Audit 394159

FY End
2025-06-30
Total Expended
$39.74M
Findings
12
Programs
5
Year: 2025 Accepted: 2026-03-25
Auditor: EIDE BAILLY LLP

Organization Exclusion Status:

Checking exclusion status...

Findings

ID Ref Severity Repeat Requirement
1182756 2025-001 Material Weakness Yes I
1182757 2025-001 Material Weakness Yes I
1182758 2025-001 Material Weakness Yes I
1182759 2025-001 Material Weakness Yes I
1182760 2025-001 Material Weakness Yes I
1182761 2025-001 Material Weakness Yes I
1182762 2025-001 Material Weakness Yes I
1182763 2025-001 Material Weakness Yes I
1182764 2025-001 Material Weakness Yes I
1182765 2025-001 Material Weakness Yes I
1182766 2025-001 Material Weakness Yes I
1182767 2025-001 Material Weakness Yes I

Programs

Contacts

Name Title Type
SJJLX5JLDT56 Trinidad Ruiz Auditee
2132361800 Kinnaly Soukhaseum Auditor
No contacts on file

Finding Details

Program Name: Highway Planning and Construction ALN No.: 20.205 Federal Grantor: U.S. Department of Transportation Passed-Though: California Department of Transportation Award No. and Year: 74A0822/74A1619, 2024 & 2025 Compliance Requirement: Procurement and Suspension and Debarment Type of Finding: Significant Deficiency in Internal Control, Instance of Non-Compliance Criteria: 2 CFR section Appendix II to Part 200, Contract Provisions for Non-Federal Entity Contracts Under Federal Awards states that in addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain certain provisions, as applicable. Condition: During our testing of SCAG’s provisions for procurement requirements, we noted that not all required provisions were provided at the time of the contract award for two (2) of the four (4) contracts selected for testing. Of the applicable provisions for these two (2) contracts, based on the type and value of the contract, we noted the following missing provisions: 1. Legal remedies for breach of contract (Provision A) (1 instance) 2. Termination for cause and convenience (Provision B) (2 instances) 3. Clean Air Act and Federal Water Pollution Control Act (Provision G) (1 instance) 4. Suspension and Debarment (Provision H) (1 instance) 5. Byrd Anti-Lobbying (Provision I) (2 instances) Cause: SCAG did not consistently ensure that the applicable required provisions were communicated to contractors. Effect: SCAG did not include the applicable required provisions of the contract to the contractors at the time of the contract award. By failing to include all required provisions, contracts may not know the requirements they need to comply with. Questions Costs: No questioned costs were identified as a result of our procedures. Context/Sampling: A nonstatistical sample of 4 out of 9 procurement contracts were selected for procurement and suspension and debarment testing. Repeat Finding from Prior Year(s): No. Recommendation: We recommend that SCAG modify and strengthen the current policies and procedures to ensure that all applicable required provisions are communicated to contractors in accordance with 2CFR Appendix II to Part 200. Views of Responsible Officials and Planned Corrective Action Management agrees. See separate corrective action plan.