4C1QKK5
d. Assistance Listing #
Highway Planning and Construction ALN 20.205
e. Is the Award for R&D? No
f. Indirect Cost Rate (if applicable) N/A
g. Amount of Federal Funds Obligated by this Action: $653,500.00
h. Amount of Federal Funds
Obligated to Date (including this Action): $653,500.00
______________________________________________________________________
3. ESTIMATED PAYMENT TO LOCAL AGENCY
a. Federal Funds Budgeted $653,500.00
b. State Funds Budgeted $22,500.00
c. Less Estimated Federal Share of CDOT-Incurred Costs $0.00
______________________________________________________________________
TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY 96.6% $676,000.00
TOTAL ESTIMATED FUNDING BY LOCAL AGENCY 3.4% $24,000.00
TOTAL PROJECT ESTIMATED FUNDING 100.00% $700,000.00
______________________________________________________________________
4. FOR CDOT ENCUMBRANCE PURPOSES
a. Total Encumbrance Amount
(Federal funds + Local Agency funds) $700,000.00
b. Less ROW Acquisition 3111 and/or ROW Relocation 3109 $0.00
______________________________________________________________________
NET TO BE ENCUMBERED BY CDOT IS AS FOLLOWS $700,000.00
______________________________________________________________________
______________________________________________________________________
Docusign Envelope ID: FFC89DF0-99C1-41E8-822F-4F20E249DB09
Exhibit C-2 - Page 2 of 3
Design 3020
WBS Element 26059.10.30 Performance Period Start*/End Date $0.00
TBD-TBD
Const. 3301
WBS Element 26059.20.10 Performance Period Start*/End Date $700,000.00
06/12/2025-07/31/2027
______________________________________________________________________
* The Local Agency should not begin work until all three (3) of the following are in place:
1) Phase Performance Period Start Date; 2) the execution of the document encumbering
funds for the respective phase; and 3) Local Agency receipt of the official Notice to
Proceed. Any work performed before these three (3) milestones are achieved will not be
reimbursable.
B. Funding Ratios
The funding ratio for the federal funds for this Work is 96.6% federal funds to 3.4% Local
Agency funds, and this ratio applies only to the $700,000.00 that is eligible for federal
funding. All other costs are borne by the Local Agency at 100%. If the total cost of
performance of the Work exceeds $700,000.00, and additional federal funds are not
available, the Local Agency shall pay all such excess costs. If the total cost of
performance of the Work is less than $700,000.00, then the amounts of Local Agency
and federal funds will be decreased in accordance with the funding ratio described in
A1. This applies to the entire scope of Work.
C. Maximum Amount Payable
The maximum amount payable to the Local Agency under this Agreement shall be
$676,000.00. For CDOT accounting purposes, the federal funds of $653,500.00 and the
Local Agency funds of $24,000.00 will be encumbered for a total encumbrance of
$700,000.00, unless this amount is increased by an executed amendment before any
increased cost is incurred. The total budget of this funding source is $0.00, unless this
amount is increased by an executed amendment before any increased cost is incurred.
The total cost of the Work is the best estimate available, based on the design data as
approved at the time of execution of this Agreement, and that any cost is subject to
revisions agreed to by the parties prior to bid and award. This applies to the entire
scope of Work.
D. Single Audit Act Amendment
All state and local government and non-profit organizations receiving $750,000 or more
from all funding sources defined as federal financial assistance for Single Audit Act
Amendment purposes shall comply with the audit requirements of 2 CFR part 200,
subpart F (Audit Requirements) see also, 49 CFR 18.20 through 18.26. The Single Audit
Act Amendment requirements applicable to the Local Agency receiving federal funds
are as follows:
i. Expenditure less than $750,000
If the Local Agency expends less than $750,000 in Federal funds (all federal
sources, not just Highway funds) in its fiscal year then this requirement does
not apply.
ii. Expenditure of $750,000 or more-Highway Funds Only
If the Local Agency expends $750,000 or more, in Federal funds, but only
received federal Highway funds (Catalog of Federal Domestic Assistance,
CFDA 20.205) then a program specific audit shall be performed. This audit will
Docusign Envelope ID: FFC89DF0-99C1-41E8-822F-4F20E249DB09
Exhibit C-2 - Page 3 of 3
examine the “financial” procedures and processes for this program area.
iii. Expenditure of $750,000 or more-Multiple Funding Sources
If the Local Agency expends $750,000 or more in Federal funds, and the
Federal funds are from multiple sources (FTA, HUD, NPS, etc.) then the Single
Audit Act applies, which is an audit on the entire organization/entity.
iv. Independent CPA
Single Audit shall only be conducted by an independent CPA, not by an auditor
on staff. An audit is an allowable direct or indirect cost.
Docusign Envelope ID: FFC89DF0-99C1-41E8-822F-4F20E249DB09