FINDING 2023-003
Subject: Water and Waste Disposal Systems for Rural Communities -
Procurement and Suspension and Debarment
Federal Agency: Department of Agriculture
Federal Program: Water and Waste Disposal Systems for Rural Communities
Assistance Listings Number: 10.760
Federal Award Number and Year (or Other Identifying Number): FY 2023
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
Procurement - Policy
The Town did not have an approved procurement policy that reflected applicable state laws
and regulations including procedures to avoid acquisition of unnecessary or duplicative items
and procedures to ensure that all solicitations incorporate a clear and accurate description of
the technical requirements for the material, product, or service to be procured.
The Town is required to have and use documented procurement procedures, which are
consistent with state, local, and tribal laws and regulations and the standards of this section,
for the acquisition of property or services required under a federal award or subaward.
Suspension and Debarment
Prior to entering into subawards and covered transactions with the Water and Waste Disposal
Systems for Rural Communities award funds, recipients are required to verify that such
contracts and subrecipients are not suspended, debarred, or otherwise excluded. "Covered
transactions" include, but are not limited to, contracts for goods and services awarded under
procurement and nonprocurement transactions (i.e., grant agreement) that are expected to
equal or exceed $25,000. The verification is to be done by checking SAM exclusions, collecting
a certification from that person, or adding a clause or condition to the covered transaction with
that person.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that a suspension and debarment clause is included
in contracts. Contracts are reviewed by the President of the Town Council. Four covered
transactions, totaling $20,152,969, were identified and tested. The Town could not provide
documentation that procedures were performed to verify that three of the four vendors paid
from the Water and Waste Disposal Systems for Rural Communities award funds with contracts
over $25,000 were not excluded or disqualified from participation in federal programs.
Additionally, the Town had two agreements subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to
ensure the Buy America domestic preference provisions were included in either agreement nor
was a BABA waiver obtained.
INDIANA STATE BOARD OF ACCOUNTS
19
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
2 CFR 200.318(a) states:
"The non-Federal entity must have and use documented procurement procedures, consistent
with State, local, and tribal laws and regulations and the standards of this section, for the
acquisition of property or services required under a Federal award or subaward. The non-
Federal entity's documented procurement procedures must conform to the procurement
standards identified in §§ 200.317 through 200.327."
2 CFR 180.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking SAM Exclusions; or
(b) Collecting a certification from that person; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
INDIANA STATE BOARD OF ACCOUNTS
20
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
a procurement policy nor documentation that vendors were not suspended or debarred was not provided
for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not appropriately
included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended the Town establish documented procurement procedures consistent with state
and local laws for the acquisition of property or services required under a federal award or subaward as
outlined in the code of federal regulations. In addition, we recommended that the Town strengthen its
system of internal controls to ensure that all vendors that are paid $25,000 or more, all or in part with federal
funds, are not suspended or debarred from participating in federal programs before entering into any
covered transactions. Lastly, we recommended that the Town ensure all applicable contracts contain the
required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-004
Subject: Water and Waste Disposal Systems for Rural Communities -
Equipment and Real Property Management
Federal Agency: Department of Agriculture
Federal Program: Water and Waste Disposal Systems for Rural Communities
Assistance Listings Number: 10.760
Federal Award Number and Year (or Other Identifying Number): FY 2023
Compliance Requirement: Equipment and Real Property Management
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town had not properly designed or implemented a system of internal controls, which would
include appropriate segregation of duties, that would likely be effective in preventing, or detecting and
correcting, noncompliance. A property record or capital asset listing, which would include the information
listed below, is to be maintained for assets purchased that exceed the Town's capitalization threshold. In
addition, a physical inventory of all capital assets should be completed at least every two years.
Capital Asset Listing Information
A description of the property.
A serial number or other identification number.
The source of funding for the property (including the federal award identification number
(FAIN)).
Who holds title.
The acquisition date.
Cost of the property.
Percentage of federal participation in the project costs for the federal award under which
the property was acquired.
The location.
Use and condition of the property.
The Town purchased one asset, totaling $477,750, which exceeded the Town's capitalization
threshold. The asset was determined not to have been recorded in property records, nor was the asset on
the inventory listing. Additionally, the Town did not complete a capital asset inventory every two years as
required.
The lack of internal controls and noncompliance were systemic issues throughout the audit period.
INDIANA STATE BOARD OF ACCOUNTS
22
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
2 CFR 200.313(d) states in part:
"Management requirements. Procedures for managing equipment (including replacement
equipment), whether acquired in whole or in part under a Federal award, until disposition takes
place will, as a minimum, meet the following requirements:
(1) Property records must be maintained that include a description of the property, a serial
number or other identification number, the source of funding for the property (including
the FAIN), who holds title, the acquisition date, and cost of the property, percentage of
Federal participation in the project costs for the Federal award under which the
property was acquired, the location, use and condition of the property, and any ultimate
disposition data including the date of disposal and sale price of the property.
(2) A physical inventory of the property must be taken and the results reconciled with the
property records at least once every two years.
(3) A control system must be developed to ensure adequate safeguards to prevent loss,
damage, or theft of the property. Any loss, damage, or theft must be investigated.
. . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that an inventory of
capital assets had been completed. Additionally, the provided capital asset listing did not include the asset
in question. Lastly, the capital asset listing included items that were under the capital asset threshold in
the Town's Capital Asset Policy.
INDIANA STATE BOARD OF ACCOUNTS
23
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Effect
Without the proper implementation of an effectively designed system of internal controls, including
policies and procedures that provide segregation of duties and additional oversight as needed, the internal
control system cannot be capable of effectively preventing, or detecting and correcting, material noncompliance.
As such, a capital asset purchased with federal funds was not properly recorded in a capital asset
ledger, and a physical inventory was not performed.
Noncompliance with the provisions of federal regulations, and the terms and conditions of the
federal award could result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended that management of the Town design and implement a proper system of internal
controls, including policies and procedures that would provide segregation of duties to ensure capital assets
purchased with federal funds are included on a capital asset ledger and that a physical inventory is
performed every two years.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-005
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Federal Agency: Department of the Treasury
Federal Program: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Assistance Listings Number: 21.027
Federal Award Numbers and Years (or Other Identifying Numbers): CY 2021; TRSW221148
Pass-Through Agency: Indiana Finance Authority
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town elected to receive the standard revenue loss allowance, allowing the Town to claim its
total direct State and Local Fiscal Recovery Funds (SLFRF) allocation of $416,087 as revenue loss to use
for government services. As such, all SLFRF program funds to date were expended under the revenue
loss eligible use category. The U.S. Department of the Treasury (Treasury) determined that there are no
subawards under this eligible use category, and that recipients' use of revenue loss funds would not give
rise to subrecipient relationships as there is no federal program or purpose to carry out in the case of the
revenue loss portion of the award. The Town also received $1,428,334 in State Water Infrastructure Fund
(SWIF) distributions which were funded with SLFRF dollars and were subject to the suspension and
debarment requirements.
INDIANA STATE BOARD OF ACCOUNTS
24
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Prior to entering into subawards and covered transactions with SLFRF award funds, recipients are
required to verify that such contracts and subrecipients are not suspended, debarred, or otherwise
excluded. "Covered transactions" include, but are not limited to, contracts for goods and services awarded
under procurement and nonprocurement transactions (i.e., grant agreement) that are expected to equal or
exceed $25,000. The verification is to be done by checking the Excluded Parties List System (EPLS),
collecting a certification from that person or adding a clause or condition to the covered transaction with
that person. Due to the Treasury's determination that the revenue loss eligible use category does not give
rise to subawards, the Town was only required to comply with suspension and debarment requirements
related to covered transactions for revenue replacement.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that it did not have policies or procedures in place for verifying
that an entity with which it plans to enter into a covered transaction is not suspended, debarred, or otherwise
excluded or disqualified from participating in federal assistance programs or activities. Six covered
transactions, totaling $1,652,832, to three different vendors for goods or services that equaled or exceeded
$25,000 that were paid from SLFRF funds were identified. Each transaction was examined to determine
whether the Town verified the suspension and debarment status prior to payment. The Town had not
verified the vendor's suspension and debarment status for any of the six covered transactions prior to
issuing payment.
Description Amount
Stormwater drain installation
(4 transactions, 1 vendor) $ 1 ,540,011
Police Cars
(1 transaction, 1 vendor) 85,140
Equipment for police cars
(1 transaction, 1 vendor) 27,681
Covered Transactions Tested
Additionally, the Town had one agreement subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to ensure the Buy
America domestic preference provisions were included in either agreement nor was a BABA waiver
obtained.
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
25
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
31 CFR 19.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking the EPLS; or
(b) Collecting a certification from that person if allowed by this rule; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
documentation that vendors were not suspended or debarred was not provided for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not
appropriately included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
INDIANA STATE BOARD OF ACCOUNTS
26
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Recommendation
We recommended that the Town strengthen its system of internal controls to ensure that all vendors
that are paid $25,000 or more, all or in part with federal funds, are not suspended or debarred from
participating in federal programs before entering into any covered transactions. In addition, we
recommended that the Town ensure all applicable contracts contain the required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-005
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Federal Agency: Department of the Treasury
Federal Program: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Assistance Listings Number: 21.027
Federal Award Numbers and Years (or Other Identifying Numbers): CY 2021; TRSW221148
Pass-Through Agency: Indiana Finance Authority
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town elected to receive the standard revenue loss allowance, allowing the Town to claim its
total direct State and Local Fiscal Recovery Funds (SLFRF) allocation of $416,087 as revenue loss to use
for government services. As such, all SLFRF program funds to date were expended under the revenue
loss eligible use category. The U.S. Department of the Treasury (Treasury) determined that there are no
subawards under this eligible use category, and that recipients' use of revenue loss funds would not give
rise to subrecipient relationships as there is no federal program or purpose to carry out in the case of the
revenue loss portion of the award. The Town also received $1,428,334 in State Water Infrastructure Fund
(SWIF) distributions which were funded with SLFRF dollars and were subject to the suspension and
debarment requirements.
INDIANA STATE BOARD OF ACCOUNTS
24
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Prior to entering into subawards and covered transactions with SLFRF award funds, recipients are
required to verify that such contracts and subrecipients are not suspended, debarred, or otherwise
excluded. "Covered transactions" include, but are not limited to, contracts for goods and services awarded
under procurement and nonprocurement transactions (i.e., grant agreement) that are expected to equal or
exceed $25,000. The verification is to be done by checking the Excluded Parties List System (EPLS),
collecting a certification from that person or adding a clause or condition to the covered transaction with
that person. Due to the Treasury's determination that the revenue loss eligible use category does not give
rise to subawards, the Town was only required to comply with suspension and debarment requirements
related to covered transactions for revenue replacement.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that it did not have policies or procedures in place for verifying
that an entity with which it plans to enter into a covered transaction is not suspended, debarred, or otherwise
excluded or disqualified from participating in federal assistance programs or activities. Six covered
transactions, totaling $1,652,832, to three different vendors for goods or services that equaled or exceeded
$25,000 that were paid from SLFRF funds were identified. Each transaction was examined to determine
whether the Town verified the suspension and debarment status prior to payment. The Town had not
verified the vendor's suspension and debarment status for any of the six covered transactions prior to
issuing payment.
Description Amount
Stormwater drain installation
(4 transactions, 1 vendor) $ 1 ,540,011
Police Cars
(1 transaction, 1 vendor) 85,140
Equipment for police cars
(1 transaction, 1 vendor) 27,681
Covered Transactions Tested
Additionally, the Town had one agreement subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to ensure the Buy
America domestic preference provisions were included in either agreement nor was a BABA waiver
obtained.
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
25
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
31 CFR 19.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking the EPLS; or
(b) Collecting a certification from that person if allowed by this rule; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
documentation that vendors were not suspended or debarred was not provided for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not
appropriately included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
INDIANA STATE BOARD OF ACCOUNTS
26
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Recommendation
We recommended that the Town strengthen its system of internal controls to ensure that all vendors
that are paid $25,000 or more, all or in part with federal funds, are not suspended or debarred from
participating in federal programs before entering into any covered transactions. In addition, we
recommended that the Town ensure all applicable contracts contain the required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-006
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds - Reporting
Federal Agency: Department of the Treasury
Federal Program: Coronavirus State and Local Fiscal Recovery
Assistance Listings Number: 21.027
Federal Award Number and Year (or Other Identifying Number): CY 2021
Compliance Requirement: Reporting
Audit Finding: Material Weakness
Condition and Context
Recipients of State and Local Fiscal Recovery Funds (SLFRF) grants are required to submit
quarterly or annually Project and Expenditure (P&E) reports to the U.S. Department of the Treasury
(Treasury). The reporting periods, as well as the respective due dates, are based upon type of recipient
and its population, as well as the recipient's allocation amount. Information to be reported includes projects
funded, expenditures, and contracts for the appropriate reporting period.
The Town was classified as a Tier 5 auditee - a metropolitan city with a population below 250,000
residents which received less than $10 million in SLFRF funding. Tier 5 auditees are required to submit an
annual P&E report due in April of each year.
The Town was required to file an annual P&E report on April 30, 2023. The report was to cover
the period of April 1, 2022 to March 31, 2023. The Town presented this report for audit; however, there
were no documented internal controls in place over the Reporting compliance requirement.
The lack of internal controls was a systemic issue during the audit period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
27
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Cause
A proper system of internal controls over the P&E reports was not designed by management of the
Town. Embedded within a properly designed and implemented internal control system should be internal
controls consisting of policies and procedures. Policies reflect the Town's management statements of what
should be done to effect internal controls, and procedures should consist of actions that would implement
these policies. The Town had a systemic lack of internal controls which resulted in the lack of internal
controls over the annual P&E report.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, the Town did not complete a required report, and the Treasury does not have
information on how the Town is spending its funding.
Noncompliance with the provisions of federal statutes, regulations, and the terms and conditions of
the federal award could result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended that the Town's management design and implement a proper system of internal
controls, including policies and procedures to ensure that the Town provides the Treasury with complete
and accurate information for the P&E report.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-003
Subject: Water and Waste Disposal Systems for Rural Communities -
Procurement and Suspension and Debarment
Federal Agency: Department of Agriculture
Federal Program: Water and Waste Disposal Systems for Rural Communities
Assistance Listings Number: 10.760
Federal Award Number and Year (or Other Identifying Number): FY 2023
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
Procurement - Policy
The Town did not have an approved procurement policy that reflected applicable state laws
and regulations including procedures to avoid acquisition of unnecessary or duplicative items
and procedures to ensure that all solicitations incorporate a clear and accurate description of
the technical requirements for the material, product, or service to be procured.
The Town is required to have and use documented procurement procedures, which are
consistent with state, local, and tribal laws and regulations and the standards of this section,
for the acquisition of property or services required under a federal award or subaward.
Suspension and Debarment
Prior to entering into subawards and covered transactions with the Water and Waste Disposal
Systems for Rural Communities award funds, recipients are required to verify that such
contracts and subrecipients are not suspended, debarred, or otherwise excluded. "Covered
transactions" include, but are not limited to, contracts for goods and services awarded under
procurement and nonprocurement transactions (i.e., grant agreement) that are expected to
equal or exceed $25,000. The verification is to be done by checking SAM exclusions, collecting
a certification from that person, or adding a clause or condition to the covered transaction with
that person.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that a suspension and debarment clause is included
in contracts. Contracts are reviewed by the President of the Town Council. Four covered
transactions, totaling $20,152,969, were identified and tested. The Town could not provide
documentation that procedures were performed to verify that three of the four vendors paid
from the Water and Waste Disposal Systems for Rural Communities award funds with contracts
over $25,000 were not excluded or disqualified from participation in federal programs.
Additionally, the Town had two agreements subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to
ensure the Buy America domestic preference provisions were included in either agreement nor
was a BABA waiver obtained.
INDIANA STATE BOARD OF ACCOUNTS
19
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
2 CFR 200.318(a) states:
"The non-Federal entity must have and use documented procurement procedures, consistent
with State, local, and tribal laws and regulations and the standards of this section, for the
acquisition of property or services required under a Federal award or subaward. The non-
Federal entity's documented procurement procedures must conform to the procurement
standards identified in §§ 200.317 through 200.327."
2 CFR 180.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking SAM Exclusions; or
(b) Collecting a certification from that person; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
INDIANA STATE BOARD OF ACCOUNTS
20
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
a procurement policy nor documentation that vendors were not suspended or debarred was not provided
for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not appropriately
included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended the Town establish documented procurement procedures consistent with state
and local laws for the acquisition of property or services required under a federal award or subaward as
outlined in the code of federal regulations. In addition, we recommended that the Town strengthen its
system of internal controls to ensure that all vendors that are paid $25,000 or more, all or in part with federal
funds, are not suspended or debarred from participating in federal programs before entering into any
covered transactions. Lastly, we recommended that the Town ensure all applicable contracts contain the
required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-004
Subject: Water and Waste Disposal Systems for Rural Communities -
Equipment and Real Property Management
Federal Agency: Department of Agriculture
Federal Program: Water and Waste Disposal Systems for Rural Communities
Assistance Listings Number: 10.760
Federal Award Number and Year (or Other Identifying Number): FY 2023
Compliance Requirement: Equipment and Real Property Management
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town had not properly designed or implemented a system of internal controls, which would
include appropriate segregation of duties, that would likely be effective in preventing, or detecting and
correcting, noncompliance. A property record or capital asset listing, which would include the information
listed below, is to be maintained for assets purchased that exceed the Town's capitalization threshold. In
addition, a physical inventory of all capital assets should be completed at least every two years.
Capital Asset Listing Information
A description of the property.
A serial number or other identification number.
The source of funding for the property (including the federal award identification number
(FAIN)).
Who holds title.
The acquisition date.
Cost of the property.
Percentage of federal participation in the project costs for the federal award under which
the property was acquired.
The location.
Use and condition of the property.
The Town purchased one asset, totaling $477,750, which exceeded the Town's capitalization
threshold. The asset was determined not to have been recorded in property records, nor was the asset on
the inventory listing. Additionally, the Town did not complete a capital asset inventory every two years as
required.
The lack of internal controls and noncompliance were systemic issues throughout the audit period.
INDIANA STATE BOARD OF ACCOUNTS
22
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
2 CFR 200.313(d) states in part:
"Management requirements. Procedures for managing equipment (including replacement
equipment), whether acquired in whole or in part under a Federal award, until disposition takes
place will, as a minimum, meet the following requirements:
(1) Property records must be maintained that include a description of the property, a serial
number or other identification number, the source of funding for the property (including
the FAIN), who holds title, the acquisition date, and cost of the property, percentage of
Federal participation in the project costs for the Federal award under which the
property was acquired, the location, use and condition of the property, and any ultimate
disposition data including the date of disposal and sale price of the property.
(2) A physical inventory of the property must be taken and the results reconciled with the
property records at least once every two years.
(3) A control system must be developed to ensure adequate safeguards to prevent loss,
damage, or theft of the property. Any loss, damage, or theft must be investigated.
. . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that an inventory of
capital assets had been completed. Additionally, the provided capital asset listing did not include the asset
in question. Lastly, the capital asset listing included items that were under the capital asset threshold in
the Town's Capital Asset Policy.
INDIANA STATE BOARD OF ACCOUNTS
23
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Effect
Without the proper implementation of an effectively designed system of internal controls, including
policies and procedures that provide segregation of duties and additional oversight as needed, the internal
control system cannot be capable of effectively preventing, or detecting and correcting, material noncompliance.
As such, a capital asset purchased with federal funds was not properly recorded in a capital asset
ledger, and a physical inventory was not performed.
Noncompliance with the provisions of federal regulations, and the terms and conditions of the
federal award could result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended that management of the Town design and implement a proper system of internal
controls, including policies and procedures that would provide segregation of duties to ensure capital assets
purchased with federal funds are included on a capital asset ledger and that a physical inventory is
performed every two years.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-005
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Federal Agency: Department of the Treasury
Federal Program: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Assistance Listings Number: 21.027
Federal Award Numbers and Years (or Other Identifying Numbers): CY 2021; TRSW221148
Pass-Through Agency: Indiana Finance Authority
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town elected to receive the standard revenue loss allowance, allowing the Town to claim its
total direct State and Local Fiscal Recovery Funds (SLFRF) allocation of $416,087 as revenue loss to use
for government services. As such, all SLFRF program funds to date were expended under the revenue
loss eligible use category. The U.S. Department of the Treasury (Treasury) determined that there are no
subawards under this eligible use category, and that recipients' use of revenue loss funds would not give
rise to subrecipient relationships as there is no federal program or purpose to carry out in the case of the
revenue loss portion of the award. The Town also received $1,428,334 in State Water Infrastructure Fund
(SWIF) distributions which were funded with SLFRF dollars and were subject to the suspension and
debarment requirements.
INDIANA STATE BOARD OF ACCOUNTS
24
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Prior to entering into subawards and covered transactions with SLFRF award funds, recipients are
required to verify that such contracts and subrecipients are not suspended, debarred, or otherwise
excluded. "Covered transactions" include, but are not limited to, contracts for goods and services awarded
under procurement and nonprocurement transactions (i.e., grant agreement) that are expected to equal or
exceed $25,000. The verification is to be done by checking the Excluded Parties List System (EPLS),
collecting a certification from that person or adding a clause or condition to the covered transaction with
that person. Due to the Treasury's determination that the revenue loss eligible use category does not give
rise to subawards, the Town was only required to comply with suspension and debarment requirements
related to covered transactions for revenue replacement.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that it did not have policies or procedures in place for verifying
that an entity with which it plans to enter into a covered transaction is not suspended, debarred, or otherwise
excluded or disqualified from participating in federal assistance programs or activities. Six covered
transactions, totaling $1,652,832, to three different vendors for goods or services that equaled or exceeded
$25,000 that were paid from SLFRF funds were identified. Each transaction was examined to determine
whether the Town verified the suspension and debarment status prior to payment. The Town had not
verified the vendor's suspension and debarment status for any of the six covered transactions prior to
issuing payment.
Description Amount
Stormwater drain installation
(4 transactions, 1 vendor) $ 1 ,540,011
Police Cars
(1 transaction, 1 vendor) 85,140
Equipment for police cars
(1 transaction, 1 vendor) 27,681
Covered Transactions Tested
Additionally, the Town had one agreement subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to ensure the Buy
America domestic preference provisions were included in either agreement nor was a BABA waiver
obtained.
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
25
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
31 CFR 19.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking the EPLS; or
(b) Collecting a certification from that person if allowed by this rule; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
documentation that vendors were not suspended or debarred was not provided for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not
appropriately included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
INDIANA STATE BOARD OF ACCOUNTS
26
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Recommendation
We recommended that the Town strengthen its system of internal controls to ensure that all vendors
that are paid $25,000 or more, all or in part with federal funds, are not suspended or debarred from
participating in federal programs before entering into any covered transactions. In addition, we
recommended that the Town ensure all applicable contracts contain the required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-005
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Federal Agency: Department of the Treasury
Federal Program: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds
Assistance Listings Number: 21.027
Federal Award Numbers and Years (or Other Identifying Numbers): CY 2021; TRSW221148
Pass-Through Agency: Indiana Finance Authority
Compliance Requirement: Procurement and Suspension and Debarment
Audit Findings: Material Weakness, Modified Opinion
Condition and Context
The Town elected to receive the standard revenue loss allowance, allowing the Town to claim its
total direct State and Local Fiscal Recovery Funds (SLFRF) allocation of $416,087 as revenue loss to use
for government services. As such, all SLFRF program funds to date were expended under the revenue
loss eligible use category. The U.S. Department of the Treasury (Treasury) determined that there are no
subawards under this eligible use category, and that recipients' use of revenue loss funds would not give
rise to subrecipient relationships as there is no federal program or purpose to carry out in the case of the
revenue loss portion of the award. The Town also received $1,428,334 in State Water Infrastructure Fund
(SWIF) distributions which were funded with SLFRF dollars and were subject to the suspension and
debarment requirements.
INDIANA STATE BOARD OF ACCOUNTS
24
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Prior to entering into subawards and covered transactions with SLFRF award funds, recipients are
required to verify that such contracts and subrecipients are not suspended, debarred, or otherwise
excluded. "Covered transactions" include, but are not limited to, contracts for goods and services awarded
under procurement and nonprocurement transactions (i.e., grant agreement) that are expected to equal or
exceed $25,000. The verification is to be done by checking the Excluded Parties List System (EPLS),
collecting a certification from that person or adding a clause or condition to the covered transaction with
that person. Due to the Treasury's determination that the revenue loss eligible use category does not give
rise to subawards, the Town was only required to comply with suspension and debarment requirements
related to covered transactions for revenue replacement.
Upon inquiry of the Town to determine its policies and procedures related to suspension and
debarment requirements, the Town stated that it did not have policies or procedures in place for verifying
that an entity with which it plans to enter into a covered transaction is not suspended, debarred, or otherwise
excluded or disqualified from participating in federal assistance programs or activities. Six covered
transactions, totaling $1,652,832, to three different vendors for goods or services that equaled or exceeded
$25,000 that were paid from SLFRF funds were identified. Each transaction was examined to determine
whether the Town verified the suspension and debarment status prior to payment. The Town had not
verified the vendor's suspension and debarment status for any of the six covered transactions prior to
issuing payment.
Description Amount
Stormwater drain installation
(4 transactions, 1 vendor) $ 1 ,540,011
Police Cars
(1 transaction, 1 vendor) 85,140
Equipment for police cars
(1 transaction, 1 vendor) 27,681
Covered Transactions Tested
Additionally, the Town had one agreement subject to the Buy America Build America (BABA)
provisions. The Town could not provide documentation that procedures were performed to ensure the Buy
America domestic preference provisions were included in either agreement nor was a BABA waiver
obtained.
The lack of internal controls and noncompliance were systematic issues throughout the audit
period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
25
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
31 CFR 19.300 states:
"When you enter into a covered transaction with another person at the next lower tier, you must
verify that the person with whom you intend to do business is not excluded or disqualified. You
do this by:
(a) Checking the EPLS; or
(b) Collecting a certification from that person if allowed by this rule; or
(c) Adding a clause or condition to the covered transaction with that person."
2 CFR 184.4 states in part:
"(a) Applicability of Buy America Preference to infrastructure projects. The Buy America
Preference applies to Federal awards where funds are appropriated or otherwise made
available for infrastructure projects in the United States, regardless of whether infrastructure is
the primary purpose of the Federal award.
(b) Including the Buy America Preference in Federal awards. All Federal awards with
infrastructure projects must include the Buy America Preference in the terms and conditions.
The Buy America Preference must be included in all subawards, contracts, and purchase
orders for the work performed, or products supplied under the Federal award. . . ."
Cause
A proper system of internal controls was not designed by the management of the Town. Embedded
within a properly designed and implemented internal control system should be internal controls consisting
of policies and procedures. Policies reflect the Town's management statements of what should be done to
effect internal controls, and procedures should consist of actions that would implement these policies. The
Clerk-Treasurer was new to the position as of January 1, 2024. The former Clerk-Treasurer was not
knowledgeable on the compliance requirements of the federal award. The Town contracted with outside
engineers to manage the compliance requirement, and there was no documentation that BABA provisions
or a waiver was obtained for the contracts nor that they included a suspension or debarment clause. Lastly,
documentation that vendors were not suspended or debarred was not provided for review.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, vendors to whom payments equal to or in excess of $25,000 were not verified
to be not suspended, debarred, or otherwise excluded. In addition, the BABA provisions were not
appropriately included in infrastructure projects.
Any program funds the Town used to pay vendors that have been suspended or debarred would
be unallowable, and the funding agency could potentially recover them. Additionally, noncompliance with
the provisions of federal statutes, regulations, and the terms and conditions of the federal award could
result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
INDIANA STATE BOARD OF ACCOUNTS
26
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Recommendation
We recommended that the Town strengthen its system of internal controls to ensure that all vendors
that are paid $25,000 or more, all or in part with federal funds, are not suspended or debarred from
participating in federal programs before entering into any covered transactions. In addition, we
recommended that the Town ensure all applicable contracts contain the required BABA provisions.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.
FINDING 2023-006
Subject: COVID-19 - Coronavirus State and Local Fiscal Recovery Funds - Reporting
Federal Agency: Department of the Treasury
Federal Program: Coronavirus State and Local Fiscal Recovery
Assistance Listings Number: 21.027
Federal Award Number and Year (or Other Identifying Number): CY 2021
Compliance Requirement: Reporting
Audit Finding: Material Weakness
Condition and Context
Recipients of State and Local Fiscal Recovery Funds (SLFRF) grants are required to submit
quarterly or annually Project and Expenditure (P&E) reports to the U.S. Department of the Treasury
(Treasury). The reporting periods, as well as the respective due dates, are based upon type of recipient
and its population, as well as the recipient's allocation amount. Information to be reported includes projects
funded, expenditures, and contracts for the appropriate reporting period.
The Town was classified as a Tier 5 auditee - a metropolitan city with a population below 250,000
residents which received less than $10 million in SLFRF funding. Tier 5 auditees are required to submit an
annual P&E report due in April of each year.
The Town was required to file an annual P&E report on April 30, 2023. The report was to cover
the period of April 1, 2022 to March 31, 2023. The Town presented this report for audit; however, there
were no documented internal controls in place over the Reporting compliance requirement.
The lack of internal controls was a systemic issue during the audit period.
Criteria
2 CFR 200.303 states in part:
"The non-Federal entity must:
(a) Establish and maintain effective internal control over the Federal award that provides
reasonable assurance that the non-Federal entity is managing the Federal award in
compliance with Federal statutes, regulations, and the terms and conditions of the Federal
award. These internal controls should be in compliance with guidance in 'Standards for
Internal Control in the Federal Government' issued by the Comptroller General of the
United States or the 'Internal Control Integrated Framework', issued by the Committee of
Sponsoring Organizations of the Treadway Commission (COSO). . . ."
INDIANA STATE BOARD OF ACCOUNTS
27
TOWN OF FRANKTON
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
(Continued)
Cause
A proper system of internal controls over the P&E reports was not designed by management of the
Town. Embedded within a properly designed and implemented internal control system should be internal
controls consisting of policies and procedures. Policies reflect the Town's management statements of what
should be done to effect internal controls, and procedures should consist of actions that would implement
these policies. The Town had a systemic lack of internal controls which resulted in the lack of internal
controls over the annual P&E report.
Effect
Without the proper implementation of an effectively designed system of internal controls, the
internal control system cannot be capable of effectively preventing, or detecting and correcting, material
noncompliance. As a result, the Town did not complete a required report, and the Treasury does not have
information on how the Town is spending its funding.
Noncompliance with the provisions of federal statutes, regulations, and the terms and conditions of
the federal award could result in the loss of future federal funding to the Town.
Questioned Costs
There were no questioned costs identified.
Recommendation
We recommended that the Town's management design and implement a proper system of internal
controls, including policies and procedures to ensure that the Town provides the Treasury with complete
and accurate information for the P&E report.
Views of Responsible Officials
For the views of responsible officials, refer to the Corrective Action Plan that is part of this report.