SLED Opportunity · CALIFORNIA · WEST BASIN MUNICIPAL WATER DISTRICT

    Agreement for Professional Services for Financial Auditing Services V1

    Issued by West Basin Municipal Water District
    localRFPWest Basin Municipal Water DistrictSol. 244543
    Closed
    STATUS
    Closed
    due Apr 14, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    West Basin
    local
    NAICS CODE
    541219
    AI-classified industry

    AI Summary

    West Basin Municipal Water District seeks proposals for professional financial auditing services under an agreement.

    Opportunity details

    Solicitation No.
    244543
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 16, 2026
    Due Date
    April 14, 2026
    NAICS Code
    541219AI guide
    Agency
    West Basin Municipal Water District

    Description

    Proposals are being accepted by West Basin Municipal Water District (West Basin), a Municipal Water District, for Agreement for Professional Services for Financial Auditing Services V1.

    Background

    The West Basin Municipal Water District (“West Basin”) is soliciting proposals from qualified, certified public accounting firms to conduct its financial-statement audits for three consecutive fiscal years, beginning with the year ending June 30, 2026. West Basin may extend the contract for two additional fiscal years thereafter. The selected auditor will be required to perform the work in accordance with:

     

    • Generally Accepted Auditing Standards (GAAS)
    • Generally Accepted Accounting Principles (GAAP)
    • Government Auditing Standards issued by the U.S. Government Accountability Office (GAGAS)
    • The requirements of the Single Audit Act and the federal OMB grant-compliance provisions
    • Standards established by the Government Accounting Standards Board (GASB)
    • The California State Controller’s Minimum Audit Requirements for Special Districts

     

    For more information about West Basin, please visit https://www.westbasinca.gov/. A copy of the previous years’ Annual Comprehensive Financial Reports can be obtained at the District’s website: Financial Reports | West Basin MWD.

    Project Details

    • Reference ID: RFP-GR-0124
    • Department: Finance
    • Department Head: Wendy O'kelly (Manager of Finance)

    Evaluation Criteria

    • Respondent Qualifications, Capabilities, and Experience (30 pts)
    • Cost Proposal (20 pts)
    • Professional Qualifications of Key Personnel (20 pts)
    • Technical Approach and Methodology (15 pts)
    • Completeness & Quality of Proposal (10 pts)
    • References (5 pts)
    • Small Business Enterprise Incentive Points (3 pts)
    • Local business Enterprise Incentive Points (3 pts)
    • Sub(s) Small and Local Business Enterprise Verification (1 pts)
    • Interview (10 pts)

    Submission Requirements

    • Proposal Response (required)
      1. Executive Summary Letter

        This letter shall be a brief formal letter from Respondent that provides information regarding the firm and its ability to perform the requirements of this solicitation.  This letter must include the following information:  complete legal company name (as it should appear in a contract), address, contact person, telephone number, and e-mail address. This letter shall identify all materials and enclosures being forwarded in response to this solicitation. The letter must be signed by an individual authorized to bind the proposing entity or by the two corporate officers authorized to bind the proposing entity as set forth in the California Corporations Code.  A proposal submission with an unsigned Executive Summary Letter may result in the proposal being considered non-responsive. 

      2. Qualifications, Capabilities, and Experience

        Respondent shall provide a brief discussion of its qualifications and capabilities to perform work similar in nature to the services requested herein.  Respondent shall provide a brief discussion of its previous experience with engagements that are the same or similar in nature to the services requested herein.

      3. Key Personnel

        Respondent shall provide the names, resumes, and a statement of qualifications of key personnel who are expected to be assigned to this project and shall identify their specific responsibilities.

        In addition, Respondent shall submit a complete list of all subconsultants they intend to utilize in the provision of services requested in this solicitation.  Prevailing wages shall be paid to any subconsultant who provides labor on the project for which a prevailing wage classification has been established by the State of California Department of Industrial Relations.  The District reserves the right to request copies of certified payrolls and any other documentation necessary to verify the payment of prevailing wages and fringe benefits from subconsultants of any tier in accordance with the California Labor Code.

      4. Technical Approach and Methodology

        Respondent shall provide a discussion of ways to maximize benefits or services to West Basin as well as discuss objectives, recommendations and solutions.  Respondent shall provide a project schedule and timeline by task illustrating key deliverables. Respondent is encouraged to identify and recommend any improvements/enhancements for the proposed service, as well as highlight any other issues Respondent deems appropriate.

      5. References

        Respondent’ shall provide a minimum of three (3) references from different clients for engagements performed in the last five (5) years where the services provided were the same or similar nature to the services requested herein.  Respondent’s Reference Information should include:
          1. Client’s name, contact person, contact person’s responsibility and relationship to the project, address, telephone number, and email.
          2. A description of the type and extent of the services provided by Respondent to the client.
          3. Names of key personnel on Respondent’s team that participated in named projects and their specific responsibilities. 
    • Price Proposal (required)

      Respondent shall submit a Price Proposal 5-Year for the services requested in this solicitation. The 5-Year Price Proposal shall be delineated by Task as identified in the Scope of Work. West Basin may accept and incorporate the submitted Price Proposal as part of the award/agreement process without further negotiation or, alternatively, may use it as the basis for negotiations.  Consequently, Respondents are encouraged to provide their best pricing terms. 

      Price Proposal Requirement

      Proposers must submit a separate Price Proposal that clearly identifies the total cost for the services requested. The Price Proposal must include, at a minimum, the following components:

      1. Audit of Annual Financial Statements

      Provide the annual audit fee for the District’s financial statement audit, including:

      •    Conduct a financial audit of the District’s basic financial statements in accordance with auditing standards generally accepted in the United States of America (GAAS).

      •    Audit the general-purpose financial statements and all related supporting documentation and schedules.

      •    Express an opinion on whether the financial statements conform with generally accepted accounting principles (GAAP).

      •    Prepare the Annual Comprehensive Financial Report (ACFR) in accordance with the latest GASB pronouncements and requirements of other regulatory agencies, including Government Finance Officers Association (GFOA) standards.

      •    Assist the District in obtaining and maintaining the GFOA Certificate of Achievement for Excellence in Financial Reporting.

      •    A separate management letter that includes disclosures of material and non-material weaknesses in internal control, disclosures of violations of finance-related legal and contractual provisions, and Auditor recommendations for financial and program management improvements.

      •    Attendance at meetings as necessary to present audit results.

      The fee must include all labor, overhead, and administrative costs associated with performing the annual audit. 

      2. State Controller’s Report - Financial Transactions Report (FTR)

      Provide the cost associated with preparation and submission of the State Controller’s Financial Transactions Report (FTR), including:

      • Compilation of financial data required for the report

      • Review for accuracy and compliance with State Controller reporting requirements

      • Electronic submission to the State Controller’s Office

      3. Single Audit

      Provide the cost for conducting the Single Audit in accordance with:

      • Single Audit Act Amendments

      • Uniform Guidance (2 CFR Part 200)

      The fee should include:

      • Federal program compliance testing

      • Schedule of Expenditures of Federal Awards (SEFA) review

      • Required Single Audit reporting

      Sample Price Proposal Form

      Financial Audit Services

      Fiscal Years Ending June 30, 2026, 2027, 2028

      Optional Extension Years 2029 and 2030

       

      Proposers shall provide a total not-to-exceed price for each fiscal year listed below. All costs associated with the services described in the Request for Proposals must be included in the Price Proposals.

      Service Description

      FY 2026

      FY 2027

      FY 2028

      FY 2029 Extension

      FY 2030 Extension

      Audit of Annual Financial Statements and Annual Comprehensive Financial Report (ACFR)

       

       

       

       

       

      $

       

       

       

       

       

      $

       

       

       

       

       

      $

       

       

       

       

       

      $

       

       

       

       

       

      $

      Annual Report of Financial Transactions (State Controller’s Office Report)

       

       

       

       

      $

       

       

       

       

      $

       

       

       

       

      $

       

       

       

       

      $

       

       

       

       

      $

      Compliance Audit of Federal Awards (Single Audit – when required)

       

       

       

      $

       

       

       

      $

       

       

       

      $

       

       

       

      $

       

       

       

      $

      Total Maximum Price

      $

      $

      $

      $

      $

       

      Notes to Proposers

      1. The proposed fees shall represent the total all-inclusive maximum price for the services described in the Request for Proposals.     
      2. The Audit of Annual Financial Statements includes the examination of the District’s financial statements for each fiscal year in accordance with:
        1. Generally Accepted Auditing Standards (GAAS)    
        2. Government Auditing Standards issued by the U.S. Government Accountability Office (GAGAS)
        3. Standards established by the Government Accounting Standards Board (GASB)
      3. The Compliance Audit of Federal Awards (Single Audit) shall be performed only in years when the District’s federal expenditures meet the threshold requiring a Single Audit under the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance, 2 CFR Part 200).
      4. The Annual Report of Financial Transactions shall be prepared and submitted to the California State Controller’s Office by the applicable statutory deadline.   
      5. All costs, including labor, travel, report preparation, and administrative expenses, must be included in the proposed fees.          

       

      Additional Services (If Requested)

      Proposers shall provide hourly billing rates for additional services not included in the base scope of work.

       

      Classification

      Hourly Rate

      Partner

      $

      Audit Manager

      $

      Senior Auditor

      $

      Staff Auditor

      $

       

    • Proposal Validity (required)

      By clicking YES below, the Respondent agrees to the minimum proposal validity. Responses to this RFP shall be valid for a minimum of 90 days. Submissions not valid for at least 90 daysdays will be considered non-responsive.   

    • Compliance with Insurance Requirements (required)

      Insurance requirements are listed in the in the Sample Agreement. The District will request the actual Accord insurance form and associated documentation when recommendation for award is made. 

      By clicking YES below, the Respondent confirms their ability to provide the required insurance coverage and Accord insurance form.

    • Minimum Requirement(s) Compliance (required)

      In addition to demonstrating that it meets the minimum requirements, Respondent shall affirm that it meets the minimum requirement by confirming below to agree to the following statement:

      “I certify that I meet the minimum requirements of this solicitation.”

      Respondent’s Proposal may be deemed non-responsive if these minimum requirement(s) are not met. The minimum requirements are defined in the Scope of Services.

    • Willingness to Provide Financial Statement (required)

      If selected, Respondent may be requested to submit a complete financial statement for the two most recent years, prepared in accordance with generally accepted accounting principles.  The financial statement must include a balance sheet and income statement. 

      By clicking Yes below, Respondent indicates that they are prepared to substantiate all information provided.  Respondent must indicate herein Respondent’s willingness to provide this information.

    • Small Business Enterprise Verification (required)

      Do you qualify as Small Business Enterprise? 

      Small Business Enterprise (SBE): To be considered as a Small Business Enterprise and to encourage maximum participation, the District will accept a Vendor that meets and is certified to the Federal U.S. Small Business Administration (SBA) size standards, or the SBE standards set by the California Department of General Services (DGS). In addition, the District will accept a Vendor’s self-certification of any local agency within the State of California. All certifications are subject to verification. 

      If yes - respondent must attach documentation of Small Business certification.

    • Upload SBE certification. (required)
    • DIR Registration Verification (required)

      Please provide your current California Department of Industrial Relations (DIR) Registration Number: 

    • Subcontractor DIR Registration Verification

      If applicable, provide your subcontractor(s) current California Department of Industrial Relations (DIR) Registration Number(s): 

    • Local Business Enterprise Verification (required)

      Do you qualify as Local Business Enterprise?

      Local Business Enterprise (LBE):  To be considered as a Local Business Enterprise, a Vendor must provide evidence, in the form of a business license, that the Vendor is located at a fixed commercial or residential address where administrative, clerical, professional or other productive work is performed relative to its commercial purpose.  The Vendor must be located either within the District’s service area or, within 25 miles of the District’s Carson headquarters for a minimum of one year.

      Please click HERE to determine if your firm is considered Local, under Small and Local Business Enterprise Program. 

      If yes - respondent must attach current copy of the firm's business license.

    • Upload business license. (required)
    • Sub(s) Small and Local Business Enterprise Verification (required)

      Do you have a Sub Supplier, Subcontractor or Subconsultant that qualifies as SBE or LBE?

      Participation from either SBE or LBE Sub(s) qualify only if at least 30% of the total compensation paid by the District under the terms of the contract are allocated to and received by the SBE or LBE Sub(s).

      The Prime must include the Sub(s) services and compensation in its Price Form. 

      If yes - the Prime (respondent) must attach current copy of the Sub(s) business license and/or SBE certification.

    • Upload Sub(s) business license and/or SBE certification. (required)
    • Acceptance (required)

      By clicking Yes below, I, on behalf of the Respondent submitting this Proposal, quotation, or bid acknowledge that I have read and understand the subject solicitation and all its attachments.  I further acknowledge that, by submission of a proposal, quotation, or bid in response to the subject solicitation, the Respondent accepts all the terms and conditions set forth in the subject solicitation and its attachments, including, but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions, except as specifically identified in an exception submitted concurrently therewith.

    • How did you first hear about this project? (required)
    • [NEW VENDOR ONLY] New Vendor Form

      Please download the below documents, complete, and upload.

    • [NEW VENDORS ONLY] Attach W9
    • Project Detail / Explanation (required)

      Please provide a brief explanation as to the reason and/or purpose for this procurement.

    • Proposal Validity (required)

      Enter desired proposal validity 

    • Vendor Pricing (required)

      Choose Line Items if you would like to build an electronic pricing table in the software and utilize the low bid evaluation processes within OpenGov. 

      Choose Vendor Upload if you will allow the Vendor to upload their own formatted document for pricing. This option is typically used for best value evaluation. 

    • Will you hold an Interview Phase? (required)
    • How will you evaluate references? (required)
    • Question for Contracts: Sample Agreement

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Contracts will choose the correct sample agreement during review. 

    • Question for Contracts: Professional Liability Insurance

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Please do not change the answer to this question. Contracts will modify during the review of the solicitation. 

    • Question for Contracts: Evaluation Criteria (required)

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Please do not change the answer to this question. Contracts will modify during the review of the solicitation. 

      Note for Contracts - Please switch to NO during review process to hide the Evaluation Table. 

    • Question for Contracts: Prevailing Wages and Labor Compliance Requirements? (required)

      ATTENTION QUESTION FOR CONTRACTS ONLY!

    Questions & Answers

    Q (Vasquez & Company LLP Questions to the West Basin Municipal Water District Regarding RFP to Provide Financial Auditing Services): May you please share why the RFP is being reissued? Understanding this will help us make sure our proposal response meets your current requirements.

    A: Please reference the Notice attached to closed RFP-SM-0114.


    Q (No subject): Can you describe the prior‑year audit timeline and location of work, including planning timeline, fieldwork execution (virtual/in‑person/hybrid), and your preferences going forward?

    A: The prior year audit was conducted fully virtually. However, for a new audit firm, our preference is to begin with an in-person/hybrid approach during the first year to support onboarding, relationship-building, and a thorough understanding of District operations. A hybrid model may be appropriate in subsequent years once familiarity is established. Prior Year Timeline: o Interim Audit: Week of Tuesday, May 27 o Final Audit: Week of Monday, October 6 o Prepared by Client (PBC) Documentation: All requested materials were uploaded approximately two weeks prior to the scheduled audit fieldwork. This Fiscal Year: o Interim Audit: ASAP once RFP is awarded Upon completion of interim fieldwork, the auditor should provide a comprehensive PBC list for the final audit. o Final Audit: Target timing in September/October Preferences Going Forward: o Interim Audit: Target timing in March/April Upon completion of interim fieldwork, the auditor should provide a comprehensive PBC list for the final audit. o Final Audit: Target timing in August/September This revised timeline is intended to improve audit efficiency, allow for earlier issue identification, and better align with financial reporting deadlines.


    Q (No subject): Is the information for the audit available all electronically? If not, what is the exception?

    A: Please refer to Annual Comprehensive Financial Report located at https://www.westbasinca.gov/home/showdocument?id=1733&t=639018391837446007


    Q (No subject): Do you anticipate any major business changes, significant or unusual transactions, or operational, financial reporting, or compliance challenges over the next several years?

    A: The District does not anticipate any major structural changes; however, several factors may impact operations and reporting over the next several years. These include ongoing capital improvement projects, potential changes in vendor contracts, and implementation of new GASB standards. The District may also be subject to Single Audit requirements depending on federal funding levels and will continue to comply with State reporting requirements, including the FTR. Overall, the environment is expected to remain stable, with moderate increases in complexity related to capital projects and regulatory requirements.


    Q (No subject): Are you able to share the reason why you are initiating an RFP?

    A: The contract has expired. It is common practice to solicitate for a new auditor every five years.


    Q (No subject): Is your incumbent allowed to bid on the work as well?

    A: Yes.


    Q (No subject): In addition to the areas of expertise and experience expectations noted in the RFP, are there any other things you are looking for in a future service provider?

    A: All qualifications and desired experience have been outlined in the RFP.


    Q (No subject): Will there be any change in the composition of Investments (Leveling) next fiscal year?

    A: The District currently has a pending RFP that may impact the composition of its investment portfolio. As such, changes may occur in the next fiscal year depending on the outcome of that process. At this time, the nature and extent of any changes are not yet determined. The District will continue to adhere to its investment policy, prioritizing safety, liquidity, and yield.


    Q (No subject): Can you provide us a copy of the required communications report the external auditors provided to management and the governing body to share the results of the audit from the prior year as well as any recent management letters?

    A: https://www.westbasinca.gov/home/showdocument?id=1733&t=639018391837446007


    Q (Requirement to provide financial statement): Has there been any recent staff turnover in your finance and accounting department?

    A: There has only been one staff turnover during fiscal year 25/26.


    Q (No subject): Can you provide a copy of your most recent State Controller's Report Financial Transactions Report (FTR).

    A: https://districts.bythenumbers.sco.ca.gov/#!/year/2024/revenue/0/entity_name/West+Basin+Municipal+Water+District/


    Q (No subject): If available, can you please provide the prior contracted audit fees and total annual hours incurred by the incumbent auditor for the most recent audit engagement?

    A: $51,920 – District Auditing Fees $6,100 – Single Audit $58,020 - Total


    Q (No subject): On page 17, submittal requirement 10.6 requests that, if selected, the respondent may be asked to provide audited financial statements for the two most recent years prepared in accordance with GAAP. As our firm’s financial statements are internal and confidential and not publicly available, would the District accept alternative evidence of financial stability (e.g., a bank letter)? If not, would the inability to provide full financial statements result in disqualification? If alternative documentation is acceptable, may we select “Yes” with the understanding that such alternative evidence would be provided?

    A: Financial statements may be requested on a case-by-case basis to evaluate financial stability, mitigate the risk of contract default, and ensure ethical business practices when public funds are involved. Financial statements submitted would be exempt from the Public Records Act. Failure or refusal to provide financial statements upon request may result in disqualification.


    Key dates

    1. March 16, 2026Published
    2. April 14, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.