Loading...
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