Audit 295236

FY End
2023-06-30
Total Expended
$3.11M
Findings
68
Programs
10
Year: 2023 Accepted: 2024-03-14

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
380451 2023-001 Material Weakness - I
380452 2023-003 Material Weakness - I
380453 2023-004 Material Weakness - I
380454 2023-005 Material Weakness - I
380455 2023-006 Material Weakness - I
380456 2023-001 Material Weakness - I
380457 2023-003 Material Weakness - I
380458 2023-004 Material Weakness - I
380459 2023-005 Material Weakness - I
380460 2023-006 Material Weakness - I
380461 2023-001 Material Weakness - I
380462 2023-002 Material Weakness - I
380463 2023-003 Material Weakness - I
380464 2023-004 Material Weakness - I
380465 2023-005 Material Weakness - I
380466 2023-006 Material Weakness - I
380467 2023-001 Material Weakness - I
380468 2023-002 Material Weakness - I
380469 2023-003 Material Weakness - I
380470 2023-004 Material Weakness - I
380471 2023-005 Material Weakness - I
380472 2023-006 Material Weakness - I
380473 2023-001 Material Weakness - I
380474 2023-002 Material Weakness - I
380475 2023-003 Material Weakness - I
380476 2023-004 Material Weakness - I
380477 2023-005 Material Weakness - I
380478 2023-006 Material Weakness - I
380479 2023-001 Material Weakness - I
380480 2023-002 Material Weakness - I
380481 2023-003 Material Weakness - I
380482 2023-004 Material Weakness - I
380483 2023-005 Material Weakness - I
380484 2023-006 Material Weakness - I
956893 2023-001 Material Weakness - I
956894 2023-003 Material Weakness - I
956895 2023-004 Material Weakness - I
956896 2023-005 Material Weakness - I
956897 2023-006 Material Weakness - I
956898 2023-001 Material Weakness - I
956899 2023-003 Material Weakness - I
956900 2023-004 Material Weakness - I
956901 2023-005 Material Weakness - I
956902 2023-006 Material Weakness - I
956903 2023-001 Material Weakness - I
956904 2023-002 Material Weakness - I
956905 2023-003 Material Weakness - I
956906 2023-004 Material Weakness - I
956907 2023-005 Material Weakness - I
956908 2023-006 Material Weakness - I
956909 2023-001 Material Weakness - I
956910 2023-002 Material Weakness - I
956911 2023-003 Material Weakness - I
956912 2023-004 Material Weakness - I
956913 2023-005 Material Weakness - I
956914 2023-006 Material Weakness - I
956915 2023-001 Material Weakness - I
956916 2023-002 Material Weakness - I
956917 2023-003 Material Weakness - I
956918 2023-004 Material Weakness - I
956919 2023-005 Material Weakness - I
956920 2023-006 Material Weakness - I
956921 2023-001 Material Weakness - I
956922 2023-002 Material Weakness - I
956923 2023-003 Material Weakness - I
956924 2023-004 Material Weakness - I
956925 2023-005 Material Weakness - I
956926 2023-006 Material Weakness - I

Programs

ALN Program Spent Major Findings
84.027 Special Education_grants to States $210,671 - 0
84.010 Title I Grants to Local Educational Agencies $161,271 - 0
10.553 School Breakfast Program $109,639 - 0
10.555 National School Lunch Program $39,008 - 0
84.367 Improving Teacher Quality State Grants $38,486 - 0
84.425 Education Stabilization Fund $8,323 Yes 6
93.778 Medical Assistance Program $6,679 - 0
84.424 Student Support and Academic Enrichment Program $3,166 - 0
84.173 Special Education_preschool Grants $772 - 0
10.649 Pandemic Ebt Administrative Costs $628 - 0

Contacts

Name Title Type
YMK6MLLHJBQ5 Roland Paronish Auditee
8149482602 Mark Turnley Auditor
No contacts on file

Notes to SEFA

Title: NOTE 1 - BASIS OF PRESENTATION Accounting Policies: BASIS OF ACCOUNTING: Expenditures reported on the Schedule are presented using the accrual method of accounting. Under this method, grant revenue is recognized to the extent expenditures are incurred. Expenditures are recognized when the liability for the expenditure is incurred rather than when the disbursement is actually made. The federal expenditures are recognized, as applicable, under the cost principles contained in Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, wherein certain types of expenditures are not allowable or limited to reimbursement. De Minimis Rate Used: N Rate Explanation: The Northern Cambria School District utilizes the indirect cost rate as prescribed under the terms of the grant agreement if applicable. The accompanying schedule of expenditures of federal awards (the ‘Schedule’) includes the federal grant activity administered by the Northern Cambria School District for the year ended June 30, 2023. The information in this schedule is presented in accordance with the requirements of Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Grant Guidance – UGG). Because the Schedule presents only a selected portion of the operations of the School District, it is not intended to and does not present the financial position or changes in net position of the Northern Cambria School District.
Title: NOTE 3 - RELATIONSHIP TO FINANCIAL STATEMENTS Accounting Policies: BASIS OF ACCOUNTING: Expenditures reported on the Schedule are presented using the accrual method of accounting. Under this method, grant revenue is recognized to the extent expenditures are incurred. Expenditures are recognized when the liability for the expenditure is incurred rather than when the disbursement is actually made. The federal expenditures are recognized, as applicable, under the cost principles contained in Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, wherein certain types of expenditures are not allowable or limited to reimbursement. De Minimis Rate Used: N Rate Explanation: The Northern Cambria School District utilizes the indirect cost rate as prescribed under the terms of the grant agreement if applicable. Federal financial award revenues are included in the financial statements as ‘local source’ and 'federal source' revenues.
Title: NOTE 4 - RECEIVABLES AND UNEARNED REVENUE Accounting Policies: BASIS OF ACCOUNTING: Expenditures reported on the Schedule are presented using the accrual method of accounting. Under this method, grant revenue is recognized to the extent expenditures are incurred. Expenditures are recognized when the liability for the expenditure is incurred rather than when the disbursement is actually made. The federal expenditures are recognized, as applicable, under the cost principles contained in Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, wherein certain types of expenditures are not allowable or limited to reimbursement. De Minimis Rate Used: N Rate Explanation: The Northern Cambria School District utilizes the indirect cost rate as prescribed under the terms of the grant agreement if applicable. Federal grants receivable are included as part of 'due from other governments' in Exhibit A and Exhibit C as referenced in Note 4 to the Financial Statements. Unearned federal grant revenue, if any, is included as part of 'unearned revenue' in Exhibit A and Exhibit C and is referenced in Note 5 to the Financial Statements.
Title: NOTE 5 - NON-CASH ASSISTANCE Accounting Policies: BASIS OF ACCOUNTING: Expenditures reported on the Schedule are presented using the accrual method of accounting. Under this method, grant revenue is recognized to the extent expenditures are incurred. Expenditures are recognized when the liability for the expenditure is incurred rather than when the disbursement is actually made. The federal expenditures are recognized, as applicable, under the cost principles contained in Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, wherein certain types of expenditures are not allowable or limited to reimbursement. De Minimis Rate Used: N Rate Explanation: The Northern Cambria School District utilizes the indirect cost rate as prescribed under the terms of the grant agreement if applicable. The Northern Cambria School District received donated commodities from the Department of Agriculture in connection with its food service program. The amount of non-cash assistance expended in the accompanying schedule of expenditures of federal awards reflects the fair market value of the commodities used during the 2022-2023 fiscal year.

Finding Details

CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with two (2) third-party vendors - Eber HVAC, Inc. for the RTU Replacement Project and Advanced Office Systems, Inc. for the purchase of copier equipment, which constitute construction-related and capital purchases respectively which require prior approval from the Pennsylvania Department of Education (PDE). The School District did not obtain the required prior approval from PDE for these expenditures. CRITERIA: PDE and Section 2 CFR 200.439(b) of the Uniform Guidance require prior written approval by the federal or pass-through awarding agency for capital purchases including equipment, buildings, and land. Capital expenditures for special purpose equipment with a unit cost of $5,000 or more must also have prior approval. CAUSE: School District personnel did not review the PDE and Uniform Guidance requirements for capital purchases in advance of contracting for the RTU Replacement Project and copier equipment. EFFECT: The Northern Cambria School District did not comply with the requirements of PDE and 2 CFR 200.439(b) of the Uniform Guidance regarding obtaining prior written approval for capital expenditures. QUESTIONED COST: $1,501,951 (Eber HVAC-$1,475,100) (Advanced Office Systems-$26,851) RECOMMENDATION: For all future capital expenditures utilizing federal grant funding, I am recommending that the School District properly complete the necessary PDE, or other awarding agency forms, necessary to receive prior written approval for capital expenditures in accordance with PDE and Section 2 CFR 200.439(b) of the Uniform Guidance regulations. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and has developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District contracted with three (3) third-party vendors - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and McGraw-Hill Education for educational materials. The contract with Advanced Office Systems, Inc. was procured through a cooperative purchasing group. The District 1) was unable to provide documentation from the cooperative purchasing group to verify that the copier procurement contract was competitively procured, such as a bid evaluation and public solicitation, 2) did not obtain the adequate number of price or rate quotations for the professional emotional support services, and 3) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. CRITERIA: As specified in 2 CFR 200. 318(i) of the Uniform Guidance, the District must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. In addition, small purchase procedures per 2 CFR 200.320(a)(2)(i) for acquisitions between the micro-purchase threshold (currently $10,000) and the simplified acquisition threshold (current $250,000), price or rate quotations must be obtained from an adequate number of qualified sources as determined appropriate. Per 24 PS 8.807.1, there should be three quotes that are either written or well documented. CAUSE: School District personnel directly responsible for the oversight and execution of the copier contract interpreted that the requirements specified by 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i), would be met through the cooperative purchasing, however the District appears to not have received and maintained all of the specific history of procurement documents internally, as referenced under the criteria section, to support this compliance. In addition, the District did not 1) maintain documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services, and 2) did not properly document that the education material was from a sole source provider, and accordingly competitive procurement procedures would not apply. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.318(i) and 2 CFR 200.320(a)(2)(i) of the Uniform Guidance, regarding maintaining records sufficient to detail the history of procurement for the copiers, and to document instances where there is a sole source provider such as would be required for the educational materials. In addition, the District did not comply with 24 PS 8.807.1 regarding maintaining documentation to substantiate that an adequate number of price quotations were solicited for professional emotional support services. QUESTIONED COST: $134,156 (Advanced Office Systems-$26,851) (Acorns to Oaks Consulting, LLC-$33,890) (McGraw-Hill Education-$73,415) RECOMMENDATION: I am recommending that the management of the School District review and update as necessary its procurement policies to ensure retention of the appropriate procurement documentation, in all instances, including such instances whereby the District is using a contract vehicle from a cooperative purchase network so as to comply with all applicable sections of the Uniform Guidance, specifically Section 2 CFR 200.318(i) and 2 CFR.320(a)(2)(i) of the Uniform Guidance. In addition, it is recommended that the District document its attempts to obtain an adequate number of price or rate quotations as specified by 24 PS 8.807.1 over the $10,000 expenditure threshold, as well as document instances whereby the District is using a sole source provider and accordingly competitive procurement procedures would not apply. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not take affirmative action steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, in the procurement process. CRITERIA: In accordance with Section 2 CFR 200.321(a) of the Uniform Guidance, the District must take all necessary affirmative action steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Section 2 CFR 200.321(a) of the Uniform Guidance outlines the six (6) affirmative steps to follow. CAUSE: School District personnel stated that these businesses are considered but recognized that no affirmative action steps are currently employed to solicit these businesses. EFFECT: The Northern Cambria School District did not comply with the requirements of 2 CFR 200.321(a) of the Uniform Guidance with regard to required affirmative action steps to be employed in the procurement process. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District implement, as a matter of policy, the six (6) affirmative action steps as stated Section 2 CFR 200.321(a) of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: The Northern Cambria School District does not routinely perform debarment and suspension checks for contractors through SAM.gov. CRITERIA: In accordance with Section 2 CFR 200.214 of the Uniform Guidance, the District is subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict the awarding of contracts to certain parties that are debarred, suspended, or otherwise ineligible to participate in federal assistance programs. CAUSE: School District personnel were unaware that there was a website available to assist them in determining if a contractor/vendor was determined to be debarred or suspended from participating in federal assistance programs. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.214 of the Uniform Guidance regarding the procedure required to determine whether a contractor/vendor was debarred or suspended from participating in federal assistance programs. QUESTIONED COST: None RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District, it was noted that the contracts did not contain the required terms and conditions for non-federal entity contracts. CRITERIA: In accordance with Section 2 CFR 200.237 Subpart D regarding post federal award requirements, contracts entered into by non-federal agencies must contain the applicable terms and conditions described in Appendix II to Subpart D. CAUSE: School District personnel inadvertently did not include the required terms and conditions in the selected contracts procured with federal funding. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.237 Subpart D regarding post federal award requirements for contracts entered into by non-federal agencies which require these contracts to contain the applicable terms and conditions described in Appendix II to Subpart D. QUESTIONED COST: $1,575,366 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (McGraw-Hill Education-$73,415). RECOMMENDATION: I am recommending that the management of the School District utilize the SAM.gov website for determining whether contractors/vendors are debarred or suspended from participating in federal assistance programs on all future applicable contract awards to ensure compliance with Section 2 CFR 200.214 of the Uniform Guidance. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).
CONDITION: During a review of three (3) selected procurement contracts entered into by the Northern Cambria School District - Advanced Office Systems, Inc. for the purchase of copier equipment, Acorns to Oaks Consulting, LLC for professional emotional support services, and Eber HVAC, Inc. for the RTU Replacement Project - it was noted that the School District was unable to provide purchase orders for these specific goods and services. CRITERIA: In accordance with Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs, costs must be adequately documented, and contain a purchase order approved by an administrator or supervisor submitted to the Business Manager and Superintendent. CAUSE: School District personnel erroneously assumed that in the selected instances tested, involving either a sole source provider or competitive bidding process, that a purchase order was not required. EFFECT: The Northern Cambria School District did not comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. QUESTIONED COST: $1,535,841 (Eber HVAC-$1,475,100), (Advanced Office Systems-$26,851), (Acorns to Oaks Consulting, LLC-$33,890). RECOMMENDATION: I am recommending that the management of the School District comply with the requirements of Section 2 CFR 200.403(g) of the Uniform Guidance, and the School District’s Board policy 626 for procurement – federal programs for ensuring that purchase orders are used. VIEWS OF RESPONSIBLE OFFICIALS: Management of the School District has reviewed the above noted finding and recommendation and have developed a corresponding ‘Corrective Action Plan’ to address this matter (See Corrective Action Plan).