Audit 297558

FY End
2023-06-30
Total Expended
$6.37M
Findings
8
Programs
7
Organization: City of Cheboygan (MI)
Year: 2023 Accepted: 2024-03-26

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
384401 2023-001 Material Weakness - I
384402 2023-002 Material Weakness - C
384403 2023-001 Material Weakness - I
384404 2023-002 Material Weakness - C
960843 2023-001 Material Weakness - I
960844 2023-002 Material Weakness - C
960845 2023-001 Material Weakness - I
960846 2023-002 Material Weakness - C

Contacts

Name Title Type
VB27M3U1LZU3 Casey Clear Auditee
2316279931 Joe Verlin Auditor
No contacts on file

Notes to SEFA

Title: Note 1 - Basis of Presentation Accounting Policies: Expenditures reported on the Schedule are reported on the accrual basis of accounting, which is described in Note 1 to the City's financial statements. Such expenditures are recognized following the cost principles contained in the Uniform Guidance, wherein certain types of expenditures are not allowable or are limited as to reimbursement. Pass-through entity identifying numbers are presented where applicable and have been identified in the Schedule. De Minimis Rate Used: N Rate Explanation: N/A The accompanying schedule of expenditures of federal awards (the “Schedule”) includes the federal grant activity of the City of Cheboygan (the “City”) under programs of the federal government 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 (CFR) Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. Because the schedule presents only a selected portion of the operations of the City, it is not intended to and does not present the financial position, changes in net position, or cash flows of the City. The City’s reporting entity is defined in Note 1 of the City’s financial statements.
Title: Note 2 - Summary of Significant Accounting Policies Accounting Policies: Expenditures reported on the Schedule are reported on the accrual basis of accounting, which is described in Note 1 to the City's financial statements. Such expenditures are recognized following the cost principles contained in the Uniform Guidance, wherein certain types of expenditures are not allowable or are limited as to reimbursement. Pass-through entity identifying numbers are presented where applicable and have been identified in the Schedule. De Minimis Rate Used: N Rate Explanation: N/A Expenditures reported on the Schedule are reported on the accrual basis of accounting, which is described in Note 1 to the City's financial statements. Such expenditures are recognized following the cost principles contained in the Uniform Guidance, wherein certain types of expenditures are not allowable or are limited as to reimbursement. Pass-through entity identifying numbers are presented where applicable and have been identified in the Schedule. For purposes of charging indirect costs to federal awards, the City has not elected to use the 10% de minimis cost rate as permitted by §200.414 of the Uniform Guidance.
Title: Note 3 - Reconciliation to the Financial Statements Accounting Policies: Expenditures reported on the Schedule are reported on the accrual basis of accounting, which is described in Note 1 to the City's financial statements. Such expenditures are recognized following the cost principles contained in the Uniform Guidance, wherein certain types of expenditures are not allowable or are limited as to reimbursement. Pass-through entity identifying numbers are presented where applicable and have been identified in the Schedule. De Minimis Rate Used: N Rate Explanation: N/A See page 83 of the .pdf for a reconciliation of the federal sources reported in the financial statements to the federal expenditures reported in the Schedule.
Title: Note 4 - Federal Program Loans Accounting Policies: Expenditures reported on the Schedule are reported on the accrual basis of accounting, which is described in Note 1 to the City's financial statements. Such expenditures are recognized following the cost principles contained in the Uniform Guidance, wherein certain types of expenditures are not allowable or are limited as to reimbursement. Pass-through entity identifying numbers are presented where applicable and have been identified in the Schedule. De Minimis Rate Used: N Rate Explanation: N/A See page 84 of the .pdf for the outstanding federal loan balances as of June 30, 2023.

Finding Details

Procurement, Suspension, and Debarment Finding Type: Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: The Uniform Guidance, §200.214, requires that a recipient of federal awards are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. The regulations in 2 CFR part 180 restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. Condition/Finding: During our audit procedures over the City’s debarment and suspension procedures, we noted that the City relies on their engineers to make sure contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. The City does not have a process in place to verify the engineers are in fact monitoring the contractors on the project. Cause: The City does not have the proper internal controls in place to ensure that all contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. Effect: The City did not follow requirements to check whether a vendor is suspended or debarred. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: We recommend that the City verify that any vendors or contractors selected are verified as neither suspended or debarred per the SAM.gov website prior to awarding the bid, and, that the City retain documentation of their verification in the bid file.
Cash Management Finding Type: Noncompliance and Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: For cost-reimbursement contracts under the Federal Acquisition Regulation (“FAR”), reimbursement payment is the predominant method of funding. Advance payments under FAR based contracts are rare. The FAR clause at 48 CFR section 52.216-7 applies to reimbursement payment. Paragraph (b)(1) of that clause requires that the non-Federal entity request reimbursement for (a) only allocable, allowable, and reasonable contract costs that have already been paid, or (b) if the non-Federal entity is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid. As defined in 48 CFR section 52.216-7(b)(1), with relation to supplies and services purchased for use on the contract, “ordinary course of business” would be in accordance with the terms and conditions of a subcontract or invoice, and ordinarily within 30 days of the request to the Federal Government for reimbursement. Condition/Finding: During our audit procedures over the City’s cash management procedures, we noted that the City paid contractors and vendors 30 days after receiving the Federal reimbursement on two of the five federal reimbursements, with vouchers totaling $212,541. The City does not have a process in place to ensure contractors and vendors are paid in a timely manner. Cause: The City does not have a cash management policy which led to them receiving and disbursing funds not in compliance with the Uniform Guidance. Effect: Contractors and vendors were not paid timely and federal funds were held for over thirty days prior to the disbursement of funds. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: The City should develop and implement a cash management policy and procedures and if reimbursements are requested prior to paying the contractors and vendors the contractors and vendors are paid within 30 days of the request.
Procurement, Suspension, and Debarment Finding Type: Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: The Uniform Guidance, §200.214, requires that a recipient of federal awards are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. The regulations in 2 CFR part 180 restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. Condition/Finding: During our audit procedures over the City’s debarment and suspension procedures, we noted that the City relies on their engineers to make sure contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. The City does not have a process in place to verify the engineers are in fact monitoring the contractors on the project. Cause: The City does not have the proper internal controls in place to ensure that all contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. Effect: The City did not follow requirements to check whether a vendor is suspended or debarred. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: We recommend that the City verify that any vendors or contractors selected are verified as neither suspended or debarred per the SAM.gov website prior to awarding the bid, and, that the City retain documentation of their verification in the bid file.
Cash Management Finding Type: Noncompliance and Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: For cost-reimbursement contracts under the Federal Acquisition Regulation (“FAR”), reimbursement payment is the predominant method of funding. Advance payments under FAR based contracts are rare. The FAR clause at 48 CFR section 52.216-7 applies to reimbursement payment. Paragraph (b)(1) of that clause requires that the non-Federal entity request reimbursement for (a) only allocable, allowable, and reasonable contract costs that have already been paid, or (b) if the non-Federal entity is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid. As defined in 48 CFR section 52.216-7(b)(1), with relation to supplies and services purchased for use on the contract, “ordinary course of business” would be in accordance with the terms and conditions of a subcontract or invoice, and ordinarily within 30 days of the request to the Federal Government for reimbursement. Condition/Finding: During our audit procedures over the City’s cash management procedures, we noted that the City paid contractors and vendors 30 days after receiving the Federal reimbursement on two of the five federal reimbursements, with vouchers totaling $212,541. The City does not have a process in place to ensure contractors and vendors are paid in a timely manner. Cause: The City does not have a cash management policy which led to them receiving and disbursing funds not in compliance with the Uniform Guidance. Effect: Contractors and vendors were not paid timely and federal funds were held for over thirty days prior to the disbursement of funds. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: The City should develop and implement a cash management policy and procedures and if reimbursements are requested prior to paying the contractors and vendors the contractors and vendors are paid within 30 days of the request.
Procurement, Suspension, and Debarment Finding Type: Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: The Uniform Guidance, §200.214, requires that a recipient of federal awards are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. The regulations in 2 CFR part 180 restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. Condition/Finding: During our audit procedures over the City’s debarment and suspension procedures, we noted that the City relies on their engineers to make sure contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. The City does not have a process in place to verify the engineers are in fact monitoring the contractors on the project. Cause: The City does not have the proper internal controls in place to ensure that all contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. Effect: The City did not follow requirements to check whether a vendor is suspended or debarred. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: We recommend that the City verify that any vendors or contractors selected are verified as neither suspended or debarred per the SAM.gov website prior to awarding the bid, and, that the City retain documentation of their verification in the bid file.
Cash Management Finding Type: Noncompliance and Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: For cost-reimbursement contracts under the Federal Acquisition Regulation (“FAR”), reimbursement payment is the predominant method of funding. Advance payments under FAR based contracts are rare. The FAR clause at 48 CFR section 52.216-7 applies to reimbursement payment. Paragraph (b)(1) of that clause requires that the non-Federal entity request reimbursement for (a) only allocable, allowable, and reasonable contract costs that have already been paid, or (b) if the non-Federal entity is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid. As defined in 48 CFR section 52.216-7(b)(1), with relation to supplies and services purchased for use on the contract, “ordinary course of business” would be in accordance with the terms and conditions of a subcontract or invoice, and ordinarily within 30 days of the request to the Federal Government for reimbursement. Condition/Finding: During our audit procedures over the City’s cash management procedures, we noted that the City paid contractors and vendors 30 days after receiving the Federal reimbursement on two of the five federal reimbursements, with vouchers totaling $212,541. The City does not have a process in place to ensure contractors and vendors are paid in a timely manner. Cause: The City does not have a cash management policy which led to them receiving and disbursing funds not in compliance with the Uniform Guidance. Effect: Contractors and vendors were not paid timely and federal funds were held for over thirty days prior to the disbursement of funds. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: The City should develop and implement a cash management policy and procedures and if reimbursements are requested prior to paying the contractors and vendors the contractors and vendors are paid within 30 days of the request.
Procurement, Suspension, and Debarment Finding Type: Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: The Uniform Guidance, §200.214, requires that a recipient of federal awards are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. The regulations in 2 CFR part 180 restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. Condition/Finding: During our audit procedures over the City’s debarment and suspension procedures, we noted that the City relies on their engineers to make sure contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. The City does not have a process in place to verify the engineers are in fact monitoring the contractors on the project. Cause: The City does not have the proper internal controls in place to ensure that all contractors are not debarred, suspended, or otherwise excluded from Federal assistance programs or activities. Effect: The City did not follow requirements to check whether a vendor is suspended or debarred. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: We recommend that the City verify that any vendors or contractors selected are verified as neither suspended or debarred per the SAM.gov website prior to awarding the bid, and, that the City retain documentation of their verification in the bid file.
Cash Management Finding Type: Noncompliance and Material Weakness in Internal Control over Compliance. Programs: United States Environmental Protection Agency Capitalization Grants for Clean Water State Revolving Funds (ALN #66.458) and Capitalization Grants for Drinking Water State Revolving Funds (ALN #66.468) Criteria: For cost-reimbursement contracts under the Federal Acquisition Regulation (“FAR”), reimbursement payment is the predominant method of funding. Advance payments under FAR based contracts are rare. The FAR clause at 48 CFR section 52.216-7 applies to reimbursement payment. Paragraph (b)(1) of that clause requires that the non-Federal entity request reimbursement for (a) only allocable, allowable, and reasonable contract costs that have already been paid, or (b) if the non-Federal entity is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid. As defined in 48 CFR section 52.216-7(b)(1), with relation to supplies and services purchased for use on the contract, “ordinary course of business” would be in accordance with the terms and conditions of a subcontract or invoice, and ordinarily within 30 days of the request to the Federal Government for reimbursement. Condition/Finding: During our audit procedures over the City’s cash management procedures, we noted that the City paid contractors and vendors 30 days after receiving the Federal reimbursement on two of the five federal reimbursements, with vouchers totaling $212,541. The City does not have a process in place to ensure contractors and vendors are paid in a timely manner. Cause: The City does not have a cash management policy which led to them receiving and disbursing funds not in compliance with the Uniform Guidance. Effect: Contractors and vendors were not paid timely and federal funds were held for over thirty days prior to the disbursement of funds. Questioned Costs: No costs have been questioned as a result of this finding. Recommendation: The City should develop and implement a cash management policy and procedures and if reimbursements are requested prior to paying the contractors and vendors the contractors and vendors are paid within 30 days of the request.