Finding 518241 (2024-006)

Material Weakness
Requirement
I
Questioned Costs
-
Year
2024
Accepted
2025-01-08
Audit: 336566
Organization: Thompson School District R2-J (CO)

AI Summary

  • Core Issue: The School District lacks adequate controls to ensure compliance with federal procurement policies and documentation requirements.
  • Impacted Requirements: Noncompliance with 2 CFR 200.320, 200.324, and 180.300 regarding procurement methods and vendor suspension/debarment.
  • Recommended Follow-up: Implement internal controls to ensure adherence to procurement policies and maintain necessary documentation for all procurement decisions.

Finding Text

Assistance Listing, Federal Agency, and Program Name - 21.027 - COVID - 19 Coronavirus State and Local Fiscal Recovery Funds Federal Award Identification Number and Year - SLFRP0126 Pass through Entity - U.S. Department of Treasury Finding Type - Material weakness and material noncompliance with laws and regulations Repeat Finding - No Criteria - 2 CFR 200.320 and 200.324 outlines the auditee responsibility to utilize the appropriate procurement method and comply with all related requirements of that selected procurement methodology. Also, 2 CFR 180.300 outlines the auditee responsibility related to suspension and debarment requirements for vendors with whom an entity contracts. Condition - The School District did not have sufficient controls in place to ensure compliance with its procurement policy and that appropriate documentation is retained regarding the procurement methodology chosen and support for compliance with the suspension and debarment requirements. Questioned Costs - None Identification of How Questioned Costs Were Computed - N/A Context - Of the sample of 2 contracts procured this year that we selected for testing, 2 did not have the required support for the procurement method selected based on federal guidelines and the School District's procurement policy. Additionally, the 2 contracts selected for suspension and debarment testing did not have any documentation as it related to suspension and debarment. Cause and Effect - The School District did not retain support to show it obtained price quotes, as required by the small purchases provision; had the appropriate rationale, as required by the noncompetitive solicitation provision; or had support for proposals submitted, as required by the purchases over $250,000 provision. Support was not retained for 2 of the 2 samples selected during procurement testing; therefore, procurement methodology was not supported. Additionally, none of the 2 samples selected for suspension and debarment testing had the required support retained. Recommendation - We recommend the School District implement internal control procedures to ensure that procurement policy is followed and the proper documentation is kept in the procurement files to support any and all procurement decisions in accordance with the purchasing policy and federal regulations. Views of Responsible Officials and Planned Corrective Actions - This finding was due to the District having turnover among key personnel in the grants area, as well as non adherence to policies and procedures related to grant records, grant accounting, and year end close processes. The District will work with the Materials and Procurement department to ensure policies and procedures are updated and staff is trained. Prior to awarding any contract, District staff will search the federal Excluded Parties List System to determine that the contractor is not suspended or debarred. Documentation of this search will be maintained in the grant procurement file.

Corrective Action Plan

Condition: The School District did not have sufficient controls in place to ensure compliance with its procurement policy and that appropriate documentation is retained regarding the procurement methodology chosen and support for compliance with the suspension and debarment requirements. Planned Corrective Action: This finding was due to the District having turnover among key personnel in the grants area, as well as non-adherence to policies and procedures related to grant records, grant accounting, and year-end close processes. The District will work with the Materials and Procurement department to ensure policies and procedures are updated and staff is trained. Prior to awarding any contract, District staff will search the federal Excluded Parties List System to determine that the contractor is not suspended or debarred. Documentation of this search will be maintained in the grant procurement file. Contact person responsible for corrective action: Rusty Williams, Interim Financial Officer Anticipated Completion Date: March 31, 2025

Categories

Procurement, Suspension & Debarment

Other Findings in this Audit

  • 518239 2024-004
    Material Weakness
  • 518240 2024-005
    Material Weakness
  • 1094681 2024-004
    Material Weakness
  • 1094682 2024-005
    Material Weakness
  • 1094683 2024-006
    Material Weakness

Programs in Audit

ALN Program Name Expenditures
84.027 Special Education Grants to States $3.96M
84.010 Title I Grants to Local Educational Agencies $2.36M
93.600 Head Start $1.98M
10.553 School Breakfast Program $915,982
21.027 Coronavirus State and Local Fiscal Recovery Funds $581,267
10.555 National School Lunch Program $453,640
84.367 Supporting Effective Instruction State Grants (formerly Improving Teacher Quality State Grants) $447,687
84.424 Student Support and Academic Enrichment Program $202,593
84.048 Career and Technical Education -- Basic Grants to States $158,875
32.009 Covid-19 - Emergency Connectivity Fund Program $105,600
10.559 Summer Food Service Program for Children $100,059
84.365 English Language Acquisition State Grants $71,196
10.665 Schools and Roads - Grants to States $59,631
84.425 Covid-19 - Education Stabilization Fund $57,410
93.575 Covid-19 - Child Care and Development Block Grant $49,295
84.173 Special Education Preschool Grants $39,100
84.196 Education for Homeless Children and Youth $30,518
10.185 Local Food for Schools Cooperative Agreement Program $23,572
45.310 Grants to States $9,551
10.649 Pandemic Ebt Administrative Costs $6,180
10.558 Child and Adult Care Food Program $2,667
93.354 Covid-19 - Public Health Emergency Response: Cooperative Agreement for Emergency Response: Public Health Crisis Response $2,306