Finding 370627 (2022-012)

Material Weakness
Requirement
I
Questioned Costs
$1
Year
2022
Accepted
2024-02-26

AI Summary

  • Core Issue: PSS did not follow procurement rules, leading to noncompliance and questioned costs of $261,889.
  • Impacted Requirements: Violations include failure to obtain required price quotations and lack of written justification for small purchases.
  • Recommended Follow-Up: PSS should enhance procurement controls and regularly review compliance with federal and internal regulations.

Finding Text

Finding No. 2022-012 Federal Agency: U.S. Department of Agriculture Assistance Listing No. and Title: 10.555 National School Lunch Program Area: Procurement and Suspension and Debarment Questioned Costs: $261,889 Criteria: § 2 CFR 200.317 provides that when procuring property and services, states must use the same policies and procedures they use for procurements from their non-federal funds. PSS Procurement Rules and Regulations Part § T60-40-210(b) provides that purchases not exceeding $500 may be made without securing bids or price quotations if the Chief of Procurement and Supply considers the price reasonable. Such determination shall be made in writing and shall indicate: (1) the reason why price quotations were not sought; (2) the utility of the purchase; (3) an explanation of why the price is reasonable under the circumstances. § T60-40-210(d) also provides that price quotations from at least three vendors must be obtained and the selection must be based on competitive price and quality for procurement valued at under $10,000. Any price quotations obtained must be written, documented, and submitted to the Chief of Procurement and Supply for approval. PSS Procurement Rules and Regulations Part § T60-40-225(a) Competitive Sealed Proposals provides that when the Commissioner of Education determines in writing upon the advice of legal counsel that the use of a competitive sealed bidding is either not practical or not advantageous to the Public School System, a contract may be entered into by competitive sealed proposals. § T60-40-225(c) further provides that adequate public notice of the request for proposals shall be given in the same manner as provided for in competitive sealed bids. Condition: Of 60 non-payroll transactions tested aggregating $263,083 of $14,119,504 in total program non-payroll expenditures, we noted the following: 1. For 2 (or 3%), Doc. Nos. 333590 and 28221, totaling $26, pertained to small purchases not exceeding $500 and for which no price quotations were made. No written determination of the reasonableness of price was provided in accordance with § T60-40-210(b). 2. For 2 (or 3%), Doc. Nos. 332318 and 333718, totaling $739 pertained to small purchases not exceeding $10,000 and for which no price quotations were obtained in accordance with § T60-40-210(d). Condition, continued: 3. For 1 (or 2%), Doc. No. 27345, amounting to $575, pertained to a small purchase not exceeding $10,000 and for which only 2 price quotations were obtained, instead of the 3 quotations required by § T60-40-210(d). 4. For 49 (or 82%), transactions totaling $260,549 were procured through competitive sealed proposals. Evidence was not provided showing that the Commissioner of Education has determined in writing that the procurement satisfies the condition for use of competitive sealed proposals in accordance with § T60-40-225(a). See Schedule of Findings and Questioned Costs for chart/table. Cause: PSS failed to effectively implement its procurement rules and regulations. Effect: PSS is in noncompliance with applicable procurement and suspension and debarment requirements. The reported questioned cost is $261,889. Recommendation: PSS should ensure compliance with its procurement rules and regulations. The Procurement and Supply office should implement additional controls to ensure that procurement documentation is complete in accordance with PSS Procurement Rules and Regulations § T60-40. PSS should also perform a regular review of its procurement rules and regulations to align with federal requirements on procurement. Views of responsible officials: The PSS Corrective Action Plan provides a detailed rationale for disagreement with the finding. Auditor response: Condition 1 – PSS’ procurement regulations in T60-40-210(b) specifically provides the information required to be made in writing by the Chief of Procurement and Supply, namely: (1) the reason why price quotations are sought, (2) the utility of the purchase; and (3) an explanation of why the price is reasonable under the circumstances. The supporting documents signed by the Chief of Procurement and Supply and the Commissioner of Education do not provide these representations. The condition remains. Condition 2 – Upon review of the supporting documents provided, only one vendor provided a supporting quotation. Evidence of effort to obtain the remaining two vendor quotations or justification of not being able to obtain additional quotations were not provided. The condition remains. Condition 3 – Upon review of the supporting documents provided, only two vendor quotations were sought. Evidence of effort to obtain the third vendor quotation or justification of not being able to obtain the additional quotation was not provided. The condition remains. Condition 4 – Ultimately, written communication from the Commissioner of Education for the condition for use of competitive sealed proposals is required in T60-40-225(a). The condition remains.

Corrective Action Plan

Finding No. 2022-012 Area: Procurement, Suspension and Debarment Views of Auditee and Planned Corrective Action Condition 1. 2 (or 3%) transactions totaling $26 identified as doc nos. 333590 and 28221 pertained to small purchases not exceeding $500 and for which no price quotations were made. No evidence was provided showing that a written determination of the reasonableness of price was performed. We disagree. Based on existing Public School System Procurement Rules and Regulations, the Public School System through the Finance department strongly maintains that the Commissioner of Education, being the chief state school superintendent and the Chief of Procurement and Supply, are vested with the determination authority in all Procurement and Supply matters, among others. Such affirmation is further articulated in the Public School System's October 30, 2023 letter to Ernst & Young, LLP Executive Director James N. Whitt, that, among others and in particular, as cited in Part T60-40-210(b) 2: “Expertise and Authority of the Chief: The Chief of Procurement and Supply possesses specific and comprehensive experience in the procurement of goods. We argue that their signature is not merely an administrative formality but a professional endorsement of the price’s reasonableness. “ Condition 2. 2 (or 3%) transactions totaling $739 identified as Doc Nos 332318 and 332718 pertained to small purchases not exceeding $10,000 and for which no price quotations were obtained. We disagree. Price quotations for Document Nos 332318 and 332718 were provided to the Ernst & Young audit team. Condition 3. 1 (or 2%) transaction amounting to $575 identified as Doc. No. 27345 pertained to a small purchase not exceeding $10,000 and for which only 2 price quotations were obtained, instead of the 3 quotations required by § T60-40-210(d). We disagree. Doc No. 27345 price quotations were provided to the Ernst & Young audit team. Condition 4. 43 (or 72%) transactions totaling $245,856 were procured through competitive sealed proposals. No evidence was provided showing that the Commissioner of Education has determined in writing that the procurement satisfies the condition for use of competitive sealed proposals in accordance with § T60-40-225(a). We disagree. Based on existing Public School System Procurement Rules and Regulations, the Public School System through the Finance department strongly maintains that the Commissioner of Education, being the chief state school superintendent and the Chief of Procurement and Supply, are vested with the determination authority in all Procurement and Supply matters, among others. Such affirmation is further articulated in the Public School System's October 30, 2023 letter to Ernst & Young, LLP Executive Director James N. Whitt, that, among others and in particular, as cited in the following under: Part T60-40-225(a): Interpreting Rule Language: The rule explicitly requires the Commissioner of Education to determine "in writing" upon the advice of legal counsel when the use of competitive sealed bidding is not practical or advantageous. However, it doesn't prescribe a specific form or extent of justification needed. Commissioner's Signature as Written Determination: We believe that the Commissioner's signature on a cover letter stating that competitive sealed proposals will be used fulfills the "in writing" requirement. The signature, in this context, serves as an acknowledgment that the Commissioner has considered the matter and found it advantageous to PSS. Subjectivity of 'Advantageous': The rule leaves room for interpretation by using the term "advantageous," which is inherently subjective. Since it does not stipulate the need for detailed justification, the Commissioner’s decision that the method is advantageous should suffice. Legal Counsel's Role: The regulation specifies that the determination should be made "upon the advice of legal counsel." It can be inferred that this due process has been followed if the Commissioner signs a letter or document related to competitive sealed proposals, thereby adding another layer of checks and balances. Presumption of Expertise: As the Commissioner of Education, it is presumed that the individual is capable of making informed decisions that are in the best interest of PSS. Their signature, therefore, carries the weight of their expertise and authority. Anticipated Completion Date: N/A Name of Contact Person and Title Contact Person – Arlene Lizama, Director of Finance Contact – arlene.lizama@cnmipss.org

Categories

Questioned Costs Procurement, Suspension & Debarment

Other Findings in this Audit

  • 370608 2022-003
    Significant Deficiency
  • 370609 2022-003
    Significant Deficiency
  • 370610 2022-004
    Material Weakness
  • 370611 2022-005
    Material Weakness Repeat
  • 370612 2022-005
    Material Weakness Repeat
  • 370613 2022-006
    Significant Deficiency
  • 370614 2022-006
    Significant Deficiency
  • 370615 2022-006
    Significant Deficiency
  • 370616 2022-007
    Significant Deficiency
  • 370617 2022-007
    Significant Deficiency
  • 370618 2022-007
    Significant Deficiency
  • 370619 2022-008
    Significant Deficiency
  • 370620 2022-008
    Significant Deficiency
  • 370621 2022-009
    Significant Deficiency Repeat
  • 370622 2022-010
    Significant Deficiency Repeat
  • 370623 2022-010
    Significant Deficiency Repeat
  • 370624 2022-011
    Significant Deficiency
  • 370625 2022-011
    Significant Deficiency
  • 370626 2022-011
    Significant Deficiency
  • 370628 2022-013
    Material Weakness
  • 370629 2022-013
    Material Weakness
  • 370630 2022-014
    Material Weakness
  • 947050 2022-003
    Significant Deficiency
  • 947051 2022-003
    Significant Deficiency
  • 947052 2022-004
    Material Weakness
  • 947053 2022-005
    Material Weakness Repeat
  • 947054 2022-005
    Material Weakness Repeat
  • 947055 2022-006
    Significant Deficiency
  • 947056 2022-006
    Significant Deficiency
  • 947057 2022-006
    Significant Deficiency
  • 947058 2022-007
    Significant Deficiency
  • 947059 2022-007
    Significant Deficiency
  • 947060 2022-007
    Significant Deficiency
  • 947061 2022-008
    Significant Deficiency
  • 947062 2022-008
    Significant Deficiency
  • 947063 2022-009
    Significant Deficiency Repeat
  • 947064 2022-010
    Significant Deficiency Repeat
  • 947065 2022-010
    Significant Deficiency Repeat
  • 947066 2022-011
    Significant Deficiency
  • 947067 2022-011
    Significant Deficiency
  • 947068 2022-011
    Significant Deficiency
  • 947069 2022-012
    Material Weakness
  • 947070 2022-013
    Material Weakness
  • 947071 2022-013
    Material Weakness
  • 947072 2022-014
    Material Weakness

Programs in Audit

ALN Program Name Expenditures
84.425 Covid-19 Education Stabilization Fund $24.39M
84.403 Consolidated Grant to the Outlying Areas $18.54M
10.555 National School Lunch Program $14.81M
84.027 Special Education_grants to States $5.37M
93.600 Head Start $3.66M
93.243 Substance Abuse and Mental Health Services_projects of Regional and National Significance $1.68M
10.766 Community Facilities Loans and Grants $1.20M
93.356 Head Start Disaster Recovery $599,528
84.938 Disaster Recovery Assistance for Education $571,249
10.568 Emergency Food Assistance Program (administrative Costs) $522,910
84.181 Special Education-Grants for Infants and Families $520,925
84.027 Covid-19 Special Education_grants to States $504,054
84.372 Statewide Longitudinal Data Systems $443,117
93.600 Covid-19 Head Start $412,081
12.U01 Army Jrotc Eft District $384,793
93.982 Mental Health Disaster Assistance and Emergency Mental Health $317,256
94.006 Americorps $289,920
93.060 Competitive Abstinence Education (cae) $240,365
84.371 Striving Readers $212,126
93.092 Affordable Care Act (aca) Personal Responsibility Education Program $182,732
84.184 Safe and Drug-Free Schools and Communities_national Programs $175,543
93.612 Native American Programs $153,914
93.587 Promote the Survival and Continuing Vitality of Native American Languages $115,002
10.579 Child Nutrition Discretionary Grants Limited Availability $55,787
15.875 Economic, Social, and Political Development of the Territories $34,450