HomeMy WebLinkAboutStaff Report 14890
City of Palo Alto (ID # 14890)
Policy and Services Committee Staff Report
Meeting Date: 11/3/2022 Report Type: Action Items
City of Palo Alto Page 1
Title: Review and Approval of the Office of the City Auditor's Fiscal Year (FY)
2023 Task Orders
From: City Manager
Lead Department: City Auditor
Recommendation
The City Auditor recommends that the Policy & Services Committee recommend City
Council approval for the following Task Orders, identified in the Audit Plan Report:
1) FY23-Task 03 – External Financial Auditor
2) FY23-Task 05 – Various Reporting & City Hotline
3) FY23-Task 06 – Evaluation and Benchmarking
4) Task 04.08 – Public Safety Building Construction Audit (Correction)
5) Task 04.16 – Review of ALPR Technology Contract Management
6) Task 04.17 – Investment Management Review
7) Task 04.18 – Ad Hoc Request – Janitorial Contract Compliance Review
Discussion
In accordance with our agreement with the City, Baker Tilly is required to conduct
recurring activities each year. Those recurring activities including the following tasks
outlined in our agreement:
• Task 3: Assist with Selection of a Financial Auditor and Assist in Managing the
Financial Audit
• Task 4: Execute Council approved Annual Audit Plan (Attachment B)
• Task 5: Various Tasks including periodic reporting, fraud/waste/abuse hotline,
office administrative functions
• Task 6: Evaluation and Benchmarking
The Office of the City Auditor (OCA) is seeking approval from the Policy & Services
Committee of the Tasks Orders that correspond to the Tasks outlined above and
recommendation to forward these task orders to the City Council for approval. The
Task Orders provide the contractual authority to begin this work in the new Fiscal Year
2023. An excerpt from the contract outlining these tasks is below for ease of reference.
City of Palo Alto Page 2
Task 3. Selection of External Financial Auditor and Annual Audit Coordination:
Coordinate the annual external financial audit in each year of the contract term.
Pursuant to the City Charter, the City Auditor shall oversee the selection process for the
annual external financial auditor.
Task 4. Execute Annual Audit Plan: Conduct a minimum number of internal audits in
accordance with each approved annual audit plan based on the risk assessments. Each
internal audit will commence only upon the City’s approval of a Task Order (which may
be at the task or sub-task level) as required by this Agreement. Each internal audit
requires the preparation of a written report for review by the City Manager, City
Attorney and appropriate Council committee, and review/approval by the City Council as
required.
Task 5. Preparation of Quarterly Reports, Annual Status Report, Provision of City
Hotline, and Other Ongoing Office Administrative Functions:
Prepare and issue quarterly reports describing the status and progress toward
audit completion, to be provided as information reports to the City Council and
reviewed by the appropriate committee, unless other reporting methods are
directed by Council.
Prepare and issue an annual report in the first quarter of each fiscal year on the
status of recommendations made in completed audits, to be provided as an
information report to the City Council and reviewed by the appropriate
committee, unless other reporting methods are directed by Council.
Maintain and respond to the City’s employee “hotline” function provided through
voicemail, email or written submissions. Coordinate referrals as appropriate to
other City offices, departments or divisions and incorporate relevant referrals into
future risk assessments, audit plans or audit activity as appropriate.
This task provides for authorization of travel during the full 2023 fiscal year
assuming one trip per month (total of 12 trips). Although the contract stipulated
an on site presence every two weeks by the Office of the City Auditor, leveraging
remote work efficiencies and ensuring economical use of contract authority and
funds, this task order revises that frequency. BakerTilly will use discretion to
ensure travel is used to minimize travel expenses and maximize effectiveness of
time on site, ultimately ensuring alignment with audit work schedules and
Council and Committee activities.
Task 6: Undergo a peer evaluation following the guidelines of the Association of Local
Government Auditors every two years (i.e., at the end of the initial contract term, then
every other year thereafter throughout the contract term), or as required by the City
Council, so that performance of the internal audit function can be objectively assessed.
City of Palo Alto Page 3
Prepare a cost per audit analysis following the first completed fiscal year, to be
submitted at the beginning of the second fiscal year and every year thereafter
throughout the contract term, that includes benchmark agencies determined by
the CITY, and obtain independent third-party certification of data accuracy.
The cost per audit analysis will be used to evaluate the cost effectiveness of
services provided by the CONSULTANT. This evaluation will be incorporated into
ongoing performance assessments as required and will help ensure that fees for
service provision throughout the duration of the Agreement are objectively
determined and mutually agreed upon.
This evaluation and report from the peer evaluator will be presented to the Policy
and Services Committee and City Council in alignment with typical audit reporting
activities.
Task 4 Details.
The details of the four task orders (1 revisions and 3 new) are as follows:
04.08 Public Safety Building Construction Audit (Correction)
The original task order to review monthly invoices from the Construction
Manager, Architect and Waterproofing Inspector was prepared and approved in
FY21. It has two different project end dates in error: the end date of 6/30/22 on
the first page and the end date of 6/30/23 on page 3. The approved audit plan
shows the project end date of June 2023 and the budget split between FY22 and
FY23. A monthly review is expected to continue throughout FY23. The
remaining budget is approximately $12,000, OCA corrected the end date on page
1 to 6/30/23.
04.16 Review of ALPR Technology Contract Management
The preliminary audit objectives include:
• Determine whether adequate policies and procedures are implemented
effectively to protect the privacy of personal information gathered using
ALPR technology for the City’s parking management.
• Determine whether the City monitors the vendor’s performance to ensure
the compliance with contract terms and applicable laws and regulations
related to data privacy.
04.17 Investment Management Review
The preliminary audit objectives include:
• Determine whether adequate controls are in place and working effectively
to ensure that investments are properly managed in accordance with the
investment policy.
• Assess the efficiency and the effectiveness of the investment portfolio
management against the best practice.
City of Palo Alto Page 4
04.18 Ad Hoc Request – Janitorial Contract Compliance Review
Ad Hoc Requests are included in the FY2022-2023 Audit Plan in anticipation of
requests for review based on business needs. These requests can be generated
from many sources, including management, Council, or through existing activities
such as the hotline or other audit work. In October 2022, the City management
identified and requested OCA to assist in a review of janitorial service contract
compliance and provided letters received from politicians, an industry watchdog
group, and a labor union requesting a review of the service provider’s
employment practices regarding the City’s contract. The primary audit objectives
include:
• Determine whether the City requires its janitorial service providers to meet
the responsible employment standards and monitors the providers'
compliance with contract terms to ensure that the City receives effective
and reliable janitorial services.
• Determine whether the City's janitorial service providers comply with the
contract terms in order to provide professional janitorial services to the
City.
The City Auditor understands this is a topic of interest of some City Council
Members and management and has alerted the Policy and Services Chair
regarding this request for consideration.
If these task orders are approved unanimously by the Policy & Services Committee, this
recommendation will be forwarded to the full City Council approval on an upcoming
consent calendar.
Resource Impact
Work recommended in these tasks is within both the approved scope and compensation
of the contract with Baker Tilly and funding levels in the FY 2023 Operating Budget for
the Office of the City Auditor.
Environmental Review
This action is exempt from CEQA and requires no further environmental review.
Attachments:
• Attachment A: OCA - FY23 Task Orders
• Attachment B: FY2022-FY2023 Audit Workplan, Council approved 04.04.2022
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER FY23-03 External Financial Auditor
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-003
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: July 1, 2022 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $15,000
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to the Office of the City Auditor’s role on the financial audit involves one (1) primary step in FY23:
• Step 1: Assistance in Managing the Financial Audit
Step 1 – Role in Managing the Financial Audit
In FY23, the project team will assist in managing the financial audit and presenting financial
audit results to the Finance Committee and to the City Council, in accordance with municipal
code.
Deliverables:
Legislative documents will be prepared to present the financial statements and reports prepared by an external auditor to the Finance Committee
Schedule of Performance
Anticipated Start Date: July 1, 2022
Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this Task is $15,000. The not-to-exceed budget is based on an estimate of 40 total project hours, of which 40 are estimated to be completed by the City Auditor.
Reimbursable Expenses
Baker Tilly anticipates planning one on-site fieldwork week. Given this possibility, Baker Tilly could incur reimbursable expenses for this Task. The not-to-exceed maximum for reimbursable expenses for this Task is $5,700.
The following summarizes anticipated reimbursable expenses:
• Round-trip Airfare – $1350 (2 round trip flights)
• Ground Transportation (car rental or Uber/taxi) - $1350
• Hotel accommodation - $2,000 (8 nights)
• Food and incidentals – $1,000
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER FY23-05 Various Reporting & City Hotline
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-005
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: July 1, 2022 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $60,000
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly will provide the following services in Task 5:
• Quarterly Reports
• Annual Status Report
• Provision of the City Hotline
• Office Administrative Functions
Deliverables:
Legislative documents will be prepared to present the financial statements and reports prepared by an external auditor to the Finance Committee
• Quarterly Reports (4 in FY23)
• Annual Status Report
Schedule of Performance
Anticipated Start Date: July 1, 2022 Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this Task is $60,000. The not-to-exceed budget is based on an estimate of 185 total project hours, of which 135 are estimated to be completed by the City Auditor.
Reimbursable Expenses
Baker Tilly anticipates planning one on-site fieldwork week. Given this possibility, Baker Tilly could incur reimbursable expenses for this Task.
The not-to-exceed maximum for reimbursable expenses for this Task is $28,400.
The following summarizes anticipated reimbursable expenses:
• Round-trip Airfare – $6,700 (10 round trip flights)
• Ground Transportation (car rental or Uber/taxi) - $6,700
• Hotel accommodation - $10,000 (40 nights)
• Food and incidentals – $5,000
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER FY23-06 Evaluation and Benchmarking
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-006
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: June 1, 2022 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $21,000
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to undergoing a peer review involves three (3) primary steps:
• Step 1: Preparation for a peer review
• Step 2: A peer review by an independent evaluator
• Step 3: Cost per audit analysis
Step 1 – Preparation for a peer review
The Office of the City Auditor (OCA) will conduct a self-assessment before a peer review.
Step 2 – A peer review by a qualified organization
OCA will undergo a peer review conducted by an independent evaluator. In order to
accomplish this task, OCA will:
• Request a peer review from the Association of Local Government Auditors (ALGA)
• Provide documents and answer questions as requested by ALGA
• Obtain a peer review report from ALGA
Step 3 – Cost per audit analysis
OCA will prepare a cost per audit analysis.
Deliverables:
Legislative documents will be prepared to present a peer review report from an
independent evaluator.
Schedule of Performance
Anticipated Start Date: June 1, 2022
Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this Task is $21,000. The not-to-exceed budget is based on an estimate of 85 total project hours, of which 20 are estimated to be completed by the City Auditor.
Reimbursable Expenses
Baker Tilly anticipates no travel costs. All procedures including interviews and documentation reviews are expected to be completed remotely.
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER 04.08 Public Safety Building-Construction Audit (CORRECTED)
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY21-001
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: March 1, 2021 COMPLETION: June 30, 2022 (est.) June 30, 2023
4 TOTAL TASK ORDER PRICE: $82,500
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Lydia Kou, Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________
Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________
Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to conducting the Public Safety Building construction audit involves three (3) primary steps:
• Step 1: Project Planning & Management
• Step 2: Monthly Monitoring
• Step 3: Reporting
Step 1 – Project Planning & Management
This step includes those tasks necessary to solidify mutual understanding of the construction audit scope, objectives, deliverables, and timing as well as ensuring that appropriate client and consultant resources are available and well-coordinated. Tasks include:
• Conduct a formal kick off meetings with the City, the Construction Manager, Architect and Waterproofing Inspector.
• Formalize the communication plan, reporting formats, status update schedule and deliverable milestone schedule
• Distribute initial document request and check list
• Review the contract documents related to each provider to identify key terms and develop a specific testing program for each contract
Step 2 – Monthly monitoring
During this step we will review monthly invoices from the Construction Manager, Architect and Waterproofing Inspector. We will focus on the following areas:
• Monthly invoice review
• Change order testing
• Contingency and allowance testing
• Lien waiver control
• Compliance with insurance requirements
• Closeout testing
• Verify the City’s implementation and adherence to documented project controls
Step 3 – Reporting
We will prepare a monthly status update reflecting the testing performed during the current period and planned testing for the subsequent period(s). The monthly status update will also reflect any current audit issues, the status of any previously identified issues and any open requests for documentation. At the completion of the project, we will provide a final report
detailing all procedures performed along with any observations and the applicable resolutions
or recommendations.
Deliverables:
The following deliverable will be prepared as part of this engagement:
• Written monthly status updates as described in Step 3
• Final report as described in Step 3
Schedule of Performance
Anticipated Start Date: March 1, 2021
Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum for this Task is $82,500. The not-to-exceed budget is based on an
estimate of 4200 420 total project hours to be completed by Baker Tilly.
Reimbursable Expenses
We plan to complete the majority of the work remote including all required meetings and
documentation review. If conditions allow, Baker Tilly will perform site visits once per year
around key project milestones. Our travel expenses will be billed separately at actual cost. We will submit an estimate of our reimbursable expenses for the City’s approval prior to traveling to Palo Alto.
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER 04.16 Review of ALPR Technology Contract Management
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-4.16
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: January 1, 2023 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $82,500
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to conducting an internal audit of Contract Management for ALPR Technology involves three (3) primary steps:
• Step 1: Audit Planning
• Step 2: Control Review and Testing
• Step 3: Reporting
Step 1 – Audit Planning
This step consists of the tasks performed to adequately plan the work necessary to address
the overall audit objective and to solidify mutual understanding of the audit scope,
objectives, audit process, and timing between stakeholders and auditors. Tasks include:
• Gather information to understand the environment under review
o Understand the organizational structure and objectives
o Review the City code, regulations, and other standards and expectations
o Review prior audit results, as applicable
o Review additional documentation and conduct interviews as necessary
• Assess the audit risk
• Write an audit planning memo and audit program
o Refine audit objectives and scope
o Identify the audit procedures to be performed and the evidence to be obtained
and examined
• Announce the initiation of the audit and conduct kick-off meeting with key
stakeholders
o Discuss audit objectives, scope, audit process, timing, resources, and
expectations
o Discuss documentation and interview requests for the audit
Step 2 – Control Review and Testing
This step involves executing the procedures in the audit program to gather information,
interview individuals, and analyze the data and information to obtain sufficient evidence to address the audit objectives. The preliminary audit objective is to: (1) Determine whether adequate policies and procedures are implemented effectively to protect the privacy of personal information gathered using ALPR technology for the City’s parking management.
(2) Determine whether the City monitors the vendor’s performance to ensure the compliance
with contract terms and applicable laws and regulations related to data privacy. Procedures include, but not limited to:
• Interview the appropriate individuals to understand the process, the information
system used, and the internal controls related to data privacy.
• Compare data privacy related policies and procedures as well as the regulations and standards to determine whether personally identifiable information (PII) has confidentiality, integrity, and availability as needed.
• Review IT vendor performance monitoring practices to determine whether controls are implemented to ensure compliance with contract terms and data privacy standards.
• Perform test procedures including observations of controls (such as governance,
management and technical IT controls) and review of a sample of parking patrons (PII during the audit period).
• Compare the process and controls against the best practices.
Step 3 – Reporting
In Step 3, the project team will perform tasks necessary to finalize audit working papers,
prepare and review a draft report with the stakeholders, and submit a final audit report. Tasks
include:
• Develop findings, conclusions, and recommendations based on the supporting
evidence gathered
• Validate findings with the appropriate individuals and discuss the root cause of the
identified findings
• Complete supervisory review of working papers and a draft audit report
• Distribute a draft audit report and conduct a closing meeting with key stakeholders
o Discuss the audit results, finings, conclusions, and recommendations
o Discuss management responses
• Obtain written management responses and finalize a report
• Review report with members of City Council and/or the appropriate Council
Committee
Deliverables:
The following deliverable will be prepared as part of this engagement:
• Audit Report
Schedule of Performance
Anticipated Start Date: January 1, 2023 Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this Task is $82,500. The not-to-exceed budget is based on an estimate of 400 total project hours, of
which 20 are estimated to be completed by the City Auditor.
Reimbursable Expenses
If circumstances allow, Baker Tilly anticipates planning one on-site fieldwork week. Given this
possibility, Baker Tilly could incur reimbursable expenses for this Task.
The not-to-exceed maximum for reimbursable expenses for this Task is $8,500. The following summarizes anticipated reimbursable expenses (for three team members):
• Round-trip Airfare – $2,000 (3 round trip flights)
• Ground Transportation (car rental or Uber/taxi) - $2,000
• Hotel accommodation - $3,000 (12 nights)
• Food and incidentals – $1,500 Note that, as the restrictions associated with COVID-19 change, the project team will work with the City to consider circumstances at the time.
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER 04.17 Investment Management Review
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-4.17
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: December 1, 2022 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $61,550
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $TBD
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to conducting a Review of Investment Management involves three (3) primary steps:
• Step 1: Audit Planning
• Step 2: Control Review and Testing
• Step 3: Reporting
Step 1 – Audit Planning
This step consists of the tasks performed to adequately plan the work necessary to address
the overall audit objective and to solidify mutual understanding of the audit scope,
objectives, audit process, and timing between stakeholders and auditors. Tasks include:
• Gather information to understand the environment under review
o Understand the organizational structure and objectives
o Review the City code, regulations, and other standards and expectations
o Review prior audit results, as applicable
o Review additional documentation and conduct interviews as necessary
• Assess the audit risk
• Write an audit planning memo and audit program
o Refine audit objectives and scope
o Identify the audit procedures to be performed and the evidence to be obtained
and examined
• Announce the initiation of the audit and conduct kick-off meeting with key
stakeholders
o Discuss audit objectives, scope, audit process, timing, resources, and
expectations
o Discuss documentation and interview requests for the audit
Step 2 – Control Review and Testing
This step involves executing the procedures in the audit program to gather information,
interview individuals, and analyze the data and information to obtain sufficient evidence to address the audit objectives. The preliminary audit objective is to: (1) Determine whether adequate controls are in place and working effectively to ensure that investments are properly managed in accordance with the investment policy; (2) Assess the efficiency and the
effectiveness of the investment portfolio management against the best practice. Procedures
include, but not limited to:
• Interview the appropriate individuals to understand the process, the information system used, and the internal controls related to investment management
• Review policies and procedures as well as the regulations and standards to identify the criteria to be used for evaluation of control design and effectiveness
• Perform test procedures including observation of controls (such as application
controls) and review of selected documents (such as supporting documents for the
recorded transactions)
• Compare the process and controls against the best practices
Step 3 – Reporting
In Step 3, the project team will perform tasks necessary to finalize audit working papers,
prepare and review a draft report with the stakeholders, and submit a final audit report. Tasks
include:
• Develop findings, conclusions, and recommendations based on the supporting
evidence gathered
• Validate findings with the appropriate individuals and discuss the root cause of the
identified findings
• Complete supervisory review of working papers and a draft audit report
• Distribute a draft audit report and conduct a closing meeting with key stakeholders
o Discuss the audit results, finings, conclusions, and recommendations
o Discuss management responses
• Obtain written management responses and finalize a report
• Review report with members of City Council and/or the appropriate Council
Committee
Deliverables:
The following deliverable will be prepared as part of this engagement:
• Audit Report
Schedule of Performance
Anticipated Start Date: December 1, 2022
Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this Task is $61,550. The not-to-exceed budget is based on an estimate of 350 total project hours, of which 20 are estimated to be completed by the City Auditor.
Reimbursable Expenses
If circumstances allow, Baker Tilly anticipates planning one on-site fieldwork week. Given this
possibility, Baker Tilly could incur reimbursable expenses for this Task.
The not-to-exceed maximum for reimbursable expenses for this Task is $8,500. The following summarizes anticipated reimbursable expenses (for three team members):
• Round-trip Airfare – $2,000 (3 round trip flights)
• Ground Transportation (car rental or Uber/taxi) - $2,000
• Hotel accommodation - $3,000 (12 nights)
• Food and incidentals – $1,500 Note that, as the restrictions associated with COVID-19 change, the project team will work with the City to consider circumstances at the time.
PROFESSIONAL SERVICES TASK ORDER
TASK ORDER 04.18 Management Request – Janitorial Contract Compliance Review
Consultant shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 below are incorporated into this Task Order by this reference. The Consultant shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO. C21179340
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): C21179340
1B. TASK O RDER NO.: FY23-4.18
2. CONSULTANT NAME: Baker Tilly US, LLP
3. PERIOD OF PERFORMANCE: START: December 1, 2022 COMPLETION: June 30, 2023
4 TOTAL TASK ORDER PRICE: $73,500
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $1,235,000
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:
Greer Stone, Chair of the City Council’s Policy and Services Committee
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): N/A
I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
I hereby acknowledge receipt and acceptance of this Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________
BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________
Attachment A
DESCRIPTION OF SCOPE OF SERVICES
Introduction
Attachment A, the Description of Scope of Services, contains the following four (4) elements:
• Services and Deliverables To Be Provided
• Schedule of Performance
• Maximum Compensation Amount and Rate Schedule (As Applicable)
• Reimbursable Expenses, if any (With “Not To Exceed” Amount)
Services & Deliverables
Baker Tilly’s approach to conducting an internal audit of Contract Management for ALPR Technology involves three (3) primary steps:
• Step 1: Audit Planning
• Step 2: Control Review and Testing
• Step 3: Reporting
Step 1 – Audit Planning
This step consists of the tasks performed to adequately plan the work necessary to address
the overall audit objective and to solidify mutual understanding of the audit scope,
objectives, audit process, and timing between stakeholders and auditors. Tasks include:
• Gather information to understand the environment under review
o Understand the organizational structure and objectives
o Review the City code, regulations, and other standards and expectations
o Review prior audit results, as applicable
o Review additional documentation and conduct interviews as necessary
• Assess the audit risk
• Write an audit planning memo and audit program
o Refine audit objectives and scope
o Identify the audit procedures to be performed and the evidence to be obtained
and examined
• Announce the initiation of the audit and conduct kick-off meeting with key
stakeholders
o Discuss audit objectives, scope, audit process, timing, resources, and
expectations
o Discuss documentation and interview requests for the audit
Step 2 – Control Review and Testing
This step involves executing the procedures in the audit program to gather information,
interview individuals, and analyze the data and information to obtain sufficient evidence to address the audit objectives. The preliminary audit objective is to: (1) Determine whether the City requires its janitorial service providers to meet the responsible employment standards and monitors the providers' compliance with contract terms to ensure that the City receives
effective and reliable janitorial services. (2) Determine whether the City's janitorial service
providers comply with the contract terms in order to provide professional janitorial services to the City. Procedures include, but not limited to:
• Review the contract(s) and understand the contract terms and requirements set by the
City.
• Review the City’s performance monitoring practices for janitorial service contracts to determine whether controls are implemented to ensure service providers’ compliance with contract terms.
• Perform test procedures including observations of monitoring controls to determine the control effectiveness.
• Review the documents evidencing the service providers’ compliance with the contract terms, including the wage data, etc.
• If possible, visit some of the buildings cleaned by the service providers to observe the conditions and inquire with the service providers’ employees. Alternatively, interview them remotely or send a survey as necessary to gather necessary information.
• Compare the process and controls against the best practices.
Step 3 – Reporting
In Step 3, the project team will perform tasks necessary to finalize audit working papers,
prepare and review a draft report with the stakeholders, and submit a final audit report. Tasks
include:
• Develop findings, conclusions, and recommendations based on the supporting
evidence gathered
• Validate findings with the appropriate individuals and discuss the root cause of the
identified findings
• Complete supervisory review of working papers and a draft audit report
• Distribute a draft audit report and conduct a closing meeting with key stakeholders
o Discuss the audit results, finings, conclusions, and recommendations
o Discuss management responses
• Obtain written management responses and finalize a report
• Review report with members of City Council and/or the appropriate Council
Committee
Deliverables:
The following deliverable will be prepared as part of this engagement:
• Audit Report
Schedule of Performance
Anticipated Start Date: December 1, 2022
Anticipated End Date: June 30, 2023
Maximum Compensation Amount and Rate Schedule
The not-to-exceed maximum, inclusive of reimbursable expenses (as summarized below) for this
Task is $73,500. The not-to-exceed budget is based on an estimate of 350 total project hours, of
which 20 are estimated to be completed by the City Auditor.
Reimbursable Expenses
If circumstances allow, Baker Tilly anticipates planning one on-site fieldwork week. Given this possibility, Baker Tilly could incur reimbursable expenses for this Task. The not-to-exceed maximum for reimbursable expenses for this Task is $5,700.
The following summarizes anticipated reimbursable expenses (for two team members):
• Round-trip Airfare – $1,350 (2 round-trip flights)
• Ground Transportation (car rental or Uber/taxi) - $1,350
• Hotel accommodation - $2,000 (8 nights)
• Food and incidentals – $1,000
Note that, as the restrictions associated with COVID-19 change, the project team will work with
the City to consider circumstances at the time.
FY2022/2023 Audit Plan
5
Proposed Audit Activities for FY2022-2023
Included in the tables below are the proposed audit activities for the remainder of FY2022 and FY2023. Each audit activity
corresponds to a risk rated as High or Moderate in the Risk Assessment Report and selected based on other factors outlined
on page 3.
The preliminary audit objectives are described for each audit listed. These objectives and scope of each audit activity will be
further defined based on the result of a project planning risk assessment processes performed at the beginning of each
activity.
Audits are planned in three overall phases – note that the timing may differ slightly for each audit activity:
–Phase I – Activities projected to start before March 2022 and end by June 2022
–Phase II – Activities projected to start in March 2022 and end by December 2022
–Phase III – Activities projected to start in June 2022 or January 2023 and end by June 2023
Amendments to the proposed audit plan will be proposed either as needed or after conducting an annual risk assessment
and update the audit plan, as needed, during FY23. Amendments may be proposed in response to changes in the City’s
environment such as organizational structure, operations, risks, systems, and controls. Please note that the City Auditor will
actively manage projects and overall budgets and workload in its execution of the workplan.
For each audit activity, a task order is submitted to the City Council for approval before the work is commenced. We have
prepared and attached to this report multiple task orders that correspond to audit activities we have prioritized (e.g., those in
Phase I). Those audit activities for are marked with an “X” in the ‘Seeking Approval’ column of the table below, and the Task
Orders are included in the Appendix.
7.b
Packet Pg. 99
ATTACHMENT B:
Excerpt OCA FY 2023 Audit Workplan
FY2022/2023 Audit Plan
6
Phase I Activities
Seeking
Approval
Function Project Title Audit Objectives Timeline Estimated
Hours
FY22 Cost FY23 Cost
(*)
Total Cost
FY21+22+23
_
Administrative
Services
Economic Recovery
Advisory (Task Order
4.7)
● Review the City’s long-term financial planning model and offer
recommendations for improvement.
● Identify and evaluate key revenue sources categories that present long
term risk to the City's financial sustainability.
● Perform scenario analysis and advise in the development of long term
financial projections.
March -
December
2021
400 $64,663 $64,663
Public Works
Public Safety Building
-Construction Audit
(Task Order 4.8)
● Monthly invoice review
● Change order testing
● Contingency and allowance testing
● Lien waiver control
● Compliance with insurance requirements
● Closeout testing
● Verify the City’s implementation and adherence to documented project
controls
March 2021
-June 2023 420 $26,633 $26,633 $51,266
Planning and
Development
Services
Building Permit &
Inspection Process
Review
(Task Order 4.9)
● Identify highest impact area to focus the assessment (e.g., specific permit
type(s), specific sub-processes, etc.).
● Document corresponding process(es) and evaluate for efficiency and
effectiveness.
● Benchmark operational performance against industry practices and
established standards.
April –
September
2021
360 $48,300 $48,300
Citywide
Nonprofit Agreements
Risk Management
Review
(Task Order 4.10)
● Evaluate controls in place to ensure that nonprofit organizations are
properly vetted prior to selection and monitored through the life of an
agreement.
● Assess the performance monitoring process against the best practice.
● Follow up on relevant audit findings from past audit work.
May –
September
2021
400 $55,246 $55,246
Utilities
Utility Work Order &
Process Review
(Task Order 4.11)
● Determine whether adequate controls are in place and working effectively
around the work order process
● Assess the work order process against best practices
January -
December
2022
400 $81,400 $81,400
Administrative
Services /
Information
Technology
Wire Payment
Process and Controls
(Task Order 4.12)
● Determine whether adequate controls are in place and working effectively
to ensure that all disbursements are valid and properly processed in
compliance with City’s policies and procedures
● Determine whether end user security awareness training is sufficient to
prevent erroneous payments caused by phishing
February -
June 2022 270 $54,550 $54,550
Phase I Sub Total 2,250 $329,792 $26,633 $355,425
*For the purpose of audit plan preparation, OCA used the FY22 budget amount for FY23
7.b
Packet Pg. 100
FY2022/2023 Audit Plan
7
Phase II Activities
Seeking
Approval
Function Project Title Audit Objectives
(preliminary objectives for audits not currently subject to approval)
Timeline Estimated
Hours
FY22 Cost FY23 Cost
(*)
Total Cost
X Human Resources Remote and Flexible
Work Study
● Assess employee and management perspectives for long-term remote
and flexible work viability and associated challenges
● Evaluate positive outcomes and challenges for managing a mixed
location workforce
● Identify policies, processes, management practices and work culture
improvements that may improve the City’s ability to manage a remote
workforce
March -
December
2022
285 $50,000 $10,000 $60,000
X Information
Technology
Cybersecurity
Assessment
● Map current state security capabilities to the NIST Cybersecurity
Framework and evaluate the maturity of current security processes
● Identify current risks related to weaknesses in the City’s cybersecurity
program
● Identify target state objectives utilizing the Capability Maturity Model
(CMMI) and develop recommendation to meet the objectives
March -
December
2022
525 $90,000 $20,000 $110,000
X Public Works Wastewater Treatment
Plant Agreement Audit
● Evaluate whether direct and indirect costs incurred by the City are
properly allocated to the operation of the Wastewater Treatment Plant.
● Review whether costs are properly allocated to the various parties to
the Wastewater Treatment Plant Agreement.
March 2022
- December
2022
400 $60,000 $2,250 $62,250
Phase II Sub Total 1,210 $194,000 $38,250 $232,250
* For the purpose of audit plan preparation, OCA used the FY22 budget amount for FY23
7.b
Packet Pg. 101
FY2022/2023 Audit Plan
8
Phase III Activities
Seeking
Approval
Function Project Title Preliminary Audit Objectives Timeline Estimated
Hours
FY22 Cost FY23 Cost
(*)
Total Cost
Transportation Contract Management -
ALPR Technology
● Determine whether policies and procedures are implemented
effectively to protect the privacy of personal information gathered using
ALPR technology for the City's parking management.
● Determine whether the City monitors the vendor's performance to
ensure the compliance with contract terms and applicable laws and
regulations related to data privacy.
June 2022 -
January
2023
400 $82,500 $82,500
Administrative
Services
Investment
Management
● Determine whether adequate controls are in place and operating
effectively to ensure that investments are managed in accordance
with the investment management and other relevant policies.
● Assess the organizational structure and operations of the
investment portfolio management function against best practice.
June 2022 -
January
2023
350 $61,550 $61,550
Information
Technology
Disaster Recovery
Preparedness
● Determine whether a formal disaster recovery plan exists and aligns
with the City's needs for business continuity
● Determine whether a disaster recovery plan is periodically tested and
updated to ensure a successful recovery
January -
June 2023 400 $87,500 $87,500
Administrative
Services Procurement Process
● Determine whether adequate controls are in place and working
effectively to ensure that the appropriate vendors are selected properly to
achieve desired objectives
● Identify the opportunities to improve the efficiency and effectiveness of
the procurement process
January -
June 2023 350 $61,550 $61,550
Planning and
Development
Services
Long Range Planning
● Review progress against intended goals and identify any gaps
● Determine whether an effective control environment exists for the Long
Range Planning group to maintain City's Comprehensive Plan
● Determine whether adequate controls are in place and working
effectively for data analyses
January -
June 2023 400 $82,500 $82,500
Public Works ADA Compliance
● Determine whether improvements have been made to make facilities,
programs, and services accessible in accordance with the Transition
Plan and Self-Evaluation Final Study to ensure compliance with the
Americans with Disabilities Act (ADA) OF 1990
January -
June 2023 350 $61,550 $61,550
TBD TBD / Ad Hoc Requests TBD TBD TBD
Phase III Sub Total 2,300 $0 $458,100 $458,100
Phase I + II + III TOTAL 5,760 $523,792 $521,983 $1,045,775
FY22 - FY23 Budget $600,000 $560,000 $1,160,000
FY23 Ad Hoc / Contingency $76,208 $38,017 $114,225
* For the purpose of audit plan preparation, OCA used the FY22 budget amount for FY23
7.b
Packet Pg. 102