REPORT DIGEST

 

DEPARTMENT OF CENTRAL MANAGEMENT SERVICES

 

FINANCIAL AUDIT

For the Year Ended:

June 30, 2005

and

COMPLIANCE EXAMINATION

For the One Year Ended:

June 30, 2005

 

Summary of Findings:

Total this audit                        22

Total last audit                        24

Repeated from last audit         17

 

Release Date:

April 25, 2006 

 

 

State of Illinois

Office of the Auditor General

WILLIAM G. HOLLAND

AUDITOR GENERAL

 

To obtain a copy of the Report contact:

Office of the Auditor General

                    740 E. Ash Street

Springfield, IL 62703

(217) 782-6046 or TTY (217) 888-2887

 

This Report Digest and the Full Report are also available on

the worldwide web at

http://www.state.il.us/auditor

 

SYNOPSIS

 

  • CMS' contract files lacked certain documentation for 6 of 10 contracts we tested.  The maximum award amount for these 10 contracts totaled $270 million.

 

  • CMS evaluated vendor proposals using evaluation criteria that were not stated in the RFP. 

 

  • In 6 contracts we reviewed, CMS did not timely execute the contracts.  In one of the contracts reviewed, the vendor was allowed to initiate work on the project without a formal written agreement in place. 

 

  • The Department’s process to monitor vendor expenses was inadequate.  For some contracts, the Department paid expenses with little or no review.  In 4 of 10 contracts tested, the Department received no detailed documentation to support reimbursement for expenses.

 

  • The Department did not consistently develop or formally approve changes to contracts.

 

  • The Department has not established a property management function to effectively manage occupancy costs and revenues.

 

  • The Department should further refine its billing process for savings initiatives.  CMS billed $41 million for efficiency initiatives to State agencies during FY05, yet only collected $21 million from various State Agencies.  The remaining balance was written off by the Department.

 

  • During the prior year, CMS did not maintain adequate documentation to support the amount of savings it attributes to efficiency initiatives.  Also, savings goals stated in RFP's, vendor proposals and/or contracts were not always realized or documented.  In April 2005, the Department reported savings of $621 million.  In October 2005, the Department issued a report citing a reduction of estimated savings to $529 million, however, this figure does not include any costs the Department incurred related to its initiatives, which are estimated to exceed $72 million.

 

  • CMS did not maintain time sheets for its employees as required by the State Officials and Employees Ethics Act.

 

 

 

 

 

 

 

 

 

{Expenditures and Activity Measures are summarized on the next page.}

 


STATE OF ILLINOIS

DEPARTMENT OF CENTRAL MANAGEMENT SERVICES

FINANCIAL AUDIT AND COMPLIANCE EXAMINATION

For The Year Ended June 30, 2005

 

STATEMENT OF ACTIVITIES INFORMATION

(expressed in thousands)

Governmental Activities

Business-Type Activities

PROGRAM REVENUES

Charges for Services..........................................................

 

EXPENSES

General Government..........................................................

Interest..............................................................................

Insurance Programs...........................................................

Total Expenses..................................................................

 

NET (EXPENSE) REVENUES......................................

 

Total General Revenues and transfers.................................

CHANGE IN NET ASSETS..........................................

 

Net Assets July 1, 2004.....................................................

NET ASSETS, JUNE 30, 2005......................................

 

$845,668

 

 

$2,051,415

405

             0

$2,051,820

$(1,206,152)

 

$1,007,711

$(198,441)

 

205,374

$6,933

 

$376,730

 

$0

0

379,752

$379,752

 

$(3,022)

 

$56

$2,966

 

55,007

$52,041

STATEMENT OF NET ASSETS INFORMATION

(expressed in thousands)

Governmental Activities

Business-Type Activities

Cash equity with State Treasurer.........................................

$114,772

$75,877

Cash and cash equivalents..................................................

$32,503

$10,648

Investments.......................................................................

$4,082

$0

Capital Assets, net..............................................................

$288,638

$0

Other Assets......................................................................

$112,729

$10,246

Total Assets....................................................................

$552,724

$96,771

Accounts Payable..............................................................

$300,860

$44,619

Long Term Obligations.......................................................

$241,697

$111

Other Liabilities..................................................................

$3,234

$0

Total Liabilities...............................................................

$545,791

$44,730

Net Assets, invested in capital assets, net of debt.................

$236,169

$0

Net Assets, restricted.........................................................

$9,045

$0

Net Assets, unrestricted......................................................

$(238,281)

$52,041

Total Net Assets.............................................................

$6,933

$52,042

SELECTED ACTIVITY MEASURES (unaudited)

FY05

FY04

FY03

Number of flexible spending account participants..................

Number of billed CPU hours/month (processor hours)..........

Number of equipment items transferred out of surplus.........

Number of Workers’ Compensation Injuries.........................

Total State Garage Billings (in thousands)............................

Number of facilities participating in I-cycle...........................

8,286

5,211

5,093

6,823

$24,801

251

6,839

4,958

3,638

2,365

$24,883

251

8,075

3,997

2,460

2,325

$25,700

248

 

EXECUTIVE DIRECTOR

 

 

During Audit Period:  Mr. Michael M. Rumman (7-1-04 to 6-1-05), Mr. Paul J. Campbell (6-2-05 to 6-30-05 - Acting Executive Director)

Currently:  Mr. Paul J. Campbell

 

 

 


 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

6 of 10 contract files reviewed did not include all documents pertinent to the decision making process

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


No documentation was maintained to indicate that a possible conflict of interest was reviewed and resolved

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

INTRODUCTION

 

      Our audit of the Department of Central Management Services is issued in two documents: 1) the Financial Audit, and 2) the Compliance Examination.  The Financial Audit Report contains the Department’s financial statements and the auditors’ opinion on these statements.  The Compliance Examination document contains the audit findings, recommendations, and Department Responses, as well as the supplementary financial information. 

 

FINDINGS, CONCLUSIONS, AND RECOMMENDATIONS

 

LACK OF DOCUMENTATION IN CONTRACT FILES

 

      We selected ten contracts related to the Department’s major initiatives awarded in FY05, totaling a maximum award amount of $270 million, for which we reviewed the procurement and award files at the Department. 

 

      Six of the 10 tested files lacked documentation in the contract files in one or more areas.  Concerns were raised about the availability and completeness of information provided to the auditors.  Numerous documents expected to be retained centrally in contract files were missing upon initial review.  Many of the requested documents were subsequently provided, however, the omission of these documents from the contract files demonstrates the Department’s inability to provide sufficient support for procurement decisions in a timely and complete manner. 

 

      Specific documentation not contained in contract files included the following:

·    No written recommendation or decision memorandum for a procurement outlining reasons for selecting the winning vendor.

·    A written recommendation did not provide sufficient justification for selecting the winning vendor.

·    A technical point evaluation was done collectively for all persons performing the proposal evaluation rather than individually by each person as required.

·    A contract was executed that included an hourly rate for the vendor different than the rate proposed, and the contract file lacked documentation regarding the change.  In this instance the rate was lower than proposed; however, there was no documentation of a best and final offer process.

·    For one solicitation, only the successful vendor was deemed responsive.  The contract file lacked documentation of the reasons all other vendors were deemed unresponsive.

·    Two awards that were subsequently cancelled lacked documentation in the files regarding the reason for the cancellation of the award.

·    Furthermore, in one contract, we noted a possible conflict of interest that was disclosed but there was no documentation as to the Department’s review and resolution of this potential conflict.  Also, the procurement file was incomplete, as it did not contain the losing bids.

 

      The Illinois Administrative Code requires written determinations to be filed in the solicitation or contract file to which it applies.  The State Records Act dictates that Agencies shall maintain proper documentation for the decisions, procedures, and essential transactions of the agency.  (Finding Code No. 05-1, pages 13-15)

 

      We recommended that the Department maintain procurement files that contain all relevant information to the decision making process.

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


The Department evaluated vendor proposals using evaluation criteria that was not stated in the Request for Proposals

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

In 1 of 8 of the contracts we reviewed, the Department allowed vendors to initiate work on the project without a formal contract in place

 

 

 

 

One vendor was allowed to work on a project for approximately six months without a formal written agreement in place

 

 

 

 

Oversight and public accountability is compromised when large amounts of work are performed and costs incurred before the public is made aware of the specifics of a contract

 

CHANGES IN AWARD EVALUATION CRITERIA NOT COMMUNICATED TO PROPOSERS

 

      The Department evaluated vendor proposals using evaluation criteria that were not stated in the Request for Proposal (RFP).  Changes in scoring methodology were not communicated to proposing vendors or reflected in an addendum to the RFP. 

 

            The Illinois Administrative Code states that proposals shall be evaluated only on the basis of evaluation factors set forth in the RFP.  (44 Ill. Adm. Code 1.2035 (h)(2) and 44 Ill. Adm. Code 1.2015(f) (2)).  However, we found in 1 of 10 of the contracts we reviewed, a $162 million contract for pharmaceuticals, the Department used an evaluation process that conflicted with the process specified in the RFP.  After technically scoring the proposals and determining that three of the four vendors met the minimum responsiveness point scale, the Department failed to proceed to price evaluation as stated in the RFP.  The evaluation committee instead determined that no vendor met all of the Mandatory Requirements from the RFP and sent all four vendors a revised document on the Mandatory Requirements from the RFP as a stated Best and Final Offer.  Within this correspondence was no mention that the evaluation criteria had been changed from what was outlined in the RFP.  After reviewing the second responses, the evaluation committee determined that only the winning vendor was evaluated as being able to meet the State’s requirements.  The evaluation committee, through a consultant, reviewed pricing submitted by all vendors, even though only the winning vendor was deemed able to meet all the requirements, and the pricing structure of the winning vendor was identified as being at the “upper end of the market”. (Finding Code No. 05-4, pages 20-21 )

 

      We recommended that the Department follow evaluation criteria stated in Requests for Proposals when evaluating and awarding State contracts.  Additionally, the Department should develop an addendum to Request for Proposals when it determines there needs to be a change to the evaluation criteria so that all vendors are assured of a fair and open contracting process.

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

NOT TIMELY IN EXECUTING CONTRACTS

 

      The Department was not timely in executing contracts with vendors for contracts awarded.  Additionally, the Department allowed vendors to initiate work on these projects without a written contract in place. 

 

            Of the ten fiscal year 2005 awards tested, only eight resulted in contracts.  Six of the eight fiscal year 2005 contracts tested (75 percent) were not executed timely.  On average, the length of time between announcement of the award and the filing of a contract with the Comptroller, for these 6 contracts, was 125 days (with a range of 64 days to 190 days).  Additionally, two of the contracts were not filed within 30 days of contract execution as required.  Finally, in one of the contracts reviewed, the Department allowed the vendor to work on the project for approximately six months without a formal written agreement in place.

 

      While the Department states that vendors who initiate work prior to a written agreement do so at their own risk, allowing vendors to perform work without a written agreement has several adverse implications/effects for the State, for instance:  oversight and public accountability is compromised when large amounts of work are performed and costs incurred before the public is made aware of the specifics of a contract; delays may increase the likelihood that proposed elements do not make it into the final agreement; and delays may limit the Department’s ability to negotiate with the vendor.  (Finding Code No. 05-6, pages 24-26)

 

 

 

 

 

 

 

 

 

 

 

      We recommended that the Department take the necessary steps to increase timeliness in reducing a contract to writing.  Additionally, we recommended the Department should review its practice of allowing vendors to initiate work on projects without a written agreement in place so as to protect State resources. 

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

 

 

 

Contractor expenses were paid with little or no review by the Department

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A review by IOIA indicated a widespread lack of documentation and review procedures regarding contractor billings and expenses

 

 

 

 

 

 

 

Additional expenses on the asset management contract which was cancelled in May 2005 are still in question

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


A $6.5 million change to a program charter was not timely approved by the Director

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


The Department paid $13.5 million in excess of original contract estimates for the IT and Telecommunication Rationalization Project

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

The Department currently manages 706 State owned or leased properties

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Untimely billings to agencies have had a negative impact in the development of FY06 budgets and FY07 forecasting

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

The Department has been exposed to litigation as a result of failing to timely renew or terminate holdover leases

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


The Department credited State agencies for  49% of the efficiency initiatives payments received due to lack of support or agency disagreement

 

 

 

 

 

 

 

CONTRACT MONITORING DEFICIENCIES

 

      The Department’s process to monitor vendor expenses was inadequate.  For some contracts reviewed, expenses were paid with little or no review by the Department.  In four contracts tested, the Department received no detailed documentation to support reimbursement of expenses. 

 

      During our current review, we noted the following items on two fiscal year 2005 contracts tested:

 

·         The vendor awarded the truck fleet management contract billed the Department a per-invoice fee in excess of the fee stipulated in the contract.  In addition, the Department is not pre-authorizing all repair work as stipulated in the contract.  Further, invoices for fleet repairs were processed and charged to the current contract, prior to the execution of the current contract.  This vendor was paid a total of $252,252 under the contract during fiscal year 2005.

 

·         For a legal services contract, the Department did not obtain documentation supporting claimed expenses on a timely basis; certain documentation received was not sufficient to support the expenses claimed; and certain parking costs did not relate directly to the project.  This vendor was paid a total of $176,389 under the contract during fiscal year 2005.

 

      Additionally, in April and May 2005, the Department requested that the Illinois Office of Internal Audits (IOIA) review the expenses paid to four of the contractors whose expenses were the subject of a prior audit finding.  The IOIA review was to cover fiscal year 2004 and fiscal year 2005 billings.  The IOIA worked in conjunction with another entity on this review.  The review by IOIA has been completed and a report issued.  The review indicated a widespread lack of documentation and review procedures regarding contractor billings and expenses and recommended improvements to the Department’s processes.  Additionally, the Department’s process to conduct subsequent follow up to recover any applicable funds has not yet been completed.

 

      Furthermore, according to Department officials and documentation provided by Department fiscal personnel, the Department questioned $5.2 million in payments to the asset management vendor.  However, due to the intervening cancellation of this contract in May 2005, the Department has been unable to obtain necessary documentation from the vendor concerning these charges.  Additionally, Department documentation delineates $7.4 million in “additional service plans” that were submitted by the vendor for work outside the contract with the vendor.  Some of these additional service plans were developed prior to the execution of the formal agreement for the asset management services to be provided by this vendor.  (Finding Code No. 05-7, pages 27-28)

 

      We recommended that the Department require contractors to submit supporting documentation for expenses that will be reimbursed with State taxpayer dollars.  Additionally, we recommended the Department take the necessary steps to increase monitoring of the expenses submitted by the contractors and request refunds in instances where the contractor is reimbursed over the allowable amounts stated in contracts or where adequate support is not available.

     

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

SIGNIFICANT CHANGES IN CONTRACT REQUIREMENTS

 

      The Department did not consistently develop and formally approve changes to contracts. 

 

      The Department entered into three sizeable contracts associated with the IT and Telecommunication Rationalization Project.  These contracts were filed with the Comptroller as open-ended time and materials contracts with estimated contract obligation amounts.  Although significant changes were made to the contracts, the Department did not consistently execute and file contract amendments to revise the project scope or to increase the estimated contract obligation amounts.  The original contracts provided for total spending of $28 million for the IT and Telecommunication Rationalization Project.

 

      On January 28, 2005, the Department entered into "Rationalization Consulting Contract Amendment Agreements" (Amendments) with each vendor.  Each of the Amendments consisted of a Rate Card and a revised Program Charter.  We noted the following with regard to the Amendments:

 

·              Two of the three Amendments were filed with the Comptroller; the third Amendment was not. 

 

·              The Department's Director signed the Amendments in May 2005; however, by the terms of the Amendments, the changes to the Program Charters were effective January 28, 2005, and the Rate Cards were retroactive to July 1, 2004.  The changes to one Program Charter included additional services for the deployment and implementation of a newly designed network at a cost of over $6.5 million.  A significant portion of the additional services had already been completed by the time the Department Director signed the Amendment on May 24, 2005. 

 

·              The Rate Card included in one Amendment signed by the Department Director on May 24, 2005, was outdated.  In March 2005, the Department's Deputy Director of the Bureau of Communication and Computer Services entered into an agreement with a vendor to change the method of payment for a portion of the services provided under the contract from $145 per hour to $2,926 per installed circuit.  While the Department stated it undertook an analysis to determine the payment rate change was in the State's best interest, it was unable to provide documentation of that analysis to the auditors.

 

·           For another vendor, we noted that the Rate Card included in the original contract provided for a payment rate of $233 per hour.  In reviewing billings from this vendor, we noted the vendor was paid at various rates that exceeded the contract rate, up to $390 per hour, totaling an additional $636,870 over the contracted rate. 

 

      Finally, State law requires a written determination be made justifying certain contract changes before they are approved (e.g., an increase or decrease of $10,000 or more, or a change in time of completion by 30 days or more).  Although total contract spending for the IT and Telecommunication Rationalization Project exceeded original contract estimates by $13.5 million (from $28 million to $41.5 million), the Department did not believe change order justifications were required since the original contract terms allowed the changes.  (Finding No. 05-9, pages 31-33)

 

      We recommended the Department develop, formally approve, and timely file contract amendments whenever significant increases or changes to the terms and conditions of a contract occur.

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

INEFFECTIVE PROPERTY MANAGEMENT

 

      The Department has not established a property management function to effectively manage occupancy costs and revenues.  Responsibility for managing the majority of State owned and leased buildings was transferred to the Department through Executive Order 2003-10, which consolidated the Facilities Management function.  This Executive Order, which was effective May 31, 2003, stipulated the consolidation of the facilities management function to be implemented as of July 1, 2004. 

 

      Prior to the issuance of this Executive Order, the Department was responsible for managing 42 State owned or leased buildings and 15 garages generally used by the Department and for negotiating certain building and property leases and acquisitions.  Subsequent to the consolidation the Department is currently responsible for managing 706 State owned or leased properties.

 

      The Department’s Bureau of Property Management has primary responsibility for coordinating Department activities involving State property.  Beginning in fiscal year 2005, most transactions, including charges to or transfers from user agencies for space occupancy and payment of property costs such as lease payments, building maintenance, utilities and security were accounted for in the Facilities Management Revolving Fund (FMRF).

 

      Specifically, we noted deficiencies in the following areas:

 

 

·        Lack of Timely Funding or Billing – During FY05 the Department was incurring costs to manage the properties, however, no statutory transfers took place until September 2004 and interim billings were not sent to user agencies until December 2004.  Furthermore, during fiscal year 2005, the Department contracted with a consultant to design a cost allocation methodology that would determine costs by agency and property for purposes of establishing billings to the agencies for the management of their buildings and properties.  On April 8, 2005 the Department completed its new rate model and did its first billing using these rates.  As of December 7, 2005, the Department had not completed the calculation of the new rates for fiscal year 2006.  Furthermore, as of January 30, 2006, agencies had not been billed using new 2006 Rates.  Delays in updating the cost allocation model and billing agencies have created difficulties in monitoring user agency occupancy costs which has had a negative impact in the development of fiscal year 2006 budgets and forecasting for fiscal year 2007.

 

·        Inaccuracy of Billings - We tested 15 billings to agencies and noted 5 of the 15 billings (33%) were inaccurate.  Department records indicate the actual occupancy costs paid for these properties were $6,504,478.  However, the Department only billed the user agencies $6,138,449 resulting in a cash flow deficiency for these properties of $366,029. 

 

·        Delayed Vendor Payments and Consolidation Issues - Payments to vendors for monthly lease obligations, utilities and other occupancy related costs were not made timely.  

 

·        Renewal of Leases not Actively Managed - The Department is not actively managing its leased space or occupancy, nor bidding and renewing, or consolidating its existing leases resulting in a substantial number of leases that have not been timely renewed or terminated.  Department records indicate that 305 of the 642 (48%) leases were in holdover status.  Leases in holdover status represent leases for which the contractual term of the lease has expired but the State continues to occupy the building and pay on a month-to-month basis under the previous terms of the lease.  Many of these leases have been in this status for over 5 years.  Furthermore, lack of a formal, written agreement has exposed the State to litigation in one situation involving a holdover lease and in another situation involving the termination of a lease.  In these cases, the claimants are seeking a total $3,314,713 restitution.  (Finding Code No. 05-11, pages 37-41 )

 

      We recommended that the Department implement a system to effectively carry out its facilities management responsibilities.

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

     

 

METHODOLOGY FOR CALCULATING SAVINGS AMOUNTS TO BILL AGENCIES FOR SAVINGS INITIATIVES

 

      The Department should further refine its billing process for savings initiatives.

 

      During fiscal year 2004, the Department billed State agencies $137 million for efficiency initiatives.  At that time, the Department failed to adequately determine the amount of savings it expected State agencies to realize when billing for savings initiatives.  This resulted in a majority of State agencies being billed more for savings initiatives than Department documentation showed the agencies had realized in savings.

 

      During fiscal year 2005, the Department billed State agencies $41 million for efficiency initiatives.  The Department has collected only $21 million of the amount billed (51%).  The remaining balance was written off by the Department through the issuance of credits to 20 agencies totaling $20 million.  Department representatives stated the credits were issued for a variety of reasons, which included agencies claiming there was a lack of supporting documentation for the savings and billings amounts, agencies disagreed with the savings or believed the savings would not be realized, or agencies were federally funded and the billings were unallowable expenses.

 

      Furthermore, not all agencies were billed for the procurement and information technology initiatives for some or all of the various categories of estimated savings.  Department officials have represented that decisions regarding which agencies and which initiatives were to be billed were made by the Governor's Office of Management and Budget.

      Additionally, the procurement efficiency initiative billings included a component for savings in various commodities categories.  However, the Department failed to consider commodity quantities on hand in estimating fiscal year 2005 purchases.  (Finding Code No. 05-12, pages 42-43)

 

      We recommended that the Department take the necessary steps to ensure that amounts billed to State agencies for savings initiatives are supported by sound methodologies so that agencies are not paying for savings that are not realized.

 

      The Department agreed and outlined steps it has taken in its continued efforts for improvement.

 

 

 

 

 

 

 

 

 

 

 

The Department did not maintain adequate documentation to support the validation of many of the savings which the Department attributes to its various efficiency initiatives

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

INADEQUATE DOCUMENTATION TO SUPPORT THE VALIDATION OF SAVINGS

 

      The Department awarded over $69 million during FY04 to outside vendors for contracts intended to achieve savings as part of the efficiency initiatives.  In some cases, contracts were awarded based on the vendors’ ability to show they could meet savings goals stated in the RFP, vendor proposal and/or contract.  Where savings are a specific goal, the Department should ensure it has in place a valid and reliable system to track savings achieved by the vendors. 

 

      During the prior audit period, the Department did not maintain adequate documentation to support the validation of many of the savings that the Department attributes to its various efficiency initiatives.  Furthermore, savings goals stated in the Request for Proposals (RFP), vendor proposals, and/or contracts were not always realized or documented.

 

    After the April 2005 release of our FY04 Compliance Examination of CMS, the Department established the Initiative Savings Validation Project.  According to the Project Charter for the Initiative Savings Validation Project, the purpose of the Project was “to identify and validate State of Illinois savings resulting from actions and/or activities attributable to CMS’ consolidation and savings initiatives beginning in FY03.”  While the Project was comprised primarily of Department staff, in June 2005, the Department entered into a contract with a vendor to provide assistance in the validation efforts.  This contract was valued at an estimated $995,000.  An Executive Advisory Council, comprised of CMS management, the vendor, and Governor’s Office representatives, was also created to monitor the validation effort.

 

      As of September 14, 2005, the Department had reduced its fiscal year 2004 – 2005 estimated savings to $545 million; down from the $621 million it reported when the Auditor General’s FY04 compliance examination report was released in April 2005. 

 

      Our testing on this finding concluded in September 2005.  In October 2005, the Department issued “State of Illinois Savings Validation Results”.   This October 2005 report further reduced the estimated savings to $529 million.  The Department’s October 2005 report was not reviewed or verified as part of this current audit.  However, it should be noted that the $529 million savings figure reported by the Department in the October 2005 report does not include any costs the Department incurred related to its initiatives, which are estimated to exceed $72 million. (Finding Code 05-13, pages 44-45)

 

      We recommended that the Department continue to develop and maintain adequate supporting documentation to support the validation of savings billed to agencies and captured by vendors.

 

      The Department agreed with the recommendation.

 

 

 

 

 

 

 

 

The Department is not maintaining time sheets for its employees in compliance with the State Officials and Employees Ethics Act (Act)

 

 

 

 

 

 

 

TIMESHEETS NOT MAINTAINED IN COMPLIANCE WITH THE STATE OFFICIALS AND EMPLOYEES ETHICS ACT

 

      The Department is not maintaining time sheets for its employees in compliance with the State Officials and Employees Ethics Act (Act).  The Act (5 ILCS 430/5-5(c)) states, “The policies shall require State employees to periodically submit time sheets documenting the time spent each day on official State business to the nearest quarter hour.”

 

      We noted that 42 of 50 Department employees tested did not maintain time sheets in compliance with the Act.  Employees’ time is generally tracked using the Central Management Services payroll system, which is a “negative” timekeeping system whereby the employee is assumed to be working unless noted otherwise.  No time sheets documenting the time spent each day on official State business to the nearest quarter hour are maintained for the majority of Department employees.  (Finding Code No. 05-23, page 62)

 

      We recommended the Department establish an appropriate mechanism that will enable all employees to maintain time sheets in compliance with the Act.

 

      The Department agreed with the recommendation and indicated it has updated the monthly timesheet signed by employees to reflect time spent on official state business.

 

 

 

AUDITORS’ OPINION

 

      Our auditors stated the financial statements of the Department’s financial statements as of and for the year ended June 30, 2005 are fairly presented in all material respects.

 

 

 

___________________________________

WILLIAM G. HOLLAND, Auditor General

WGH:KAL:pp

 

SPECIAL ASSISTANT AUDITORS

 

      Sikich LLP was our special assistant auditor for this engagement.