Agenda 10/28/2025 Item #16C 2 (First amendment to LPA0495 with FDEP)10/28/2025
Item # 16.C.2
ID# 2025-4285
Executive Summary
Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County
Water-Sewer District, approve Amendment No. 1 to Agreement No. LPA0495, with the Florida Department of
Environmental Protection for the Palm River Public Utilities Renewal Project – Area 4, to change the expiration date of
the agreement, extend the date for task numbers 1, 3, 4, and 5, and update the language of the agreement and authorize
the Chair to sign the attached Amendment. (Fund 4016, Project No. 70257)
OBJECTIVE: The public purpose is to provide wastewater infrastructure to the Palm River Area 4 neighborhood. This
action is to approve Amendment No. 1 to the Florida Department of Environmental Protection (“FDEP”) grant
agreement to receive full reimbursement.
CONSIDERATIONS: In December 2022, the Collier County Water and Sewer District (“CCWSD”) submitted an
application to the Florida Senate requesting funding in the amount of $3,000,000 for septic-to-sewer conversion for 24
residential properties abutting the Cocohatchee River in the Palm River Area 4 neighborhood. The project includes the
installation of a new wastewater collection system on Cocohatchee Boulevard and Cocohatchee Drive. The project also
includes the abandonment of the existing septic systems, replacement of the aging asbestos-cement water main, and the
reconstruction of the roadways.
On July 1, 2023, County staff received notification that funding was made available through a FDEP cost
reimbursement grant, which requires execution of a grant agreement between the CCWSD and FDEP. On August 14,
2023, CCWSD sent all the required grant application documents to FDEP to initiate the preparation of the FDEP grant
agreement.
On November 14, 2023 (Agenda Item No. 16.C.8), the Board approved Grant Agreement LPA0495 with the FDEP to
receive funding to pay for the construction of wastewater improvements within the unsewered area of the Palm River
neighborhood.
The Agreement includes reporting deliverables for five different tasks: Pre-construction Activities; Bidding and
Contractor Selection; Project Management; Construction; and Connection to Central Sewer.
The tasks and their estimated costs included within the grant agreement are summarized in the table below.
Task No. Task Title Estimated Cost
1 Preconstruction Activities $160,000.00
2 Bidding and Contractor
Selection
$40,000.00
3 Project Management $600,000.00
4 Construction $1,700,000.00
5 Connection to Central
Sewer
$500,000.00
TOTAL $3,000,000.00
On June 11, 2024 (Agenda Item No. 16.C.4), the Board approved Change Order No. 1 to the Grant Agreement
LPA0495 with FDEP to extend the task timelines to continue to receive reimbursements for Tasks Nos. 1 and 2.
On September 24, 2024 (Agenda Item No. 16.C.1) the Board approved Change Order No. 2 to the Grant Agreement
LPA0495 with FDEP to extend the task timelines to continue to receive reimbursements for Task No. 1.
Each task is related to the entire length of construction. Therefore, to continue to receive reimbursement, Collier County
requested that FDEP extend the timeline date for task numbers. 1, 3, 4, and 5 to October 31, 2026. The date of
expiration of the Agreement has also been extended to April 30, 2027, which corresponds to 6 months after all tasks are
completed, allowing time to submit all documentation to close out the Agreement.
Page 1829 of 3380
10/28/2025
Item # 16.C.2
ID# 2025-4285
In addition to the changes described above, FDEP also made language changes to:
• Section 6 of the Standard Agreement.
• Section 11 of Attachment 2 of the Agreement.
• The entire Attachment 3-1 Revised Grant Work Plan was deleted and replaced with Attachment 3-2 Revised
Grant Work Plan
• Attachment 5, Special Audit Requirements, was deleted and replaced with Attachment 5-1, Revised Special
Audit Requirements
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual
Update and Inventory Report and other planning tools that establish and implement plans for the availability and
adequacy of public facilities and remain in compliance with all regulatory requirements.
FISCAL IMPACT: Revenue has already been recognized from the Florida Department of Environmental Protection in
the amount of $3,000,000 within Public Utilities Grant Fund 4016, Project No. 70257. This grant agreement does not
require a match.
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities and to remain in compliance with all regulatory compliance
requirements.
LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and
legality and requires a majority vote for approval. -JAK
RECOMMENDATIONS: That the Board of County Commissioners, as the ex-officio Governing Board of the Collier
County Water-Sewer District, approve Amendment No. 1 to Agreement No. LPA0495, with the Florida Department of
Environmental Protection for the Palm River Public Utilities Renewal Project – Area 4, to change the expiration date of
the agreement, extend the date for task numbers 1, 3, 4, and 5, and update the language of the agreement and authorize
the Chair to sign the attached Amendment. (Fund 4016, Project No. 70257)
PREPARED BY: Diana C. Dueri, Project Manager III, Public Utilities Engineering and Project Management Division
ATTACHMENTS:
1. 1st Amendment to LPA0495
Page 1830 of 3380
AMENDMENT NO, I
TO AGREtrMENT NO. LPAO495
BETWEEN
FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
AND
COLLIER COUNTY
-[his Amendment to Agreement No. LPA0495 (Agreement) is made by and between the Department of
Llnvironmental Protection (Depanment). an agency of the State of Florida. and the Collier County
(Grantee). on the date last signcd below.
WHEREAS, the Department entered into the Agrecment with the Grantee for Collier County - Palm River
Are 4 (Project), effective .lanuary 31,2024; and,
WI IEREAS. the Grantec has requested an extension of the Agreement due to delays in pernitting: and.
WIIEREAS. other changes to the Agreement are necessary: and.
WHEREAS. the parties have agreed to amend the Agreement as sct fofth herein.
NOW THEREI-ORE, the panies agree as follorvs:
Scction 3, of the Standard Grant Agreement is hereby revised to change the Date of Expiration ttr
April 30.2027. l'he Department and the Grantee shall continue to perform their respective dLrtics
during this extension period pursuant to the same terms and conditions provided in the Agreement.
2. Section 6. ofthe Standard Crant Agreement is hereby revised to thc following:
3. Section I I ofAttachment 2 is herebv revised as follows:
Subcontracting
The Grantee may subcontract work under this Agreement without the prior written consent of the
Depanment's Crant Manager except for cenain fixed-price subcontracts pursuant to this
Agreement. which require prior approval. Regardless ofany subcontract, the Grantee is
ultimately responsible for all work to be perlormed under this Agreement. Upon requesl by the
Dcpanment's Crant Manager, lhe Granlec willsubmit a copy oflhe executed subcontract.
Attachment 3-1, Revised Grant Work Plan. is hereby deleted in its entirety and replaced with
Attachment 3-2. Revised Grant Work Plan, as atlached to this Amendment and hereby incorporated
into thc Agreement. All ret-erences in the Agreement to Attachment 3-l shall hereinafier refer lo
Attachment 3-2. Revised Crant Work Plan.
@
Dcpartment's Grant Manager C rantce's Grant Nlanager
\anre: Kerin I'lckcl Name: Diana Dueri
Address: 3900 Conrmonwealth Blvd Address: 3ll9 Tamiami Trail Llasl. Suitc lOi
Tallahasstie, FL 32399 Naples. f l. 341 I2-56i I
Phonc: 850-245-2876 Phone: 239-252-4218
Email: Kevin.Eckel@FloridaDEP.gov Email : Diala-elueri@colliercountyfl .,rov
DEP Agrccmcnl No. LPA0.195, Amendment No. l, Page I of2
-1,
Page 1831 of 3380
i Attachment 5, Special Audit Requirements. is hereby deleted in its entiret) and replaccd with
Attachment 5- 1, Revised Special Audit Requirements, as aflached to this Arnendment and hereby'
incorporated into the Agreement. All references in the ABreernent to Attachment 5. slrall hercinafter
re1'er to Attachment 5- I , Revised Special Audit Requirements.
All other terms and conditions of the Agreement remain in effect. If and to the extent that an)
inconsistency may appear between the Agrcement and this Amendment. the provisions of this
Amendment shall control.
The parties agree to the terms and conditions ofthis Amendment and have duly authorized their respective
representatives to sign it on the dates indicated below.
COI-I,IER COUN'IY S1'A'I'F- OF FI,ORIDA DEPARTMENI' OI'
EN VIRONMDNTAL I'ITOTECTION
B):By:
Authorized Signature Secretary or Designce
Bun Sauuders. Chairnran Angela Knecht. Division Director
Print Name and Title Print Name antl -l'itle
Dalc:Date:
Kevin Eckel. DEP Grant Managcr
Amanda Peck. DEP QC Reviewer
List of attachments/exhibits included as part of this Amendment:
Specify T_vpe Letter/ Number Description
6
5- l
and legality
County Attomey
Revised Grant Work PIan
Revised Special Audil Requirernents
Attachnlent
Attachment
3-2
Jcffrey
@
I)El) Agreemc ll No, LPA0495, Amendment No. l. Page 1of2
Page 1832 of 3380
ATT.{CIIMENT ]-2
R[,VISED GRA:{T WOI{K PI,AN
PROJECT TITLE: Collier County - Palm River Area 4
PROJECT LOCATION: The Project will be located rvithin Collier County; Latilong (26.2786. -
81.7892). See Figures I for a location rnap
PROJECT BACKGROUND: Collier County (Grantee) has identified one area rvithin Palm River (Area
4) that currently uses onsite sewage trcatment and disposal systems (OSTDS). In low coastal areas witlr
high gtoundrvater, individual septic systems Jikely do not adequately treat human waste. including removal
ofviruses, fecal matter. pharmaceuticals, and nutrients such as nitrogen and phosphorus, which can present
health risks and degradation of local water ways. The County has prioritized the design and construction of
a cerltral sanitary server collection system to eliminate septic tanks within Area 4. The Project will elirninate
24 septic tanks and will rnitigate nutrient loading impacts to the Cocohatchee River. an impaired waterbody
(WBID 3259,{) rhar outfalls direcrly ro Wiggins Pass in the Gulf of Mexico.
PROJECT DESCRIPTION: The Crantee rvill complete design and construct a central sanitary sewel
systeln to eliminate septic tanks on approximately 24 residential properties. The project will include 24 lorv
pressure grinder pump stations, sanitary sewer force main. power and communication for the grinder punrp
stations, private properl) sewer conneclion, abandonmenVremoval ofseptic systems. and restoration olthe
rightof-way. The Crantee will obtain utilily easements as necessary from propeny owners. The Grantee
anticipates that the lunding under this Agreement will cover the septic to sewer conversion portion oIthc
project. The Gmntec will fund the remaininB costs associated with the inliastructure replacement resulting
in a complete project.
TASKS: All documentation should bc subrnitted electronically unless otherwise indicated and should be
submitted prior to the expiration olthc grant agreement.
Deliverables: The Grantee will complete the design ofthe Palm River sanitary sewer system and obtain all
necessary permits for construction olthe project. The Crantee will also perform hydraulic rnodeling and
provide surveying services.
Documentation: The Grantee will submit a signed summary of activities completed fbr the period of work
covered in the payment request, including the percentage of design complete and permitting status, using
the format provided by the Department's Graut Manager.
For the final docr:mentation. the Clantee will also submit a copy ofthe design completed with the lunding
provided tbr this task. a list ofall required pennits identitying issue dates and issuing authorities. and copics
ofany surveys. assessments. or olher documents funded under this task. Upon request h) the Depanment's
Cranl Manager, the Grantee will provide additional supporting documentation relating to this task.
Performance Standard: The Department's Grant Manager will review the documcntation to verify that
the deliverables have been completed as described above. Upon review and written acceptance by the
Department's Grant Manager, a payment requesl may be processed.
Payment Request Schedule: The Grantee may submit a paymenl request for cosl reimburscment no more
frequently than monthly.
DIP Agreement No. LPA0495. Attachment 3-2. Page I of4
Task I : Preconstruction .{rtiyities
@Page 1833 of 3380
Deliverablcs: The Orantee will prepare a bid package, publish a public notice- solicit bids, conduct pre-bid
meetings. and respond to bid questions in accordancc with the Crantee's procurement process, to select one
or more qualified and licensed contractors to complete construction ofthe central sanitary sewer system.
Documentation: 'l'he Crantee will submit: l) the public notice of advertisement tbr the bidt 2) the bid
packagel and 3) written notice of selected contractor(s).
Performance Standard: 'fhe l)epartrnent's Granl Manager will review the docurnentation to verilj'that
the deliverables have heen complcted as described above. Upon review and written acceptance by the
Depanment's Grant Manager, a payment request may be processed.
Payment Request Schedule: The Crantee may sub:nit a pal,ment request for cost rcimbursement fbllorting
the conclusion of the task.
Deliverables: The Grantee will perlbrrn project management related to Colliet County - Palm River Area
4. to include field cngineering services, construction observation and inspeclions. site meetings with
construction contracto(s) and design prol'essionals. and overall constnlction coordination and supen,ision.
Documentation: Thc Grantee will submit a signed su,nmary of activities completed for the period of work
covered in the payment request. using the fonnat provided by the Depafiment's Crant Manager. Upon
request by the Department's Grant Manager. the Crantee will provide additional supporling documentalion
relaling to this task.
Performance Standard: l'he Department's Crant Manager will review the documentation to verify that
the deliverables have been completed as described above. Upon review and written acceptance by the
Department's Crant Manager, a payment request may be processed.
Payment Request Schedule: The Grantee ma) submil a payment request for cost reimbursement no more
frequently than monthly.
Tasl( .l: Construction
Deliverables: The Grantee will construct Palm River central sanitary sewer system in accordance with the
final design. The Crantee will submit thLough the Department's GIS web-interface data collection tool,
parcel-level data identifying collection system extensions; lift stations and other infrastructure associated
with the grant; and both the parcels connected to sewer and the parcels where sewer has been made available
for connection but not yet connected along with associated grant informarion.
Documentation: Tlre Crantee will submit: I ) a signed summary of acliviries completed for the period of
work covered in the payment request. using the tbrmat provided by the Department's Grant Managcr. Llpon
request by the Department's Grant Manager, the Grantee will provide additional supporting documentation
relating to this task.
Performance Standard: The Depanment's Crant Manager rvill review the documentation to verify,that
the deliverables have been completed as described above. Upon revierv and written acceptance by the
Department's Crant Manager. a payment request may be processcd.
DIP Agreement No. LPA0495. Atlachment 3-2. Page 2 of 4
'l asli 2: Ilidding antl Contractor Sclection
I asli J: I)roicct Nlnurgcnlent
@Page 1834 of 3380
Payment Request Schedule: The Grantee may submit a payment requesl for cost reimbursemenl no more
lrequently than monthly.
'l'ask 5: Conlcction to Central Setcr
Deliverables: The Crantee will properly abandon the septic systems and connect approximately 24 single
family residences to a central sanitary sewer svstem tbr wastewaler treatment by the Nonh County Water
Reclamation facility. The Grantee will submit through the Deparlment's CIS web-intellace data collcction
tool parcel-level data identifl,ing parcels connected to sewer along with associated grant information.
Documentation: The Grantee will submit: l) a signed summary ofactivities completed for the period of
work covered in the payment request, using the fbrmat provided by the Department's Granl Manager; 2) a
list oladdresses and types ofthe properties connected: and 3) proofoflseptic abandonment and connection
for each property, as evidenced by copies of invoices for the abandonments and connecliorls by a licenscd
plurnber, utility contractor, or building contractor. For the final documentation. the Grantee will also
submit: 4) an cmail from the Deparlmenl's GIS web-interface data collection tool, confinning that data for
the project has been subrnitted.
Performance Stsndard: The Depanment's Grant Manager will review the documentation to verify that
the deliverables have been completed as described above. Upon review and written acceptance by the
Department's Crant Manager, a payment request may be processed.
Payment Request Schedule: The Grantee may submit a payment request for cost reimbursentent no more
frequently than monthly.
PROJf,CT TIMELINf,, & BUDGI,T DETAIL: The tasks must be completed b1.rhe corresponding rask
end date. Cost reimbursable grant funding must not exceed the budget amoLrnts as indicated below.
Note that. per Section 8 ofAttachment I ofthe Agreeinent, authorization for continuation and completion
of work and any associated payments may be rescinded, with proper noticc. at the discretion of the
Depanment ifthe Legislature reduces or eliminates appropriations. Exlending the conract end date carries
the risk that funds for this project may become unavailable in the future. t his should bc a consideration for
the Crantee with this and fllture requests fbr extensioll.
Task
No.Task Titlc Budgct
Categort,
Grant
Amount
Ta sk
Start Date
Task
End Date
Preconstruction Activities ContractLral
Services s r60.000 07 t01t2023 10/3t 12026
Bidd ing and Contractor
Selection
Contraclual
Services $40.000 01/01/2023 0l/l l/202-i
Project Management Contractual
Services $600_000 07 /0 | 12023 t0t3]l /2026
l Construction Contractual
Services $ I ,700,000 07 /01/2023 l0rl I /10:6
Connection to Central
Sewer
Contractual
Services $500.000 07101/2023 l0/3 t/2026
Total:$3,000.000
DEP Agreement No. LPA0495, Attachlxeut 3-2, Page 3 of4
@
I
Page 1835 of 3380
LGg.nd
I I tuea { 8oundr.,
A'E3 .I RO'(h
Figure l: L.ocation map
I
f,
-*- ---. n4 '
4#E!l*t r
l-Fl . t-.r'....{#r4t ifii.*g, dfia$}u
DEP Agreement No. 1,PA0495, Attachtnent 3-2. Page 4 of4
IZI
-1 \.
,.,
1
*i!ffi ,^3i-
lt^
ti
E
t.
:l
,*i*el
rI-
a-,:
I .I
iI
q4 /\.
6I II
t
7'
rl
p
I
E
I
@Page 1836 of 3380
STAI'E OF FLOIIIDA
DEPARTMENT OF ENvIRONMENTAL PROTECTION
Revised Special Audit llequ irements
(State and Federal Financial Assistanco)
,\ttach rncnt 5-1
Thc administration of resources awarded by the Department of Environmental Protection (vhich mo1, be reJerred to
qs the "Depat'tment", "DEP", "FDEP" or "Grantor", or ather name in the agrcement) lo the recipient (vhich nay be
referred to a; lhe "llecipient", "Grantee" or other name in the agreemen, may be subject to audits and,/or nronitoring
by the Department of Environmental Protec(ion, as described in this attachment,
\'IONITORING
ln addition to revie\{s of audits conducted in accordance rvith 2 CFR Part 200, Subpan F-Audit Requirencnts. and
Section 215.97, F.S., as revised (sce "AUDITS" bclow), monitoring procedures nray include. but not be Iinrited to,
on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425. or other procedurcs. Ily
entering into this Agreement. the recipient agrees to compl!'and cooperate with anl monitoring procedures/processes
deenled appropriate by the Depanment of Environrnental Protection. In the evcnt the Department ol Environmenral
Protection determines that a limited scope audit ofthe recipient is appropriate, the recipient agrees to comply rvith any
additional instructions provided by the Department to the recipient regarding such audit. The recipient funher agrees
to conply and cooperate with any inspcctions. reviews. investigations, or audits deemed necessary by the Chief
Financial Officer (C[:O) or Auditor General.
A LIt)ITS
l'All'l' I: IUDIIRAl.l,\' trt NDIit)
This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR
s200.330
A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or
program-specific audit conducted in accordance with the provisions of2 CFR Pan 200. Subpart F. EXIIIBII
I to this Attachment indicates Fcderal funds awarded through the Department of Environmental Protection
by this Agreement. In determining the federal awards expendcd in its fiscal year, the recipient shall consider
all sources of federal awards, including federal resources received from the Department of Environmenlal
Protection. The determination ofamounts of federal awards expended should be in accordancc with the
guidelines established in 2 CFR 200.502-503. An audit ofthe recipient conductcd by the Auditor General in
accordancc with the provisions of 2 CFR Part 200.5 l4 will meet the rcquirements of this part.
For the aud it requirements addressed in Pan I. paragraph | . the recipient shall fu Ifi ll the requirements rclative
to auditee responsibilities as provided in 2 CFR 200.508-5I 2.
A rccipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an
audl conducted in accordance with the provisions of2 CFR Pan 200, Subpan F-Audit Requirements. Ifthe
recipient expends less than 51,000,000 in federal awards in its fiscal year and elects to have an audit
conducted in accordance with the provisions of 2 CFR 200, Subpart F-Audit Requirements, the cosr of the
audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipicnt
resources obtained from non-federal entities).
The recipient may access information regarding the Catalog ofFederal Domestic Assistance (CFDA) via thc
internet at https;//'sam, govlcontentiassistance-l istin gs,
l
-l
+
@
BOS,DEP JJ.]I5
.\tta(hment 5-l
I ol6
Revrrcd 7/ I/:5
Page 1837 of 3380
l'AR'l ll: S lA'l l.l l'-LrNDEt)
This pan is applicable if the recipient is a nonstate entity as defined by Section 2I 5.97( I Xn). Florida Statutes
ln the event that the recipient expcnds a total amount of state financial assistance equal to or in excess of
$750.000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereat-ier), the
recipient must have a State singlc or project-specific audit for such fiscal year in accordancc u,rth Scction
215.97. F.S.; Rule Chapter 691-5. !'.A.C.. State l'inancial Assistance; and the current Rules ofthe Auditor
General. EXHIBIT I to this form lists the state financial assistance awarded through the Dcpartment of
Environnental Protection by this agreement. ln determining the state Iinancial assistance expended in its
fiscal year. lhe recipient shall consider all sources of state financial assistance. including state financial
assistance rcceived from the Department of Environmental Protection. other state agencies. and other
nonstate entities. State financial assistance does not include federal direct or pass-through auards and
resources received by a nonstate entity for Fedcral program matching requirements.
In connection with the audit requirements addressed in Pan II, paragraph ll the recipient shall cnsure that the
audit complies with the requirements ofSection 215.97(8). Florida Statut€s. This includes submission ofa
financial reponing package as defined by Section 215.97(2). Florida Starutes, and the cLrnent Rules o{the
Auditor Gcnsral.
Ifthe recipicnl expends less than $750,000 in state financial assistance in its tiscal year (for fiscal year ending
June 30.2017, and thereafter), an audit conducted in accordance rvith thc provisions ofSection 215.97.
Irlorida Statutes. is not required. ln the event that the recipient expends less than $750.000 in state financial
assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions oIsection
2l 5.97, Florida Slatutes, the cost of the audit must be paid from the non-state entity's resources (i.e.. the cosl
ofsuch an audit must be paid from the recipient's resources obtained from orher than Stale entities).
For information regarding the Florida Catalog ofState l'inancial Assistance (CSFA). a recipient should access
the Florida Single Audit Act website located at https;/lapps.fldfs.comlfsaa for assistance. ln addition to the
above websites, the follorving websites may.. be accessed for information: Legislature's \l'ebsite at
htto:iirvww.lee.state-fl.us,'Welconre/index.cfm, State of Florida's website al htrD:/,/www.mr florida.corn .
Depanment of Financial Services' Website at https://www.myfloridacfo.com/ and the Auditor General's
Website at http:,/iwww.mv.fl orida.com/audseni.
l'All'l lll: O]'tlER AlrDlT REQtilRDllUN I S
(NOTE: This patl )lould he used to specify an! addilionql audit requirements intposed b! the Shle firarding entity
lhal are solel! a mattet of lhqt State aflarding entity's policy (i.e., lhe qudit is nol rcquired by Federal or Slate lq*-s
and is not in conflicti,ith other Federal ot'State a dit requiremenB), Pursuant to Section 2 I 5.97 (8), L'lorida Statutes,
Slale ugencies mal,conduct or arrangefot' @dits olSlute.financial assistqnce that qre in qddition to audits conducted
in accordunce r)ilh Seclion 2l 5.97, Florida Stat les. ln such an evenl, lhe State avarding agencl' htust urrunge .lbr
.funding the lull cost of such additional audits.l
l'\R I l\ : REPORI St BlllSSlO\
Copies of reponing packages for audits conducted in accordance with 2 CFR Part 200. Subpart F-Audit
Rcquirements, and required by PART Iofthis form shall be submiled. when required by 2 CFR 200.512, by
or on behalfofthe recipient directlv lo the Federal Audir Clearinghouse (FAC) as provided in 2 CFR 200.36
and 200.512
A, lhe F'ederal Audit Clearinghouse designated in 2 CFR!200.501(a)(thenumberofcopicsrcquir.ed by
2 CFR $200.501(a) should be submitted to the Federal Audit Clearinghouse). at the following address;
l
J
ll(.s l)! :,.
Attschment 5-l
2 of6
l,lr\ \c,: a :i
Page 1838 of 3380
2
tly lvlail
Federal Audit Clearinghouse
Bureau ofthe Census
l20l East loth Street
Jeffcrsonville. IN 47132
Submissions of the Single Audit rcponing package for fiscal periods ending on or after January I .
2008. must bc submitted using the Federal Clearinghouse's Internet Data Entry System which can
be found at hllp/friu'vester. cen s u s.go vlthc \.veb/
Copies of financial reponinS packages required by PART ll ofthis Attachment shall be submitred by or on
behalfofthe recipient directly to each ofthe following:
A. The Department ofEnvironmental Protection at one ofthe following addresses:
By \4ail:
Audit Director
Florida Department of Environmental Protection
Office of lnspector General. MS 40
3900 Commonwealth Boulcvard
Tallahassee, Florida 32399-3000
B. The Auditor General's Olfice at the followinp address:
Auditor General
[-ocal Govemmenr Audits./342
Claude Pepper Building. Room 401
lll West Madison Street
Tallahassee. Florida 32399- 1450
The Auditor Ceneral's website (htrpr,'/flauditor.gov/) provides instructions lor filing an
electronic copy ofa financial reporting package.
Copies ofrepons or management letters required by PART III of this Attachment shall be submi$ed by or
on behalfofthe recipient lIlggly to the Department ofEnvironmental Prorection ar one ofthe following
addresses:
By Mail:
Audil Director
Florida Depanment of Environmental Protection
Office of Inspector Ceneral, MS 40
3900 Commonwealth Boulevard
Tallahassee, Florida 32399-3000
Electronically:
FDEPSinsleAudit@den.state. fl .us
Any repons, management letters, or other information required to be submitted to the Depanment of
Environmental Protection pursuant to this Agreement shall be submitted timely in accordancc with 2 CFR
200.512, section 215.97, F.S., and the current Rules ofthe Auditor General, as applicable.
Rccipients, when submitting financial reponing packages to the Departnlent ofEnvironmental Protection for
audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or the current Rules ofthe Auditor
l
5
Attachment 5-l
3 of6
Re!ised 7/l/2i
.@
Electronically:
FDEPSinqleAudit@dep.state. fl .us
Page 1839 of 3380
Gcneral, should indicate the date and time the reponing package was delivered to the recipient and any
conespondence accompanying the reporting package.
PAR I V: ltE(l0ltl) ltt'l ENTION
'lhe rccipicnt shall retain sufllcient records demonstrating its compliance with thc temrs ofthe arvard and this
Agreement lor a period of ftve (5) years from the da(c the audit repon is issued. and shall allow the Departnlent of
Environmental Protec(ion, or its designee. Chicf Financial Officcr, or Auditor Gencral access to such rccords upon
request. Jhe recipienl shall ensure that audit working papcrs are made available to the Department ofEnvironmental
Protection, or its designee. Chief I'inancial Officer, or Auditor General upon requcst for a period of three (3) years
from the date the audit repon is issucd. unless extended in writing by the Department of linvironmental Protection.
@
BCS-DLP S5-: l5
Attachmcnt 5-l
.l of 6
Revrrcd l/ l/25
Page 1840 of 3380
I]\IIIBI I I
l'UNDS A\vARDED TO T llE RECIPIENT PL RSIJAN-T TO Ttl lS AC RLEM Lli l CO)IS IST OF THE FOLI-OWING
Note - Of the resources atoded to the rccipient Npretent dorc thoh Me laderal prograh, list applicoble conplia ce requirchcnt s lot eqch lederal progrc
the so e nanwt os shosn belov
Iedcrsl
l'rogmm frrsl ComDlrancc requiremenl t e (*hat scD;ces otpurposcs r.srrr.ca mtrs( b. lsed lor)
Second Compliince rcqurremenl i c'(el,sibilu.- rcou;re enl for r*inrmc oflh. r.sourccs)
l:l!
I'cdrral
B
FirstCompli.nce requrrcm8nl:r. ( whar s,c€s of plrpo3er EioGG. m!!t b. usd for)
Elc
Erc
Alt[(hmcnt S-1, l:rhlbll I
5 0l'6
l.(rlcrxl Rcsourccs.\$rrded ro ihe lacciDi(trt ltBtrani ro lhis \Erc.cmrnr (-onsisl oflhe Folloshq:
Federxl
ProBram CFDA
Numlrcr C|DA I'rtle
SIate
Appropnalroll
Categow
s
tl
CFDA
Number CIDA Trile
S16te
Catraon
@Page 1841 of 3380
Slnlr Rciourccr 11wardcd lo thc ltecipicnt I'ununnl lo lhiri .{grcrrrenl ( nrrisl ol lhe t-ollo$ing llrlchinr R$ourcc! tor lie(lrral I,roqrams:
Fcdcrrl
Program
(:FDi\Ct-DA Tirle
Stale
Cotegorv
l ((lcr l
R CI.DA CFDA .IIIIe
Slale
Calceor\
Note Uthe psoutces owaded to the rccipie t reprcsent nore than ohe state prcject, ploide the sonc nlorntanan shonn belo*lor each state proJect on.l sho\
al assistdhce a*atded that is
ttote, Ltst dpplicable conplidhce rcquiredent in thc sone,nonner at llustrated abotelorlederul ftlourcet. Fot notching rcsourcer prcwded btthe D.portotent
lor DEP for lededl progrons. the re.j trene s night bc si,tlilor to the r?qfurethentsfor rhe opplicable ledenl posrons. Also totheqten! fia, ditere'
ftq itements pe ath h difercnl oito nt lot the non-fedetal relources. there noy be nore than one grc ping (i t. I , 2 - ] - etc. ) listed under th,s catego4 .
For each program identiUed above. the reorpient sh ll complr uilh lhe pro8ranr requiremenls descnbed rn rhe Catalog oI Fedcral llomeslc Alsrslance (Cl;li^)
lhups rham eov/conrcnti lseslance-lislinssl and/o, Ihe Ilorida Catalog ofSlare Financral Assistance (CSfA) [h!D!]jpp5_&-b.$d!g _tlprj. and
Slalc Plorects Comp!ancc Suppleffent lPan four: Slate l\olecls Complance Supplemenl lhtrps:1/apps fldfs com/lsaa.;comphancc asp\ I 'lhe senrcer purpo5cs
tbr which lhe lunds art to be used arc rncluded rn the Agreemenis Gmnt worli Plan Anr match requrrcd b\ lhc Recrpient rs clearl\ rndtaled rn rhe A€ueenrenl
I Subjed ro change bt" ChanSe Order
I Subjecr to change br Change Order
Alhchmcnl 5-1. Erhihil I
@
Sulr Relonm{i A$rflled lo lhe Recipienl Ptrrruerl !o this Agrccmcnl ( onsisl of the Iollo$inS ll(sou.(es Subiect to Scctior 215.97, F.S.
Saate
ProEram
SliLtr ,^$ Ird rn E AEenlr
Srate CSFA
Numbcr
CSFA frtlc
Funding Sourcc Descfl Dtton
Slatc
Appropnalion
Calcqon
Oriqitrrl
tn\ rronmemal Prorectron :i-:,r l7 0i9 Stakwide W6rer Quatlv Reslomrion
Projects
Slnle
B Statc A!,"ardrnp Agencl
Slatc csfA
Number
CSFA Tirl!
Fundrne Sourcc Descfl nlon
Slate
CatEAorY
I l
Page 1842 of 3380