Audit 322826

FY End
2023-12-31
Total Expended
$1.06M
Findings
2
Programs
3
Organization: Town of Durham (NH)
Year: 2023 Accepted: 2024-09-30

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
499898 2023-001 Material Weakness - I
1076340 2023-001 Material Weakness - I

Contacts

Name Title Type
J69UGK3LMQJ4 Gail Jablonski Auditee
6038685571 Michael Campo 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 modified 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: The Town of Durham has elected not to use the 10-percent de minimis indirect cost rate allowed under the Uniform Guidance. The accompanying Schedule of Expenditures of Federal Awards (the “Schedule”) includes the federal award activity of the Town of Durham 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 Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance). Because the Schedule presents only a selected portion of the operations of the Town of Durham, it is not intended to and does not present the financial position or changes in net position of the Town of Durham.
Title: Note 4: COVID-19 - Disaster Grants - Public Assistance (Presidentially Declared Disasters) Accounting Policies: Expenditures reported on the Schedule are reported on the modified 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: The Town of Durham has elected not to use the 10-percent de minimis indirect cost rate allowed under the Uniform Guidance. Non-federal entities must record expenditures on the Schedule of Expenditures of Federal Awards (SEFA) when (1) FEMA has approved the nonfederal entity’s project worksheet (PW), and (2) the nonfederal entity has incurred the eligible expenditures. Federal awards expended in years subsequent to the fiscal year in which the PW is approved are to be recorded on the nonfederal entity’s SEFA in those subsequent years. The $71,472 reported for COVID-19 – Disaster Grants – Public Assistance (Presidentially Declared Disasters), ALN 97.036, represents expenditures that occurred in prior years which were approved by FEMA during fiscal year 2023.

Finding Details

2023-001 Verification of Suspension and Debarment (Material Weakness) Federal Agency: Department of Treasury Pass-through Agency: N/A Cluster/Program: COVID-19 – Coronavirus State and Local Fiscal Recovery Funds Assistance Listing Number: 21.027 Passed-through Identification: N/A Compliance Requirement: Suspension and Debarment Type of Finding: Internal Control over Compliance – Material Weakness Material Noncompliance Criteria or Specific Requirement: In accordance with 2 CFR 180.300, recipients of federal funds are required to ensure that contractors, subcontractors, or vendors are not suspended or debarred from participating in federal programs before awarding any contract or procurement that exceeds $25,000. This verification must be conducted through the System for Award Management (SAM) or equivalent records. Condition: During our review of the Town’s procurement process, we noted that the Town awarded a contract to a construction company for a federally funded project without verifying whether the contractor was suspended or debarred prior to the execution of the contract. No evidence was provided covering whether the Town checked the SAM website, collected a certification from the company, or adding a clause or condition in the contract. Cause: The Town’s procurement procedures did not include a step to verify the suspension or debarment status of contractors before contract award. Effect: Failure to verify the suspension or debarment status of the contractor could lead to the improper use of federal funds. If the contractor had been suspended or debarred, the Town could be subject to disallowance of costs and potential penalties, impacting future federal funding opportunities. Questioned Costs: $657,939.17, which represents total amount paid to construction company in fiscal year 2023. Identification as Repeat Finding: This is not a repeat finding from the prior year. Recommendation: We recommend that the Town update its procurement policies to include specific procedures for verifying the suspension and debarment status of all contractors and vendors for federally funded projects. This should be done through the three (3) available options allowed under 2 CFR 180.300. Views of Responsible Officials: Management’s views and corrective action plan is included at the end of this report.
2023-001 Verification of Suspension and Debarment (Material Weakness) Federal Agency: Department of Treasury Pass-through Agency: N/A Cluster/Program: COVID-19 – Coronavirus State and Local Fiscal Recovery Funds Assistance Listing Number: 21.027 Passed-through Identification: N/A Compliance Requirement: Suspension and Debarment Type of Finding: Internal Control over Compliance – Material Weakness Material Noncompliance Criteria or Specific Requirement: In accordance with 2 CFR 180.300, recipients of federal funds are required to ensure that contractors, subcontractors, or vendors are not suspended or debarred from participating in federal programs before awarding any contract or procurement that exceeds $25,000. This verification must be conducted through the System for Award Management (SAM) or equivalent records. Condition: During our review of the Town’s procurement process, we noted that the Town awarded a contract to a construction company for a federally funded project without verifying whether the contractor was suspended or debarred prior to the execution of the contract. No evidence was provided covering whether the Town checked the SAM website, collected a certification from the company, or adding a clause or condition in the contract. Cause: The Town’s procurement procedures did not include a step to verify the suspension or debarment status of contractors before contract award. Effect: Failure to verify the suspension or debarment status of the contractor could lead to the improper use of federal funds. If the contractor had been suspended or debarred, the Town could be subject to disallowance of costs and potential penalties, impacting future federal funding opportunities. Questioned Costs: $657,939.17, which represents total amount paid to construction company in fiscal year 2023. Identification as Repeat Finding: This is not a repeat finding from the prior year. Recommendation: We recommend that the Town update its procurement policies to include specific procedures for verifying the suspension and debarment status of all contractors and vendors for federally funded projects. This should be done through the three (3) available options allowed under 2 CFR 180.300. Views of Responsible Officials: Management’s views and corrective action plan is included at the end of this report.