Audit 316306

FY End
2023-12-31
Total Expended
$5.47M
Findings
12
Programs
6
Organization: City of Johnstown (PA)
Year: 2023 Accepted: 2024-07-31
Auditor: Wessel & Company

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
479792 2023-004 Material Weakness Yes I
479793 2023-005 Material Weakness Yes M
479794 2023-004 Material Weakness Yes I
479795 2023-005 Material Weakness Yes M
479796 2023-004 Material Weakness Yes I
479797 2023-005 Material Weakness Yes M
1056234 2023-004 Material Weakness Yes I
1056235 2023-005 Material Weakness Yes M
1056236 2023-004 Material Weakness Yes I
1056237 2023-005 Material Weakness Yes M
1056238 2023-004 Material Weakness Yes I
1056239 2023-005 Material Weakness Yes M

Contacts

Name Title Type
XBNQXGRF1YJ9 Melissa Millard Auditee
8145392504 Michael Lamb Auditor
No contacts on file

Notes to SEFA

Accounting Policies: Expenditures reported on the Schedule are reported on the accrual basis of accounting. 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. Negative amounts shown on the Schedule represent adjustments or credits made in the normal course of business to amounts reported as expenditures in prior years. De Minimis Rate Used: N Rate Explanation: For the year ended December 31, 2023, the City of Johnstown did not elect to use the 10% de minimum indirect rate as allowed in the Uniform guidance, section 414.

Finding Details

INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-004 – Procurement Criteria: The City is responsible for establishing and maintaining a procurement policy which is compliant with the Uniform Guidance in 2 CFR 200.320. In addition, the City is responsible for maintaining adequate records relating to procurements. Condition: The City’s procurement policy lacks the specific methods of procurement to be followed and the respective thresholds for procurements using federal funds. Furthermore, there is not adequate pre-award documentation maintained relating to each of the City’s procurements. Cause: The City’s procurement policy was not adequately updated with necessary Uniform Guidance requirements. In addition, the City’s procurement process is not centralized and there is inadequate or missing pre-award documentation pertaining to the City’s various procurements. Effect: The condition above could result in material program and internal control issues relating to procurements whereby: appropriate methods of procurement may not be followed, debarred or suspended vendors or contractors could be awarded purchase orders or contracts, open and fair competition may not be achieved, etc. Context: Audit procedures noted that the procurement policy is inadequate and not in line with Uniform Guidance. Furthermore, audit procedures noted that there is no centralized process in place for tracking the City’s various procurements along with inadequate pre-award documentation. There was a total of $1,609,137 of expenditures relating to procurements during the year ended December 31, 2023; however, documentation was not deemed adequate to substantiate the procurements and whether they complied with Uniform Guidance. Questioned Costs: We questioned $1,609,137 of costs because this was the total that was expended during the year ended December 31, 2023, for items or services for which procurement policies should have been followed. Our testing surrounding procurement in the current year noted that there is not appropriate pre-award documentation and an improper procurement policy that would permit the testing of procurements. Recommendation: We recommend that the City adopt a proper procurement policy that is in line with Uniform Guidance. We further recommend that the City develops a centralized procurement process whereby appropriate procurement type is documented along with the maintenance of proper pre-award documentation.
INTERNAL CONTROL – MATERIAL WEAKNESS AND NONCOMPLIANCE COVID-19 – Coronavirus State and Local Fiscal Relief Funds – 21.027 2023-005 – Subrecipient Monitoring Criteria: The City is responsible for identifying the applicable requirements and relevant terms and conditions to the subaward entity at the time of award, or by means subsequent modification to the subawards. Condition: The City’s agreement with Johnstown Redevelopment Authority relating to the Weatherization program, funded by means of State and Local Fiscal Relief Funds, was not appropriately amended to reflect the intentions of both entities subsequent to the initial award. Cause: The intentions of each party with respect to the nature of the subaward with Johnstown Redevelopment Authority changed after the initial award and there were no subsequent modifications to the subaward agreement. Effect: The condition above could have resulted in programmatic issues related to spending as well as reporting over the subaward period. Context: The City is responsible for clearly outlining the terms and conditions of subawards. Questioned Costs: We questioned $336,467 of costs because that was the total amount passed to the subrecipient during the year ended December 31, 2023. Recommendation: We recommend that the City appropriately amend its subaward agreement with Johnstown Redevelopment Authority to clearly specify the terms and conditions of the agreement.