Audit 308505

FY End
2023-09-30
Total Expended
$1.07M
Findings
8
Programs
3
Year: 2023 Accepted: 2024-06-10

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
400513 2023-001 Material Weakness - F
400514 2023-002 Material Weakness Yes C
400515 2023-003 Material Weakness - E
400516 2023-004 Material Weakness - I
976955 2023-001 Material Weakness - F
976956 2023-002 Material Weakness Yes C
976957 2023-003 Material Weakness - E
976958 2023-004 Material Weakness - I

Programs

ALN Program Spent Major Findings
14.850 Public and Indian Housing $635,008 Yes 4
14.218 Community Development Block Grants/entitlement Grants $377,115 - 0
14.870 Resident Opportunity and Supportive Services - Service Coordinators $59,213 - 0

Contacts

Name Title Type
N7UVF318B971 Tarena Grant Auditee
4076416872 Malcolm P. Johnson Auditor
No contacts on file

Notes to SEFA

Accounting Policies: A.Basis of Accounting This schedule is prepared on the accrual basis of accounting. B.Basis of Presentation The accompanying Schedule of Federal Awards (the Schedule) includes the federal grant activity of the Authority under programs of the federal government for the year ended September 30, 2023. The information in this schedule is presented in accordance with the requirements of OMB Uniform Guidance, Title 2 CFR, Part 200, "Uniform Administrative Requirements, Cost Principles, and Audit Requirements of Federal Awards". Because the Schedule presents only a selected portion of the operations of the Authority, it is not intended to and does not present the financial position, changes in net position or cash flows of the Authority. De Minimis Rate Used: N Rate Explanation: C. Other Matters - Indirect Costs The Authority has not elected to use the 10-percent de minimis indirect cost rate allowed under Uniform Guidance.

Finding Details

During the review of the payments made to contractors the following deficiencies were noted: 1. Invoices were paid by the Authority that lacked sufficient support to document what was being paid for with detailed invoice support. Estimated charges were paid without requiring the contractor to provide an updated invoice for actual work performed. Additionally, the Authority paid invoices that lacked accurate calculations for the work performed, including additional hours not documented and travel costs. 2. For the contract with Hummingbird Consultants the Authority paid invoices with duplicate work listed on multiple invoices. 3. Billings and payments made to contractors were not reconciled to the procurement pricing listing in the approved contracts. As a result of this payments were made for pricing inconsistent with the FY 2023 procurement pricing lists agreed to the contracts. 4. Ineligible expenses were found for employee travel within the local area. Including hotels, and per diem payments.
In a sample of three (3) months of Credit Card statements reviewed, the following deficiencies are noted: 1. Complete credit card reconciliations were not provided for all transactions, including invoice support. 2. Ineligible charges were found on two of the credit card months tested. 3. Allocations were made to the Low-Income Public Housing program for expenses not allowable for that program, including food and travel expenses.
In a sample of twenty-one (21) LIPH Participant files and the following deficiencies were noted: 7 files lacked timely FY 2023 Annual Recertifications 2 files lacked correct Rent Calculation 2 files lacked complete 3rd Party Income Verifications 3 files lacked 30 Day Notice of Annual Recertification Rent Increase
During the review of Fiscal Year 2023 Procurement the following deficiencies were noted: 1. 35 contracts awarded FY 2023 lacked procurement in compliance with Housing Authority policy and where applicable HUD regulations. 2. Contracts procured using piggyback agreements were not consistent with piggyback/joiner requirements for contract award. Including purchases and services provided that were outside the scope of the original contract procurement.
During the review of the payments made to contractors the following deficiencies were noted: 1. Invoices were paid by the Authority that lacked sufficient support to document what was being paid for with detailed invoice support. Estimated charges were paid without requiring the contractor to provide an updated invoice for actual work performed. Additionally, the Authority paid invoices that lacked accurate calculations for the work performed, including additional hours not documented and travel costs. 2. For the contract with Hummingbird Consultants the Authority paid invoices with duplicate work listed on multiple invoices. 3. Billings and payments made to contractors were not reconciled to the procurement pricing listing in the approved contracts. As a result of this payments were made for pricing inconsistent with the FY 2023 procurement pricing lists agreed to the contracts. 4. Ineligible expenses were found for employee travel within the local area. Including hotels, and per diem payments.
In a sample of three (3) months of Credit Card statements reviewed, the following deficiencies are noted: 1. Complete credit card reconciliations were not provided for all transactions, including invoice support. 2. Ineligible charges were found on two of the credit card months tested. 3. Allocations were made to the Low-Income Public Housing program for expenses not allowable for that program, including food and travel expenses.
In a sample of twenty-one (21) LIPH Participant files and the following deficiencies were noted: 7 files lacked timely FY 2023 Annual Recertifications 2 files lacked correct Rent Calculation 2 files lacked complete 3rd Party Income Verifications 3 files lacked 30 Day Notice of Annual Recertification Rent Increase
During the review of Fiscal Year 2023 Procurement the following deficiencies were noted: 1. 35 contracts awarded FY 2023 lacked procurement in compliance with Housing Authority policy and where applicable HUD regulations. 2. Contracts procured using piggyback agreements were not consistent with piggyback/joiner requirements for contract award. Including purchases and services provided that were outside the scope of the original contract procurement.