Audit 344983

FY End
2024-06-30
Total Expended
$962,554
Findings
2
Programs
2
Organization: Emmaus Homes Inc. (MO)
Year: 2024 Accepted: 2025-03-06
Auditor: Rubinbrown LLP

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
525843 2024-001 Significant Deficiency - I
1102285 2024-001 Significant Deficiency - I

Programs

ALN Program Spent Major Findings
21.027 Coronavirus State and Local Fiscal Recovery Funds $642,894 Yes 1
20.513 Enhanced Mobility of Seniors and Individuals with Disabilities $319,660 - 0

Contacts

Name Title Type
ZSF3MBADF1X9 Julie Cubbage Auditee
6365345233 Amy Altholz Auditor
No contacts on file

Notes to SEFA

Accounting Policies: Basis Of Presentation: The accompanying schedule of expenditures of federal awards (the Schedule) presents the activity of all federal awards programs of Emmaus Homes, Inc. and its subsidiaries, Emmaus Resident Trust Foundation, L.L.C. and Emmaus Properties, L.L.C., not-for-profit organizations (collectively, the Organization). 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). Therefore, some amounts presented in the Schedule may differ from amounts presented in, or used in the preparation of the consolidated financial statements. Basis Of Accounting And Relationship To Federal Financial Reports: Amounts reported in the accompanying Schedule are presented using the accrual basis of accounting, which is described in Note 1 to the Organization’s consolidated financial statements. Related federal financial reports are prepared on the accrual basis of accounting. For the purpose of the Schedule, federal awards include grants, contracts, loans, and loan guarantee agreements entered into directly between the Organization and agencies and departments of the federal government or passed through other government agencies or other organizations. De Minimis Rate Used: N Rate Explanation: The Organization has elected not to use the 10% de minimis indirect cost rate as allowed in the Uniform Guidance, Section 414.

Finding Details

Finding 2024-001 - Significant Deficiency: Procurement and Suspension and Debarment – Compliance and Control Finding ALN 21.027 – Coronavirus State and Local Fiscal Recovery Funds Federal Agency: U.S. Department of the Treasury Pass-Through Entity: Developmental Disabilities Resource Board of St. Charles County Fiscal Year End: For the year ended June 30, 2024 Criteria Or Specific Requirement: The Uniform Guidance requires the Organization to adhere to federal procurement requirements when expending federal funds. The Organization also must adhere to federal requirements to ensure that its contractors have not been suspended or debarred from receiving federal funds. Condition: The Organization procured constructions services with one vendor in an amount in excess of the $250,000 simplified acquisition threshold. Required sealed bid procurement methods were not followed for this vendor. Additionally, the Organization did not maintain documentation of their review that this contractor had not been suspended or debarred from receiving federal funds by either including appropriate language to this effect within the contract or maintaining documentation that the contractor was not included within the suspension and debarment listing within the EPLS database. Cause: The Organization did not have a documented procurement policy in place to ensure that procurement and suspension and debarment procedures were followed and/or documented. Effect: The Organization could contract with a contractor who is either not the most qualified and/or lowest cost provider, or who is suspended or debarred. Context: The Organization procured constructions services with one vendor in an amount in excess of the $250,000 simplified acquisition threshold. Bids were received from four vendors and the lowest cost provider was selected; however, sealed bid procurement procedures, including ensuring free and open competition, were not followed. In addition, the Organization did not maintain documentation supporting their verification that the contract was not suspended or debarred at the time the contract was executed. Review confirmed the contractor is not suspended or debarred. Questioned Costs: None noted. Identification As A Repeat Finding: Not applicable. Recommendation: We recommend that management document and follow a procurement policy in alignment with the Uniform Guidance requirements. Views Of Responsible Officials: Procurement procedures were followed in accordance with the requirements specified within the agreement with the Developmental Disabilities Resource Board of St. Charles County, including the receipt of multiple bids. The lowest bid was selected. For future procurement transactions, the Organization is aware of the additional Uniform Guidance requirements and will ensure compliance, if necessary.
Finding 2024-001 - Significant Deficiency: Procurement and Suspension and Debarment – Compliance and Control Finding ALN 21.027 – Coronavirus State and Local Fiscal Recovery Funds Federal Agency: U.S. Department of the Treasury Pass-Through Entity: Developmental Disabilities Resource Board of St. Charles County Fiscal Year End: For the year ended June 30, 2024 Criteria Or Specific Requirement: The Uniform Guidance requires the Organization to adhere to federal procurement requirements when expending federal funds. The Organization also must adhere to federal requirements to ensure that its contractors have not been suspended or debarred from receiving federal funds. Condition: The Organization procured constructions services with one vendor in an amount in excess of the $250,000 simplified acquisition threshold. Required sealed bid procurement methods were not followed for this vendor. Additionally, the Organization did not maintain documentation of their review that this contractor had not been suspended or debarred from receiving federal funds by either including appropriate language to this effect within the contract or maintaining documentation that the contractor was not included within the suspension and debarment listing within the EPLS database. Cause: The Organization did not have a documented procurement policy in place to ensure that procurement and suspension and debarment procedures were followed and/or documented. Effect: The Organization could contract with a contractor who is either not the most qualified and/or lowest cost provider, or who is suspended or debarred. Context: The Organization procured constructions services with one vendor in an amount in excess of the $250,000 simplified acquisition threshold. Bids were received from four vendors and the lowest cost provider was selected; however, sealed bid procurement procedures, including ensuring free and open competition, were not followed. In addition, the Organization did not maintain documentation supporting their verification that the contract was not suspended or debarred at the time the contract was executed. Review confirmed the contractor is not suspended or debarred. Questioned Costs: None noted. Identification As A Repeat Finding: Not applicable. Recommendation: We recommend that management document and follow a procurement policy in alignment with the Uniform Guidance requirements. Views Of Responsible Officials: Procurement procedures were followed in accordance with the requirements specified within the agreement with the Developmental Disabilities Resource Board of St. Charles County, including the receipt of multiple bids. The lowest bid was selected. For future procurement transactions, the Organization is aware of the additional Uniform Guidance requirements and will ensure compliance, if necessary.