Loading...
HomeMy Public PortalAbout08 August 24, 2015 Budget & implementation" RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE MEETING AGENDA RECORDS TIME: 9:30a.m. " " DATE: LOCATION: Monday, August 24, 2015 BOARD ROOM County of Riverside Administrative Center 4080 Lemon Street, First Floor, Riverside '19-COMMITTEE MEMBERS ~ Bob Magee, Chair I Natasha Johnson, City of Lake Elsinore Jan Harnik, Vice Chair I Susan Marie Weber, City of Palm Desert Brenda Knight I Jeff Fox, City of Beaumont Ella Zanowic I Jim Hyatt, City of Calimesa Dawn Haggerty I Jordan Ehrenkranz, City of Canyon Lake Greg Pettis I Shelley Kaplan, City of Cathedral City Steven Hernandez/ To Be Appointed, City of Coachella Scott Matas I Russell Betts, City of Desert Hot Springs Linda Krupa I Paul Raver, City of Hemet Dana Reed I Douglas Hanson, City of Indian Wells Rick Gibbs I Jonathan Ingram, City of Murrieta Rusty Bailey I Andy Melendrez, City of Riverside Michael Naggar I Michael McCracken, City of Temecula John F. Tavaglione, County of Riverside, District II Chuck Washington, County of Riverside, District Ill '19-STAFF~ Anne Mayer, Executive Director Theresia Trevino, Chief Financial Officer ~ AREAS OF RESPONSIBILITY ~ Annual Budget Development and Oversight Competitive Federal and State Grant Programs Countywide Communications and Outreach Programs Countywide Strategic Plan Legislation Public Communications and Outreach Programs Short Range Transit Plans Comments are welcomed by the Committee. If you wish to provide comments to the Committee, please complete and submit a Speaker Card to the Clerk of the Board. COMM-BI-00027 Tara Byerly From: Tara Byerly Sent: To: Wednesday, August 19, 2015 10:18 AM Tara Byerly Cc: Jennifer Harmon Subject: RCTC: Budget and Implementation Committee Agenda 08.24.2015 Importance: High Good morning Budget and Implementation Committee Members: Attached below is the link to the Budget and Implementation Committee Agenda for the meeting scheduled @ 9:30 a.m. on Monday, August 24. http://www.rctc.org/uploads/media items/budget-and-implementation-committe-august-24-2015.original.pdf Also, attached for your review and information is the conflict of interest memo and form. Let me know if you have any questions. Thank you. Conflict of Conflict of Interest Form.pdflnterest Memo.pdf Respectfully, Tara S. <Byer[y Deputy Clerk of the Board Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 (951) 787-7141 1 Riverside County Transportation Commission TO: FROM: DATE: SUBJECT: Riverside County Transportation Commission Jennifer Harmon, Clerk of the Board August 19, 2015 Possible Conflicts of Interest Issues -Budget and Implementation Committee Agenda of August 24, 2015 The August 24, 2015 agenda of the Budget and Implementation Committee includes items which may raise possible conflicts of interest. A RCTC member may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from any entity or individual listed. Agenda Item No. 11 -Congestion Management Program Monitoring Consultant(s): VRPA Technologies, Inc. 4630 W. Jennifer, Suite 105 Fresno, CA 93722 Georgiena M. Vivian, President Agenda Item No. 13 -Authorization to Execute the Funds Transfer Agreement and Approval of Amendment for Forecasting Services with HDR, Inc. and Bridge Funding for the Coachella Valley -San Gorgonio Pass Rail Corridor Service Development Plan Consultant(s): HDR Engineering, Inc. 2280 Market Street, Suite 100 Riverside, CA 92501 Kip Field, Vice President " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE www.rctc.org AGENDA* *Actions may be taken on any item listed on the agenda 9:30a.m. Monday, August 24, 2015 BOARDROOM County Administrative Center 4080 Lemon Street, First Floor Riverside, California In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting at the Commission office, 4080 Lemon Street, Third Floor, Riverside, CA, and on the Commission's website, www.rctc.org. In compliance with the Americans with Disabilities Act, Government Code Section 54954.2, and the Federal Transit Administration Title VI, please contact the Clerk of the Board at (951} 787-7141 if special assistance is needed to participate in a Commission meeting, including accessibility and translation services. Assistance is provided free of charge. Notification of at least 48 hours prior to the meeting time will assist staff in assuring reasonable arrangements can be made to provide assistance at the meeting. 1. 2. 3. 4. CALL TO ORDER PLEDGE OF ALLEGIANCE ATTENDANCE/ ROLL CALL PUBLIC COMMENTS -Each individual speaker is limited to speak three (3) continuous minutes or Jess. The Committee may, either at the direction of the Chair or by majority vote of the Committee, waive this three minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two {2} continuous minutes. Also, the Committee may terminate public comments if such comments become repetitious. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distributed or presented to the Committee shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items . Under the Brown Act, the Board should not take action on or discuss matters raised during public comment portion of the agenda which are not listed on the agenda. Board members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. Budget and Implementation Committee August 24, 2015 Page 2 5. APPROVAL OF MINUTES-JUNE 22, 2015 6. ADDITIONS/REVISIONS (The Committee may add an item to the Agenda after making a finding that there is a need to take immediate action on the item and that the item came to the attention of the Committee subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Committee. If there are less than 2/3 of the Committee members present, adding an item to the agenda requires a unanimous vote. Added items will be placed for discussion at the end of the agenda.) 7 · CONSENT CALENDAR -All matters on the Consent Calendar will be approved in a single motion unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the Consent Calendar will be placed for discussion at the end of the agenda. 7A. QUARTERLY FINANCIAL STATEMENTS Page1 Overview This item is for the Committee to: • 1) Receive and file the Quarterly Financial Statements for the year ended • June 30, 2015; and 2) Forward to the Commission for final action. 78. SINGLE SIGNATURE AUTHORITY REPORT Page 10 Overview This item is for the Committee to: 1) Receive and file the Single Signature Authority report for the fourth quarter ended June 30, 2015; and 2) Forward to the Commission for final action. 7C. QUARTERLY SALES TAX ANALYSIS Page 12 Overview This item is for the Committee to: 1) 2) Receive and file the sales tax analysis for Quarter 1 2015 (lQ 2015); and Forward to the Commission for final action. • " " " Budget and Implementation Committee August 24, 2015 Page 3 7D. QUARTERLY INVESTMENT REPORT Page21 Overview This item is for the Committee to: 1) Receive and file the Quarterly Investment Report for the quarter ended June 30, 2015; and 2) Forward to the Commission for final action. 8. CALPERS DELEGATION OF AUTHORITY TO REQUEST DISBURSEMENTS Page 79 Overview This item is for the Committee to: 1) 2) Designate the Chief Financial Officer, Deputy Executive Director, and Deputy Director of Finance to request disbursements from the CalPERS pre-funding plan; Authorize the Chair to execute the Delegation of Authority to Request Disbursements; and 3) Forward to the Commission for final action . 9. REVISIONS TO PROCUREMENT POLICY MANUAL Page81 Overview This item is for the Committee to: 1) Approve the revised Riverside County Transportation Commission Procurement Policy Manual (PPM) for the procurement and contracting activities undertaken by the Commission, pursuant to legal counsel review as to conformance to state and federal law; 2) Adopt Resolution No. 15-017, "Resolution of the Riverside County Transportation Commission Regarding the Revised Procurement Policy Manual"; and 3) Forward to the Commission for final action. 10. 2016 STATE TRANSPORTATION IMPROVEMENT PROGRAM UPDATE Page145 Overview This item is for the Committee to: 1) Approve reprogramming State Transportation Improvement Program (STIP) projects as reflected in Table A; and 2) Forward to the Commission for final action. Budget and Implementation Committee August 24, 2015 Page 4 11. CONGESTION MANAGEMENT PROGRAM MONITORING Page 147 Overview This item is for the Committee to: 1) Approve Agreement No. 10-65-114-04, Amendment No. 4 to Agreement No. 10-65-114-00, with VRPA Technologies for continued monitoring of the Congestion Management Program (CMP) system of highways and roads per federal requirements for an additional amount of $28,167, and a total amount not to exceed $286,960; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 12. FISCAL YEAR 2015/16 ANNUAL LOCAL TRANSPORTATION FUND PLANNING ALLOCATIONS TO WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS AND COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS Page 153 Overview This item is for the Committee to: 1) Approve an allocation of Local Transportation Fund (LTF) planning funds in the amount of $684,750 for Western Riverside Council of Governments (WRCOG) and $373,500 for the Coachella Valley Association of Governments (CVAG) for efforts identified in each agency's FY 2015/16 LTF Program Objectives/Work Plan (Work Plan) that support transportation planning programs and functions consistent with regional and subregional plans, programs and requirements; and 2) Forward to the Commission for final action. 13. AUTHORIZATION TO EXECUTE THE FUNDS TRANSFER AGREEMENT AND APPROVAL OF AMENDMENT FOR FORECASTING SERVICES WITH HOR, INC. AND BRIDGE FUNDING FOR THE COACHELLA VALLEY -SAN GORGONIO PASS RAIL CORRIDOR SERVICE DEVELOPMENT PLAN Page 162 Overview This item is for the Committee to: 1) Authorize the Executive Director to execute the Caltrans Division of Rail (Caltrans) fund transfer agreement; • • • " " " Budget and Implementation Committee August 24, 2015 Page 5 2) Approve Agreement No. 14-25-072-01, Amendment No. 1 to Agreement No. 14-25-072-00, with HDR, Inc. (HDR) for rail forecasting services, for an additional amount of $69,450, and a total amount not to exceed $1,917,095, with bridge funding from Coachella Valley Rail fund reserves in advance of Commission receipt of Federal Railroad Administration (FRA) grant funds; and 3) Forward to the Commission for final action. 14. FEDERAL AND STATE LEGISLATION UPDATE Page164 Overview This item is for the Committee to: 1) Receive and file an update on federal and state legislation; and 2) Forward to the Commission for final action. 15. COMMISSIONERS/ STAFF REPORT 16. Overview This item provides the opportunity for the Commissioners and staff to report on attended and upcoming meeting/conferences and issues related to Commission activities. ADJOURNMENT AND THE NEXT MEETING The next Budget and Implementation Committee meeting is scheduled to be held at 9:30 a.m., Monday, September 28, 2015, Board Chambers, First Floor, County Administrative Center, 4080 Lemon Street, Riverside . RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE ROLL CALL AUGUST 24, 2015 County of Riverside, District II County of Riverside, District Ill City of Beaumont City of Calimesa City of Canyon Lake City of Cathedral City City of Coachella City of Desert Hot Springs City of Hemet City of Indian Wells City of Lake Elsinore City of Murrieta City of Palm Desert City of Riverside City of Temecula Absent ~ D D D )!{ D D D D G\ •• 3, •. M. D D D D D D RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITTEE SIGN-IN SHEET AUGUST 24, 2015 NAME AGENCY E MAIL ADDRESS (_I"· ,, 01 -'-"' /i ~ V'"\C(.,V\ ck__'-c,J.., J. r" ei. c.. ~ "fienda ~ n ~-q h f-' v /Jrt>r.rimJ'iYI. !-rA.\-C\ {)if- r~ 'l-lt:J U---:/~. Ml /-T,J',, I :.z/ I r I t'3tY I a....' e;_. '-.4 ;.~ •~ ~ , ,,. . ,, """ • l.1A- f(dr) fl)/} /;<tJtL l-r~ Bl~Je:__/ ::::...-"' I }~\l\L ~ 1 M TJ:---.l=""DI '-... }A.f... I ( Wr'fk~ 'f2 ' F?o;; J 6<f ~/~'Jj:J ....- ~ 1 ;,,,., y , I e'°~/rt/~ =-r--:.. < // ~, .. ~ ·~ S~ / TO I ~·-, -, <;. ·yc,r c~ G./ gfi,_p 1-t t/ /L fl.1 ~ ?--R / G{Z._Eb ?c__ Tl\ s c~~(~ M::r.t..e NAc..r.;z:....-ie_ Tr:: )'LI\_ I I-1) 0 lA &LA.! . J-l .4\"\ ('(\Al T r1. J,'_-_ We.)\., ( I:! / " " AGENDA ITEM 5 " MINUTES " . 1 ' " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION BUDGET AND IMPLEMENTATION COMMITIEE Monday, June 22, 2015 MINUTES 1. CALL TO ORDER The meeting of the Budget and Implementation Committee was called to order by Chair Bob Magee at 9:30 a.m., in the Board Room at the County of Riverside Administrative Center, 4080 Lemon Street, First Floor, Riverside, California, 92501. 2. PLEDGE OF ALLEGIANCE 3 " At this time, Commissioner Steve Adams led the Budget and Implementation Committee in a flag salute. ROLL CALL Members/ Alternates Present Steve Adams Dawn Haggerty Douglas Hanson Jan Harnik Steven Hernandez* Brenda Knight Linda Krupa Bob Magee Scott Matas Michael Naggar John Tavaglione* Ella Zanowic *Arrived after the meeting was called to order Members Absent Greg Pettis Rick Gibbs Chuck Washington 4. PUBLIC COMMENTS There were no requests to speak from the public . RCTC Budget and Implementation Committee Minutes June 22, 2015 Page 2 5. APPROVAL OF MINUTES-APRIL 27, 2015 M/S/C (Matas/Harnik) to approve the minutes of April 27, 2015 meeting as submitted. 6. ADDITIONS / REVISIONS There were no additions or revisions to the agenda. 7. FEDERAL TRANSIT ADMINISTRATION PROPOSED TRIENNIAL OVERALL DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOAL FOR FEDERAL FISCAL YEARS 2016-18 Matt Wallace, Procurement Manager, presented the Federal Transit Administration proposed triennial overall Disadvantaged Business Enterprise Program goal for Federal Fiscal Years 2016-18. At this time, Commissioner John Tavaglione joined the meeting. M/S/C (Krupa/ Adams) to: 1) Adopt 10.8 percent as the Commission's Federal Transit Administration (FTA) proposed triennial Overall Disadvantaged Business Enterprise (DBE) race-neutral goal for Federal Fiscal Years 2016-18 for the period October 1, 2015 to September 30, 2018; 2) Adopt Resolution No. 15-016, "Resolution of the Riverside County Transportation Commission Adopting Its Triennial Overall Disadvantaged Business Enterprise Program Goal (49 CFR Part 26} as it Applies to Funding Received Directly from the Federal Transit Administration"; 3) Authorize the Executive Director to approve final adjustments to the DBE race-neutral goal for FFY 2016-18 as a result of comments received during the public notice and comment period; and 4) Forward to the Commission for final action. 8. 2009 MEASURE A LOCAL STREETS AND ROADS MAINTENANCE OF EFFORT BASE YEAR REQUIREMENTS FOR EASTVALE AND JURUPA VALLEY Eric DeHate, Staff Analyst, provided an overview for the 2009 Measure A Local Streets and Roads maintenance of effort base year requirements for the cities of Eastvale and Jurupa Valley. • • • " " " RCTC Budget and Implementation Committee Minutes June 22, 2015 Page 3 M/S/C (Matas/Harnik) to: 1) Approve the 2009 Measure A Local Streets and Roads (LSR) Maintenance of Effort (MOE) base year requirement of $38,949 for the city of Eastvale (Eastvale); 2) Approve the 2009 Measure A LSR MOE base year requirement of $0 for the city of Jurupa Valley (Jurupa Valley); and 3) Forward to the Commission for final action. 9. FISCAL YEARS 2016-20 MEASURE A FIVE-YEAR CAPITAL IMPROVEMENT PLANS FOR LOCAL STREETS AND ROADS Eric DeHate presented the FYs 2016-20 Measure A Five-Year Capital Improvement Plans (CIP) for Local Streets and Roads. He expressed appreciation to all of the respective city engineers, public works directors, and staff involved for this year's CIP submittals. Chair Magee expressed concern the Commission's legal counsel was not available to address the issue of the city of Lake Elsinore (Lake Elsinore) being in non-compliance based on development agreements Western Riverside Council of Governments (WRCOG) determined are not exempt from Transportation Uniform Mitigation Fees (TUMF), even though significant infrastructure was constructed. He explained it will be a continuing item in closed session for Lake Elsinore and expressed Lake Elsinore has always been a good partner both in TUMF and the Multiple Species Habitat Conservation Plan. M/S/C (Adams/Matas) to: 1) Approve the Fiscal Years 2016-20 Measure A Five-Year Capital Improvement Plans (CIPs) for Local Streets and Roads (LSR) as submitted; and 2) Forward to the Commission for final action. 10. 2016 STATE TRANSPORTATION IMPROVEMENT PLAN UPDATE Shirley Medina, Planning and Programming Director, presented the 2016 State Transportation Improvement Program (STIP) plan update, highlighting the following areas: " STIP and fund estimate; " Past STIP cycles; " 2014 STIP projects; " " " STIP intracounty formula; 2016 STIP and STIP project selection; and 2016 STIP submittal timeline . RCTC Budget and Implementation Committee Minutes June 22, 2015 Page4 At this time, Commissioner Steven Hernandez joined the meeting. Commissioner Dawn Haggerty expressed concern for the lack of rail commuting options along Interstate 15 for residents between Lake Elsinore and Temecula who work in Los Angeles and Orange Counties and asked if this has been considered. Anne Mayer discussed the Commission's Commuter Rail Feasibility Study conducted in 2005, including the proposed areas for rail extensions. She explained none of those corridors are included in Measure A since there is no independent source of funding. Staff is working on a strategic assessment for discussion at the January 2016 Commission Workshop to look at the suite of projects the Commissioners and members of the community are interested in. She then highlighted the current rail projects. Ms. Mayer stated in the short-term for rail, the 1-15 corridor is constrained by a lack of funding, not by a lack of vision. In response to Commissioner Haggerty's question about the federal grant funds, Anne Mayer replied the Coachella Valley-San Gorgonio Pass Rail Corridor Study is different as this is for Amtrak service to the Coachella Valley on existing Union Pacific Railroad lines. She discussed the federal grant funds for the planning and environmental work for Phase I of this study. Anne Mayer then stated staff will work with the project sponsors for the Commission's existing STIP projects to ensure the projects are on schedule and ready to be delivered as committed to in the STIP. M/S/C (Adams/Harnik) to: 1) Approve the formula percentage distribution among the three geographic areas in Riverside County (Western County, Coachella Valley, and Palo Verde Valley) based on taxable sales per the State Transportation Improvement Program (STIP) lntracounty Memorandum of Understanding (MOU) for purposes of preparing the 2016 STIP submittal; and 2) Forward to the Commission for final action. 11. RIVERSIDE COUNTY TRANSIT SERVICES FUNDING ALLOCATION FOR FISCAL YEAR 2015/16 Fina Clemente, Transit Manager, presented the FY 2015/16 funding allocation for Riverside County transit services, highlighting the following areas: • • • Short Range Transit Plans (SRTP) for FY 2015/16-FY 2017/18; Riverside County FY 2015/16 transit funding request; FY 2014/15 vs. FY 2015/16 operating and capital costs; • • • " " " RCTC Budget and Implementation Committee Minutes June 22, 2015 Page 5 " FY 2015/16 transit financial plan by revenue source; and " FY 2015/16 transit revenue outlook: Local Transportation Fund (LTF), Measure A, and State Transit Assistance Fund (STA) funds. Anne Mayer briefed the Committee on the Public Employees' Pension Reform Act of 2013 (PEPRA) issue and discussed its impact on the transit agencies and short-term measures to assist them. Staff will provide an update at the July Commission meeting. In response to Commissioner Steven Hernandez's question if the transit agencies are working on an alternative plan if the PEPRA issue is not resolved, Anne Mayer replied the transit agencies have started preliminary work on potential service cuts. By September 2015, the Commission could be in a situation to come up with a plan for immediate service cuts. In response to Commissioner Hernandez's question regarding Commissioner participation on this issue, Anne Mayer replied interested Commissioners should contact Aaron Hake. Anne Mayer stated staff has been providing the delegation members with facts and details. She asked Aaron Hake to discuss Congressman Calvert's correspondence circulating to get signatures and who will sign the letter . Aaron Hake discussed the letter that will be sent to the DOL signed by approximately 12 members of the California Congressional Delegation. This was an effort led by Congressman Calvert and he discussed the potential signatures from other congressmen and about contacting all of the staffs of the members of the delegation. He explained there have been discussions with Congressman Calvert about potential legislative options as the appropriations process goes through for the next fiscal year for the federal government and will provide an update at the July Commission meeting. Mr. Hake then added the representative labor groups have strongly communicated to the congressional offices they should not sign Congressman Calvert's letter. Staff has been involved in making sure the members have the facts to decide for themselves. M/S/C (Zanowic/ Adams) to: 1) 2} 3) 4) 5} Conduct a public hearing at its July Commission meeting on the proposed Section 5307 Program of Projects (POP}; Approve the Fiscal Year 2015/16 Federal Transit Administration's (FTA} Section 5307 and 5311 POP for Riverside County; Approve the FY 2015/16 Local Transportation Fund (L TF} and State Transit Assistance (STA) fund allocations for transit; Direct staff to add projects into the Federal Transportation Improvement Program (FTIP}; Adopt Resolution No. 15-014, "Resolution of the Riverside County Transportation Commission to Allocate State Transit Assistance Funds"; RCTC Budget and Implementation Committee Minutes June 22, 2015 Page 6 6) 7) Approve the disbursement of $4,798,000 in LTF funds to Riverside Transit Agency (RTA) as a bridge loan due to the United States Department of Labor (DOL) suspension of federal funds due to Public Employees' Pension Reform Act of 2013 (PEPRA) issues; and Forward to the Commission for final action. At this time, Commissioners Douglas Hanson and John Tavaglione left the meeting. 12. RIVERSIDE COUNTY PUBLIC TRANSPORTATION: ANNUAL COUNTYWIDE PERFORMANCE REPORT FOR FISCAL YEAR 2013/14 Martha Durbin, Staff Analyst, presented the Riverside County Public Transportation Annual Countywide Performance Report (Countywide Report) for FY 2013/14, highlighting the following areas: • Countywide report FY 2013/14; • Farebox recovery ratio, trips per capita, and resources; and • Riverside County annual passenger trips by mode, four reporting periods. M/S/C (Krupa/ Adams) to: 1) Receive and file the Riverside County Public Transportation Annual Countywide Performance Report (Countywide Report) for Fiscal Year 2013/14;and 2) Forward to the Commission for final action. At this time, Commissioner Hanson rejoined the meeting. 13. FEDERAL LEGISLATION UPDATE ON NEPA RECIPROCITY ACT (H.R. 2497) Aaron Hake presented an update on federal legislative activities. M/S/C (Adams/Harnik) to: 1) Adopt the following billposition -H.R. 2497 -Support; and 2) Forward to the Commission for final action. 14. COMMISSIONERS/ EXECUTIVE DIRECTOR REPORT 14A. Commissioner Adams expressed appreciation for the opportunity to represent the city of Riverside on the Commission and acknowledged Anne Mayer and staff for doing an outstanding job. • • • " " " RCTC Budget and Implementation Committee Minutes June 22, 2015 Page 7 Commissioner Michael Naggar expressed appreciation and commended Commissioner Adams for his service to the Commission. Anne Mayer expressed appreciation to Commissioner Adams for his comments and also expressed gratitude on behalf of the entire Commission for his contributions over the past several years. 15. ADJOURNMENT AND NEXT MEETING There being no further business for consideration by the Budget and Implementation Committee, the meeting was adjourned at 10:28 a.m. The next meeting of the Budget and Implementation Committee is scheduled for July 27, 2015, at 9:30 a.m. Respectfully submitted, Jennifer Harmon Clerk of the Board " AGENDA ITEM 7A " " " " " RIVERSIDE COUNTY TRANSPORTA T/ON COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Michele Cisneros, Deputy Director of Finance THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Quarterly Financial Statements STAFF RECOMMENDATION: This item is for the Committee to: 1) Receive and file the Quarterly Financial Statements for the year ended June 30, 2015; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: During the past fiscal year, staff monitored the revenues and expenditures for the Commission . The attached financial statements present the revenues and expenditures for the 12 months of FY 2014/15. Many accrual adjustments for revenues and expenditures have been made for June 30, 2015, and are reflected. in these financial statements; however, staff wiH continue to make year-end accr~al adjustments depending upon materiality through the completion of the audit in October. The operating statement shows.sales tax revenues through the fourth quarter at 86 percent of the budget. This is a result of the Governmental Accounting Standards Board (GASB} Statement No. 33. GASB 33 requires sales tax revenue to be accrued for the period in which it is collected at point of sale. The State Board of Equalization collects the Measure A funds and remits these funds to the Commission after the reporting period for the business. This creates a two-month lag in the receipt of revenues by the Commission. Accordingly, these financial statements reflect the revenues related to collections through May 2015. On a cash basis through June 30, 2015, the Measure A and Local Transportation Fund (LTF) sales tax receipts are 4.46 percent and 5.96 percent higher, respectively, than the same period last fiscal year. At the January 14 meeting, staff presented the FY 2014/15 mid~year revenue projections and recommended that the Commission maintain the current year revenue projections for Measure A and LTF revenues at $167 million and $81.5 million, respectively. State Transit Assistance Fund receipts of $3.5 million for the third quarter were received in May 2015. Staff will continue to monitor the trends in sales tax receipts and report to the Commission any necessary adjustments, if material. Agenda Item 7A 1 Federal, state, and local revenues are on a reimbursement basis. The Commission will receive these revenues as eligible project costs are incurred and invoiced to the respective agencies. Significant federal and state reimbursements are related to the Perris Valley Line, Interstate 215 corridor improvement, and State Route 91 high occupancy vehicle (HOV) lane projects. The following is an analysis of federal and state reimbursement revenues reflected in this quarterly financial report: Federal Reimbursement Revenue~s State Reimbursement Revenues Budget Actual Budget Actual Highways SR-91 HOV Lanes $ 5,543,000 $ 129,677 $ -$ 1-215 40,676,000 21,595,692 Other 1,340,000 708,801 68,677 Total 6,883,000 838,478 40,676,000 21,664,369 Rail Perris Valley Line 69,652,500 44,732,561 45,668,000 8,328,391 Other 2,500,000 1,300,000 3,589,325 Total 72,152,500 44,732,561 46,968,000 11,917,716 Other 4,315,900 2,903,857 4,859,000 3,491,760 Total $ 83~351,400 $ 48,474;896 $ 92,503,000 $ 37,073,845 Staff will continue to prepare year-end reimbursement accrual adjustments in connection with the year-end closing and audit process; however, actual federal and state reimbursement revenues, as presented above, are below budgeted amounts primarily due to delays on the 1-215 and Perris Valley Line projects. Local reimbursements are below budgeted amounts primarily due to delays in traffic signal improvements, lower than anticipated reimbursable expenditures for the Perris Valley Line improvements in the city of Perris, and delayed closing of sate of excess Commission-owned rail property. During the FY 2014/15 budget process, the Commission took a conservative approach in estimating Transportation Uniform Mitigation Fee (TUMF) revenues of $8 million passed through Western Riverside Council of Governments (WRCOG)~ At the January 14 meeting, the Commission approved the revised FY 2014/15 revenue projections and increased the TUMF revenues to $12 million. Actual TUMF revenues through May are approximately $15.7 million. The budgeted balance of $154,500 relates to TUMF zone reimbursements from WRCOG for the 74/215 interchange project. Staff will continue to prepare year-end TUMF revenue and reimbursement revenue accrual adjustments in connection with the year-end closing and audit process. Other revenues include property management revenues generated from properties acquired in connection with the SR-91 Corridor Improvement Project (91 Project) and various rail properties. Agenda Item 7 A 2 • • • " " " The Commission took a conservative approach in estimating investment income for FY 2014/15 as a result of flat interest yields on investment balances. Investment income is above budgeted amounts primarily as a result of the investment of sales tax and toll revenue bond proceeds. Staff will continue to prepare year-end investment income accrual adjustments in connection with the year-end closing and audit process. The expenditure and other financing source/use categories are in line overall with the expectations of the budget with the following exceptions. Staff will continue to prepare year- end expenditure accrual adjustments in connection with the year-end closing and audit process. " Salaries and benefits expenditures are under budget due to unused full-time equivalents and budget authority; " Professional services expenditures are under budget due to unused budget authority for rail and station development planning, debt and investment management, and various projects' legal services; " Support costs are under budget due to unused budget authority for the marketing of new rail service and rail safety advertisements, rail operations and station maintenance, and motorist assistance call box upgrades; " Program operations are under budget due to unused budget authority for 91 Project permit activities, motorist and commuter assistance program operations, and rail program management and operations related to the Perris Valley Line project; " Engineering, construction, design-build, and right of way/land expenditures relate to various capital projects. The status of significant capital projects with budgets exceeding $5 million is discussed in the attached; " Operating and capital disbursements are made as claims are submitted to the Commission by transit operators; " Special studies are under budget due to unused budget authority for toll operations and rail feasibility studies; " Local streets and roads expenditures are related to the timing of Measure A sales tax revenue accrual adjustments for June and the cleanup, which will be determined in late August and September. That will have a direct effect on the local streets and roads turn-back expenditures to local jurisdictions; " Regional arterial expenditures primarily represent expenditures for the highways and regional arterial program administered by the Coachella Valley Association of Governments (CVAG). CVAG requests reimbursements from the Commission based on available funds and sufficient budget authority; " Debt service interest expenditures on the 2010 and 2013 Sales Tax Bonds and the 2013 Toll Bonds are made annually in December and June, while interest expenditures on the 2009 Sales Tax Bonds are made monthly due to the variable rate nature of the bonds. Principal payments on the 2009 and 2010 Sales Tax Revenue Bonds are made annually in June. Principal payments for the 2013 Sales Tax Bonds and the 2013 Toll Bonds are not expected to begin until June 2018 and June 2022, respectively; Agenda Item 7 A 3 " The Transportation Infrastructure Finance and Innovation Act (TIFIA) loan with the U.S . Department of Transportation is subordinate to the 2013 Toll Bonds. During the fourth quarter, the Commission drew down $48.9 million in TIFIA loan proceeds. During construction of the 91 Project and for a period of up to five years following substantial completion, interest is compounded and added to the initial TIFIA loan. TIFIA debt service payments are expected to commence on December 1, 2021, which is approximately five years after substantial completion of the 91 Project, through June 1, 2051;and " Capital outlay expenditures are under budget due to unused budget authority for station security improvements and Commission network, hardware, and software improvements. Attachments: 1) Quarterly Financial Statements -June 2015 2) Quarterly Project Status -June 2015 Agenda Item 7 A 4 " " " RIVERSIDE COUNTY TRANPORTATION COMMISSION ATTACHMENT 1 QUARTERLY BUDGET TO ACTUAL 4TH QUARTER • FOR TWELVE MONTHS ENDED 6/30/2015 FY 2014/15 4TH QUARTER REMAINING PERCENT BUDGET ACTUAL BALANCE UTILIZATION Revenues Sales tax $ 261,444,700 $ 225,368,638 $ (36,076,062) 86% Federal reimbursements 83,351,400 48,474,896 (34,876,504) 58% State reimbursements 92,503,000 37,073,845 (55,429, 155) 40% Local reimbursements 6,461,000 1,124,169 (5,336,831) 17% Transportation Uniform Mitigation Fee 12,154,600 15,717,061 3,562,461 129% Other revenues 575,000 1,622,531 1,047,531 282% Investment income 2,450,900 5,349,892 2,898,992 218% Total revenues 458,940,600 334,731,032 (124,209,568) 73% Expenditures Salaries and benefits 8,330,300 7,365,268 965,032 88% Professional and support Professional services 17,000,100 11,243,337 5,756,763 66% Support costs 5,928,400 4,030,519 1,897,881 68% Total Professional and support costs 22,928,500 15,273,856 7,654,644 67% Projects and operations Program operations -general 21,597,200 13,914,687 7,682,513 64% Engineering 18,079,600 7,762,730 10,316,870 43% Construction 241,660,180 128,043,062 113,617,118 53% Design Build 255,303,500 187,496,856 67,806,644 73% Right of way/land 186,800,400 66,557,384 120,243,016 36% Operating and capital disbursements 139, 169,289 87,460,977 51,708,312 63% Special studies 1,220,000 268,642 951,358 22% Local streets and roads 49,882,000 42,850,143 7,031,857 86% • Regional arterials 30,600,000 17,273,467 13,326,533 56% Total projects and operations 944,312,169 551,627,948 392,684,221 58% Debi service Principal 7,400,000 7,400,000 100% Interest 47,296,200 45,900,072 1,396,128 97% Total debt service 54,696,200 53,300,072 1,396,128 97% Capital outlay 3,782,000 475,334 3,306,666 13% Total Expenditures 1,034,049, 169 628,042,478 406,006,691 61% Excess revenues over (under) expenditures (575, 108,569) (293,311,446) 416,323,561 51% Other financing sources/(uses) Operating transfer in 526,661,100 218,840,890 (307 ,820,210) 42% Operating transfer out (526,661,100) (218,840,890) 307,820,210 42% TIFIA loan proceeds 191,600,000 48,904,095 (142,695,905) 26%. Total financing sources/(uses) 191,600,000 48,904,095 142,695,905 26% Net change in fund balances (383,508,569) (244,407,351) 559,019,466 64% Fund balance July 1, 2014 986,842,300 1,031,476,421 44,634,121 105% Fund balance June 30, 2015 $ 603,333,731 $ 787,069,070 $ 603,653,587 130% • 5 Revenues Sales tax • Federal reimbursements State reirnbunements Local reimbursements Transportation Uniform Mitigation Fee other revenues Investment income Total revenues EXPenditures Salaries and benefits Professional and support Professional seivices Support costs Total Professional and support costs Projects and operations Program operations • general Engineering Construction Design Build Right of wayAand Operating and capital disbursements Special studies Local streets and roads Regional arterials Total projecbl. and operations Debt service Principal Interest Total debt service Capital outlay Total Expenditures Excess revenues over (under) expenditures Other financinA sources/{ uses) Operating transfer In Operating transfer out TIFIA loan proceeds Total financing sources/{ uses) Net change in fund balances Fund balance July 1, 2014 Fund balanoe June 30, 2015 GENERAL FUND 2,900,000 $ 13,470 412,152 238,943 FSP/ SAFE 3,209,467 115,913 MEASURE A SALES TAX WESTERN COUNTY COACHELLA VALLEY PALO VERDE VALLEY • RNERSIDE COUNTY TRANSPORTATION COMMISStoN QUARTERLY BUDGET TO ACTUAL BY FUND SPECIAL REVENUE FUNDS TRANSPORTATION DEVELOPMENT ACT LOCAL TRANSPORTATION FUND STATE TRANSIT ASSISTANCE 4TH QUARTER FOR TWELVE MONTHS ENDED 6130/2011 TRANSPORTATION UNIFORM MITIGATION FEE (TUMF) COACHELLA VALLEY RAIL AGENCY FUND CAPITAL PROJECTS FUNDS COMMERCIAL PAPER SALES TAX BONDS TOLL REVENUE BONDS • DEBT SERVICE COMBINED TOTAL 106,812,909 $ 33,199,125 $ 982,844 $ 71,739,896 $ 9,733,864 $ $ $ $ - $ $ - $ - $ 225,368,638 45,697,008 2,764,418 48,474,896 33,452,226 37,073,845 266,222 3,091 500,000 1, 124, 169 (29,884) 15,746,945 15,717,061 1,052,476 848 569,207 1,622,531 29,994 20.560 751.045 97.923 241.371 192.839 195.881 12.205 1.746.669 708.324 1n.831 1.115.250 5,34:M92 4,647,035 3,346,788 187.518.733 33,297,048 -982,844 11,984,358 9,926.703 15,942,826 12,205 soo.ooo 1,746,669 708,324 1n.831 -3,939,668 334,731,032 4,221,664 85,311 2,732,054 3,909 272,664 43.430 6,236 7,365,268 1,672,944 668,460 7.834,378 7,849 320 233,209 826,177 11,243,337 2.954.722_ 385.010 680.948 4.098 5.741 --~~519 4,627,666 1,053,470 8,515.326 7,849 320 237,307 831,918 15,273,856 1,889,794 10,117,232 98,374 12.105,400 367,560 3,069,419 3,069,419 8,469,812 24,035 3,464,073 120,063,223 187,496,856 64,006,639 5,594,5n 5,846,000 170,268 30,191,490 11,675,809 16673 467 419,456,933 34,219.311 107,774 459,544 4.298,657 7,979,839 2.550,745 57,692,043 8.211.130 982,844 600000 982,844 57,692,043 8,211,130 15,888,785 2.083 2,083 7,400,000 45.900.on 53,300,072 13,914,687 7,762,730 128,043,062 187,496,856 66,557,384 87,460,Sn 268,642 42.850,143 17,273,467 551".627,948 7.400.000 45,900,on 53,300,072 475,334 21322290 420§200 430812087 34231 oe0 982844 57992043 8211 :450 16398756 875348 831e 53300072 628042478 (16,675,255) (861,412) (243.293.354) (934,021) 14.292.315 1,715,253 (455,930) (863,143) 491,681 1,746,669 708.324 1IT.831 (49,360,404) (293,311,446) 15.349,533 548,700 147,177,900 6,923 779,531 32,793,399 22,184.904 218,840,890 (2,723) (548,700) (52,115,037) (16,013,064) (466,000) (3.520,140) (138,894,293) (4,516,447) (2,764,486) (218,840,890) 48.904.095 48 904 095 15349s10 14396§958 6923 115013064> <46§009> nas31 (35201401 (106100894> <45164471 1942041a 48904095 (1,328,445) (861,412) {99,326,396) (927,098) (1,720,749) 1,249,253 (455,930) (83,612) 491,681 (1,n3,471) (105,392.570) {4,338,616) (29,939,986) (244,407,351) 10590109 789Q918 33§826290 33433491 556 115877309 555Q2966 57318771 4134185 28409089 199471010 45709443 136312284 1031476421 S 92§1664 S 7Q?850§ S W4Q98JH S 335983Q3 S 55§ S 114156569 $ SBZS2219 S 5§862841 $ 4950573 $ 491681 S ?flB35618 S Q407841Q S 41379827 S 1963P298 $ 787069070 6 " Project Description 91 Project (Design-Build) The project will connect with Orange County Transportation Authority's tolled exp~ess lanes at the Orange County/Riverside County line and continue approximately eight miles to the Interstate (1)-15/State Route (SR)-91 interchange. The project involves widening pavement on the outside of the existing highway to reposition general purpose lanes and repurposing the existing High Occupancy Vehicle (HOV) lanes to accommodate two-tolled express lanes in the median in each direction. The SR-91 CIP also involves constructing one new general purpose lane in each direction from SR-71 to 1-15; ultimately providing two-tolled express lanes and five general purpose lanes in each direction. SR-91 CIP development activities began in September 2007, construction work related to roadway and structures began in July 2014, and the toll lanes are expected to open in January 2017. The total acquisition and construction cost of the SR-91 CIP is estimated at $1.4 billion, including capitalized interest, debt service reserves, and cost of issuance. 1-15 Express Lanes Project The project is currently in the preliminary engineering and environmental phase of work to add up to two-tolled express lanes in each direction from SR-60 to Cajalco Road in Corona. The project will use the design-build method of project delivery. Project development activities began in April 2008, and lanes are expected to open to traffic in 2020. The estimated project cost is $415 million. " RIVERSIDE COUNTY TRANSPORTATION COMMISSION QUARTERLY PROJECT STATUS 4TH QUARTER FOR TWELVE MONTHS ENDED 6/30/2015 ATTACHMENT 2 " FY 2014/15 BUDGET 4TH QUARTER EXPENDITURES $ 426,455, 700 $ 7,113,700 7 223,296,520 3,545,529 Project Status The Design-Build contract is on schedule with actual reported progress of 46 percent as of June 30, 2015. The Commission has acquired and delivered all 197 Caltrans Parcel Numbers to the Design-Builder. Construction has begun on 23 bridges (of 32) and 33 walls (of 93), while 63 utility relocations (of 90) are complete. The substantial completion date of January 2017 is unchanged. The under-run of the FY 2014/15 budget at fourth quarter can be attributed to three main components: slower ramp-up of major construction than anticipated which resulted in less expenditures for construction ($75 million); project and construction management, Caltrans support services, and utility relocation costs that have occurred but have yet to be invoiced ($37 miftion); and lower than planned right of way (ROW) acquisition and associated goodwill costs ($60 million). Other large cost under-runs occurred for the SR-91 express bus transit enhancement ($5 million), railroad relocation ($4 million), and ROW mitigation ($3 million). Staff continues to advance the project report and environmental document, which is expected to be completed in FY 2015/16. Various methods of project delivery were analyzed in 2013, and ultimately staff received Commission approval in January 2014 to use the design-build method of project delivery and begin planning for the design-build phase of work. The project construction management contract and the traffic and revenue study contract were both approved by the Commission in April 2015. The project under-run of the FY 2014/15 budget at fourth quarter is primarily related to preliminary engineering ($1.2 milHon). Other large cost under-runs occurred for general legal support ($334,000), special legal support ($435,000), and financial advisory services ($268,000). Project Description 91n1 Interchange Improvements Project The project is in the final design phase for interchange improvements to the 91/71 interchange. Final design began in March 2012. The estimated project cost is $123 million. SR-91 HOV Lanes/Adams Street to 60/91/215 Interchange Construction is on-going along with utility relocation. Construction of the project should be completed in fall of 2015. The estitnated project cost is $273 million. · ' 1-215 Corri~or lmprovements/Scqtt Road to Nuevo Road The. projec~ will add one mixed flow lane in each direction. Preliminary engineering began in 2007 and was corppleted in 2011. Final design began in 2011 and was completed in December 2012; construction began in 2013 and is expected to be completed in 2016. The estimated project cost is $120 million. • FY 2014/15 BUDGET 5,835,800 8,912,400 42,549,500 4THQUARTER EXPENDITURES 844,228 851,793 26,086,522 • Project Status A contract for the final design consultant was awarded at the February 2012 Commission meeting. A notice to proceed with the final design phase was issued in March 2012. Final design was delayed due to the Army Corps of Engineers (ACOE) requirement for a new environmental assessment on potholing on federal property. The ACOE also required preparation of an additional environmental assessment to cover project construction impacts on federal property resulting from the eastbound SR-91 to northbound SR-71 flyover connector. The ROW acquisition activities began in the third quarter of FY 2014/15. Final design was completed during the third quarter of FY 2014/15. The project under-run of the FY 2014/15 budget at fourth quarter is due to no incurred costs for ROW acquisition and support ($4M). Final design costs have been invoiced through March 2015, and staff will accrue the balance of work performed through June 2015 through the year-end closing process. All other budgeted costs occurred as planned. Construction began in April 2012 and is managed by Caltrans. Caltrans completed design work, and expenditures remain within the budget authority. The majority of utility relocation work is complete, and construction work at the 141h Street interchange is functionally complete wifh the full width of the new overcrossing constructed and all movements open to traffic. Work continues on the soil-nail walls alongside the freeway at Ivy Street overcrossing. A delay in project completion due to Union Pacific railroad issues at Pachappa Drive is probable; however, all freeway lanes and ramps are forecasted to be completed by the second quarter of FY 2015/16. The notice to proceed for construction was issued in December 2012 and construction started in January 2013; construction work continues to be on schedule. A major change dealing with aesthetic treatment will likely prolong the work, but all traffic related work will be completed by the second quarter of FY 2015/16. The under-run of the FY 2014/15 budget through the fourth quarter is related to the lag of construction invoice submittals by the contractor. • " Project Description Mid County Parkway A recirculated project report and environmental document is under development for a new corridor from 1-215 to SR-79. The environmental phase is anticipated to be completed in FY 2014/15. Construction of this new facility will be completed over many years as funding becomes available; the project cost is estimated at $1.3 to $1.6 billion. Perris Valley Line and other rail projects The project is in the construction phase with the extension of commuter rail services to the city of Perris. The project commenced in December 2007 when the Commission received approval from the Federal Transit Administration (FTA) to move into project development. Expected completion date is December 2015 for an estimated project cost of $248.3 million. Other rail projects include adding a fourth main track between the Riverside Downtown station to the connector to the San Jacinto Branch Line at Highgrove. FY 2014/15 BUDGET 13,893,100 140,981,300 " 4TH QUARTER EXPENDITURES 3,909,546 75,473,487 " Project Status Staff completed the work on the Environmental Impact Report (EIR)/Environmental Impact Study (EIS). Major milestones have been met and the project is moving forward to the Record Of Decision scheduled for the first quarter of FY 2015/16. A budget amendment was approved by the Commission in April 2014 to allocate additional funding for the completion of Phase II Final EIR/Supplemental EIS. In April 2015 the Commission approved the EIR. Final design is complete and the FTA awarded the Small Starts Grant Agreement funds. ROW acquisition activities for the station and layover facility at south Perris have been completed. Following the settlement of a lawsuit challenging elements of the California Environmental Quality Act document in July 2013, the construction contract was given full notice to proceed in October 2013 following FTA approval of the Small Starts Grant Agreement. Active construction commenced in January 2014; some construction delays have occurred due to various factors. These delays are not expected to impact the scheduled completion date of December 2015. This list discusses the significant capital projects (i.e., total budgeted costs in excess of $5 million) and related status. Capital project expenditures are generally affected by lags in invoices submitted by contractors and consultants, as well as issues encountered during certain phases of the projects. The capital projects budgets tend to be based on aggressive project schedules. 9 ....----------~ ~-------- ' I le ' I • • AGENDA ITEM 78 · " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Marla Dye, Procurement Analyst Matt Wallace, Procurement Manager THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Single Signature Authority Report STAFF RECOMMENDATION: This item is for the Committee to: 1) Receive and file the Single Signature Authority report for the fourth quarter ended June 30, 2015; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: Certain contracts are executed under single signature authority as permitted in the Commission's Procurement Policy Manual adopted in December 2012. The Executive Director is authorized to sign service contracts that are less than $100,000 individually and in an aggregate amount not to exceed $1 million in any given fiscal year. Additionally, in accordance with Public Utilities Code Section 130323(c), the Executive Director is authorized to sign contracts for supplies, equipment, materials, and construction of all facilities and works under $50,000 individually. The attached report details all contracts executed for the fourth quarter ended June 30, 2015, under the single signature authority granted to the Executive Director. The unused capacity of single signature authority for services at June 30, 2015 is $329,205. Attachment: Single Signature Authority Report as of June 30, 2015 . Agenda item 7B 10 " CONSULTANT AMOUNT AVAILABLE July 1, 2014 AH Security Services Tho lla" k al Ne"' Yark llellaA Trwot HDR,lnc. All Security Services Mathis Consulting Group California Highway Patrol Koff & Associates All Security Services Katherine Padilla & Associates Engineering Resources US Bank A&E Sheep Co., Inc Inland Empire Resource Conservation AMOUNT USED AMOUNT USED AMOUNT REMAIMNG through June 30, 2015 None " SINGLE SIGNATURE AUTHORITY AS OF June 30, 2015 DESCRIPTION OF SERVICES Security Guard Services for Commission Owned Property on the SR ... 91 CIP Railroad Coordination Services on SR-~1 HOV Project Security Guard Services for Commission Owned Property on the SR-91 CIP Management Consulting Services SAFE Call Box Coordinator Compensation, Classification & Benefits Study Security Guard Services for Commission Owned Property on the SR-91 CIP Facilitating an Interactive Session for the Commission Workshop Downtown Riverside Station TVM Relocation Plans and Sepeciflcations Update Custodian Services for the Commission Funds Release and Settlement Agreement for the PVL Deposit Agreement for the SR-91 CIP Agreements that fall under Pubfic Utilities Code 130323 (C) NIA ORIGINAL CONTRACT AMOUNT $1,000,000.00 60,000.00 0.00 35,000.00 20,000.00 100,000.00 7,800.00 65,000.00 70,000.00 10,000.00 77,325.00 35,000.00 10,170.00 5,000.00 670,795.00 670,795.00 $329,205.00 .M!d!.Qy.!'_._. ____________ .. Jhere~a Treyino Prepared by Revie""'d by 11 PAID AMOUNT 59,340.00 0.00 2,855.60 19,380.00 51,589.66 2,871.62 26,992.26 69,375.00 10,000.00 0.00 0.00 0.00 5,000.00 $ REMAINING CONTRACT AMOUNT 660.00 0.00 32,144.40 620.00 48,410.34 4,928.38 38,007.74 625.00 0.00 77,325.00 35,000.00 10,170.00 0.00 " ~------~----------- i . I 1• • • AGENDA ITEM 7C " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Michele Cisneros, Deputy Director of Finance THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Quarterly Sales Tax Analysis STAFF RECOMMENDATION: This item is for the Committee to: 1) Receive and file the sales tax analysis for Quarter 1 2015 (lQ 2015); and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: At its December 2007 meeting, the Commission awarded an agreement with MuniServices, LLC (MuniServices) for quarterly sales tax reporting services plus additional fees contingent on additional sales tax revenue generated from the transactions and use tax (sales tax) audit services. As part of the recurring contracts process, the Commission approved a five-year extension through June 30, 2018. The services performed under this agreement pertain to only the Measure A sales tax revenues. Since the commencement of these services, MuniServices submitted an audit update, which reported findings generated and submitted to the State Board Equalization (SBOE) for review and determination of errors in sales tax reporting related to 363 businesses. Through 4Q 2014, the SBOE approved corrections for 262 of these accounts for a total sales tax revenue recovery of $5,266,551. Updated amounts for lQ 2015 will be provided once received from MuniServices. If the SBOE concurs with the error(s) for the remaining claims, the Commission will receive additional revenues; however, the magnitude of the value of the remaining findings was not available. It is important to note that while. the recoveries of additional revenues will be tangible, it will not be sufficient to alter the overall trend of sales tax revenues. Additionally, MuniServices provided the Commission with the quarterly sales tax summary report for lQ 2015. Most of the lQ 2015 Measure A sales tax revenues were received in the second quarter of calendar year 2015, during April through June 2015, due to a lag in the sales tax calendar. The summary section of the lQ 2015 report is attached and includes an overview of California's economic outlook, local results, historical cash collections analysis by quarter, Agenda Item 7C 12 summary of the top 25 sales/use tax contributions, historical sales tax amounts, annual sales tax by business category, five-year economic trend for significant business category (construction), and final results. Taxable transactions for the top 25 tax contributors in Riverside County generated 24.7 percent of taxable sales for the benchmark year ended lQ 2015, slightly lower than the 25.8 percent for the benchmark year ended lQ 2014. The top 100 tax contributors generated 40 percent of taxable sales for the benchmark year ended lQ 201S, compared to the 40.7 percent for the benchmark year ended lQ 2014. In the Economic Category Analysis below, all categories experienced new highs in the lQ 2015 benchmark year compared to the prior eight benchmark year quarters with the exception of transportation, which was slightly below the 4Q 2014 benchmark year high point. Construction and miscellaneous had the largest increases of 9.4 and 7.7 percent, respectively, while general retail and food products increased 5.8 percent. The other economic categories had increases ranging from 5.5 to 2.5 percent. !1.1{6.1' 8.5 I 3.3 11.4 I s.s 17.0 4.5 .21.l/ 7.5 14.t/ 3.3 1:1/ 23 1.2/ 15.8 1.2/3.4 100.0 3.9 100.0 / 5.3 100.0/ 3.B General Retail: Apparel Store$,0epartmeritSto~, Furniture/Appliances, Drug Stores, Recreation Products, Florist/Nursery, and Misc. RetaH Food Products: Restaurants, Food Markets, Liq<lor Stores, and Food Processing Equipment Construction: Building Materials Retail and Building Materials Wholesale Transportation: Auto Parts/Repair, Auto Sales -New, Auto Sates-Used, Service Stations, and Misc. Vehicle Sales Business to Business: Office Equip., Electronic Equip., Business Services, Energy Sales, Chemical Products, Heavy Industry, Light Industry, and Leasing MlsceUaneous: Health & Government, Miscellaneous other, and Closed Account Adjustments 100.0 3.5 An analysis of sales tax performance by quarter through lQ 2015 is attached and illustrates fairly consistent cycles for sales tax performance for most of the economic categories since the recent economic recession. For seven of the top ten segments (auto sales-new, restaurants, department stores, miscellaneous retail, building materials-wholesale, apparel stores, and building materials-retail) during the past eight benchmark year quarters, sales tax receipts reached a new high point. These seven segments represent 55.8 percent of the total sales tax receipts. Service stations, one of the top ten segments representing 9.8 percent to the total sales tax receipts, decreased to a new low point in the past two-year period during lQ 2015 due to lower fuel prices. Light industry remained relatively unchanged, and food markets had a slight decrease from the previous 3Q 2014 high point. These top ten segments represent 75 percent of the total sales tax receipts. For the other segments representing 25 percent of the total sales tax receipts, the eleven segments representing 15.7 percent of the total sales tax receipts reached new high points in the past two years during lQ 2015. Agenda Item 7C 13 • • • " " " In the Economic Segment Analysis below, auto sales-new, restaurants, and department stores represent the three largest segments for Riverside County, or 32.4 percent of total sales taxes. This is the tenth consecutive quarter since 3Q 2008 that department stores and auto sales-new have been in the top three economic segments. Growth seen in previous quarters for the service stations segment has been declining continuously from the high in the last four years due to lower fuel prices, and this segment reached a new low point in lQ 2015. Restaurants replaced service stations in the top three economic segments beginning in 4Q 2014 and resulted from continued steady growth in restaurant prices with no decline in restaurant use. Largest Segment Auto Sales� Restaurants Restaurants Service Service Restaurants Auto Sales� Department Restaurants Service Restaurants New Stations Stations New Stores Stations % ofT otal I% Change 11.2/ 8.8 13.9/7.4 12.0/8.4 11.5/�3.2 11.0/�3.8 14.9/7.8 12.2/7.5 13.7/2.7 15.1/7.1 13.0/-5.5 22.0/6.7 2nd Largest Segment Restaurants Auto Sales� Auto Sales� Department Restaurants Auto Sales� Department Auto Sales -Auto Sales� Department Misc. Retail New New Stores New Stores New New Stores % ofT otal I% Change 10.1I8.3 10.8/8.2 11.8/9.4 10.6/5.3 10.9/8.4 10.4/8.7 11.3/l.6 10.5/12.0 10.9/7.5 11.2/to 9.8/3.0 3rd Largest Segment Department Department Department Restaurants Department Department Restaurants Service Department Auto Sales� Service Stores Stores Stores Stores Stores Stations Stores New Stations % ofT otal I% Change 10.5 I 2.4 9.9/1.7 11.2/0.1 9.9/8.4 10.9/2.6 8.3/1.8 10.8/6.4 10.2/-6.S 9.6/1.3 10.4/7.8 9.3/0.3 During the review of the lQ 2015 detailed report with MuniServices, information regarding sales tax comparison by city and change by economic segments (two highest gains and two highest losses} from lQ 2015 to lQ 2014 was provided. Staff continues to monitor monthly sales tax receipts and other available economic data to determine the need for any adjustment to the revenue projections. Staff will utilize the forecast scenarios included with the complete report and receipt trends in assessing such projections. Attachments: 1} Sales Tax Digest Summary lQ 2015 2) Sales Tax Performance Analysis by Quarter 3) Quarterly Sales Tax Change Comparison by City for lQ 2015 to lQ 2014 Agenda Item 7C 14 " ATTACHMENT 1 Riverside County Transportation Commission Sales Tax Digest Summary Collections through June 2015 Sales through March 2015 (2015Q1) CALIFORNIA'S ECONOMIC OUTLOOK California sales tax receipts increased by 3.1% over the same quarter from the previous year, with Northern California reporting a 3.4% increase compared to 2.9% for Southern California. Receipts for RCTC changed by 2.1% over the same periods. The effect of recent nationwide retail trends is being felt in California. Americans are buying less "stuff" from traditional retail outlets and instead are spending more money on experiences. Air travel is up 2.8% for January and February, and the growth is coming from consumers, not business travelers. (U.S. Dept. of Transportation) Hotel occupancy rates were up 3.1% year over year in the first quarter of 2015. The overall occupancy rate of 61.1% was the highest ever recorded for the first quarter. (Smith Travel Research) Sales at restaurants were up 9% for the first four months of 2015. (U.S. Census Bureau) Jewelry sales rose for 25-straight months before dipping slightly in April. (MasterCard Advisors) All of this took place despite a stronger dollar reducing foreign tourism, which suggests that much of the growth is coming from Americans spending money at home. Current Sales and Use Tax laws may be based on outdated business models and spending habits. " LOCAL RESULTS Net Cash Receipts Analysis " Local Collections Less: Cost of Administration Net 102015 Receipts Net 102014 Receipts Actual Percentage Change Business Activity Performance Analysis Local Collections Less: Payments for Prior Periods Preliminary 102015 Collections Projected 102015 Late Payments Projected 102015 Final Results Actual 102014 Results Projected Percentage Change www.MuniServices.com (8C1_(ij 800-8181 $39,620,861 (509,200) 39,111,661 38,312,787 2.1% $39,620,861 (1,577,342) 38,043,519 1,530,239 39,573,758 38,919,856 1.7% Pagel Riverside County Transportation Commission HISTORICAL CASH COLLECTIONS ANALYSIS BY QUARTER (in thousands of$) $44,000 $42,000 Ill $40,000 ... Cl. ·-cu ... cu $38,000 a: ... cu z $36,000 $34,000 $32,000 4Q2012 102013 202013 3Q2013 4Q2013 102014 202014 3Q2014 4Q2014 1Q2015 llllENet Receipts -+-SBOE Admin Fees Due TOP 25 SALES/USE TAX CONTRIBUTORS $600 $400 Ill cu cu $300 .: $200 $100 $0 E "O c:C The following list identifies RCTC's Top 25 Sales/Use Tax contributors. The list is in alphabetical order and represents sales from April 2014 to March 2015. The Top 25 Sales/Use Tax contributors generate 24.7% of RCTC's total sales and use tax revenue. AMAZON.COM ARCO AM/PM BEST BUY STOR£S CARMAX THE AUTO SUPERSTORE CHEVRON SERVICE STATIONS CIRCLE K FOOD STORES COSTCO WHOLESALE DEPT OF MOTOR VEHICLES DESERT SUNLIGHT HOME DEPOT JACK IN THE BOX RESTAURANTS KOHL'S DEPARTMENT STORES LOWE'S HOME CENTERS www.MuniServices.com (800) 800-8181 16 MACY'S DEPARTMENT STORE MCDONALD'S RESTAURANTS RALPH'S GROCERY ROSS STORES SAM'S CLUB SHELL SERVICE STATIONS STATER BROS MARKETS TARGET STORES USA SERVICE STATIONS VERIZON WIRELESS WAL MART STORES WALGREEN'S DRUG STORES Page2 • • • " " " Riverside County Transportation Commission HISTORICAL SALES TAX AMOUNTS The following chart shows the sales tax level from sales through March 2015, the highs, and the lows for each segment over the last two years. $20,000 .. ------ $18,000 $16,000 $14,000 $12,000 $10,000 -���� $8,000 ��-- $6,000 $4,000 -��� $2,000 $0 (in thousands of$) ANNUAL SALES TAX BY BUSINESS CATEGORY (in thousands of$) 102015 402014 302014 202014 102014 402013 302013 202013 102013 402012 " 102015 Ill High & Low $0 $20,000 $40,000 $60,000 $80,000 $100,000 $120,000 $140,000 $160,000 $180,000 Ill General Retail Ill Food Products Ill Transportation " Construction Ill Business To Business Ill Miscellaneous www.MuniServices.com (800) 800-8181 17 Page3 Riverside County Transportation Commission FIVE-YEAR ECONOMIC TREND: CONSTRUCTION (in thousands of$) $5,000 ~---------------·---------------- $4,500 $4,000 +-·······························································-······················································-···--································································································································ $3,500 $3,000 $2,500 ' $2,000 $1,500 $1,000 $500 $0 0 0 ...... ...... 0 0 N N 0 0 ...... N FINAL RESULTS: October-December 2014 Sales Local Net Cash Collections Less: .Prior Quarter Payments Add: Late Payments Local Net Economic Collections af;ter Adjustments Percent Change from October-December 2013 Sates MUNISERVICES' ON-GOINGfAUDIT RESULTS This Quarter $34S,261 Total to Date $ 5,266,551 www.MuniServices.com (800) 800-8181 18 $42,964,292 ($1,947,530) $1,350,459 $42,367,~21 UP BY 4.8% Page4 • • • RCTC 1%: Sales Tax Performance Analysis by Quarter • ATTACHMENT 2 • TOTAL Economic TOTAL CATEGORY TOTAL $50,000,000 1 r $16,000,000 2015Ql QoQ%t. QoQ$t. VoV %ti VoV $ti $39,573,758 1.7% $653,903 5.3% $7,992,270 $45,000,000 J I $14,DDD,DDO -GENERAL RETAIL $40,000,000 -j • • • mJ 2015Ql QoQ%t. QoQ$t. VoV %ti VoV $ti & $11,359,678 4.9% $533,837 5.8% $2,557,620 $12,DDD,000 % of 2015Ql Total: 28.7% • a $35,000,000 $30,000,000 $25,000,000 $20,000,000 $15,000,000 $10,000,000 $5,000,000 $0 &8d8&8d8&8d8&8do&ado~~d8&8d8&8d8&8do&ado ~~~~~~~~~~~~~~~mmmmOOOOMMMMNNNNMMMM~~~~~ 8888888888888888888888888888888888888888 NNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN " "t•' , 19 INLAND E. Quarterly Comparison of 2014Ql and 2015Ql (January thru March Sales ) 'iii ~ BEAUMONT 7.8% BLYTHE -5.7% CORONA 0.7% LAKE ELSINORE 2.6% HEMET 1.2% INDIO 13.7% PERRIS -0.7% SAN JACINTO 5.9% RIVERSIDE 5.7% COACHELLA 10.8% PALM SPRINGS -0.9% DESERT HOT SPRINGS 0.6% NORCO 11.9% IN DIAN WELLS 5.0% RANCHO MIRAGE -2.3% PALM DESERT -0.2% CATHEDRAL CITY 2.4% LA QUINTA -3.4% MORENO VALLEY 5.3% TEMECULA 6.7% CANYON LAKE 29.4% CALIMESA 12.0% MURRIETA 3.0% WILDOMAR 9.6% MENIFEE 10.0% EASTVALE 0.2% JURUPA VALLEY -19.3% RIVERSIDE COUNTY 17.6% Non-Confidential "' t> "' " 2 "'-10.7% 2.5% 2.4% 4.6% 4.2% 4.6% 4.2% 3.1% 10.2% 12.8% 5.8% 5.1% 1.1% 12.4% 10.6% 5.5% 2.2% -4.3% 3.0% 4.3% 9.0% 10.0% 0.7% -2.0% 2.2% 9.2% 3.1% -0.8% -8.2% -1.4% 1.1% 10.1% -10.0% 1.4% -9.3% -11.1% 3.4% -8.0% -14.5% -19.5% 0.3 -100.0% -20.5% -6.5% 13.5% 9.2% -2.5% 10.1% 1.4% -22.8% 1.9% -10.2% -3.9% -32.0% -8.6% -28.7% Jan -Mar -3.3% 17.1% -59.0% 894,222 -3.0% 40.6% -36.1% 411,519 8.3% 9.9% 10.0% 7,813,483 5.1% 3.0% 64.0% 1,782,393 2.6% 4.5% -2.3% 2,451,468 8.0% -1.3% -6.2% 2,369,568 -5.0% 2.4% 20.5% 1,820,789 -17.5% 22.9% -20.9% 509,049 16.8% 8.8% -7.2% 12,641,450 0.0% -47.5% -11.8% 838,126 -6.1% -3.5% -18.4% 2,970,134 -31.6% -14.3% 6.1% 317,902 162.7% 9.6% -0.6% 1,248,336 -47.9% -35.8% 113.9% 391,996 -6.0% 8.8% 14.3% 1,221,014 3.6% 6.9% 34.9% 4,626,308 11.7% 11.6% 0.7% 2,055,281 -2.2% -8.9% 44.5% 2,112,119 -15.0% -15.5% 11.6% 3,527,708 14.S -0.2% 10.9% 6,818,808 -16.9% -13.1% 0.0% 37,918 -20.1% -9.9% -52.1% 149,620 5.0% -18.1% 16.5% 2,921,430 35.3% -8.2 -24.7% 309,180 66.1% 8.1% -11.4% 1,314,413 12.0% 9.4% 13.7% 1,416,865 1.5% 6.4% -5.3% 1,901,412 -50.5% 76.3% -22.0% 5,889,226 • ATTACHMENT 3 • 866,392 3.2% Light Industry Department Stores Service Stations 399,989 2.9% Auto Sales -New Energy Sales Service Stations 7,472,912 4.6% Bldg.Matls-Whsle Auto Sales -New Service Stations Food Markets 1,688,659 5.6% Auto Sales -New Restaurants Service Stations Light Industry 2,542,074 -3.6% Auto Parts/Repair Miscellaneous Retail Auto Sales -New Service Stations 2,252,736 5.2% Department Stores Auto Sales -New Service Stations Heavy Industry 1,843,472 -1.2% Miscellaneous Other Restaurants Service Stations Heavy Industry 509,974 -0.2% Restaurants Light Industry Service Stations Food Markets 11,815,335 7.0% Auto Sales -New Bldg.Matls-Whsle Service Stations Energy Sales 865,066 -3.1% Food Markets Restaurants Service Stations Light Industry 3,042,924 -2.4% Restaurants Leasing Service Stations Energy Sales 348,821 -8.9% Restaurants Food Markets Service Stations Bldg.Matis-Retail 1,163,508 7.3% Bldg.Matls-Whsle Auto Sales -New Service Stations Food Markets 357,312 9.7% Restaurants Recreation Products Light Industry Furniture/Appliance 1,226,974 -0.5% Restaurants Furniture/Appliance Auto Sales -New Misc. Vehicle Sales 4,555,089 1.6% Restaurants Furniture/Appliance Department Stores Service Stations 1,868,756 10.0% Auto Sales -New Restaurants Misc. Vehicle Sales Food Markets 2,160,722 -2.2% Auto Sales -New Auto Parts/Repair Department Stores Food Markets 3,563,364 -1.0% Auto Sales -New Restaurants Service Stations Bldg.Matls-Whsle 6,360,718 7.2% Auto Sales -New Rest aura nts Service Stations Food Markets 35,408 7.1% Restaurants Furniture/Appliance Bldg.Matis-Retail Auto Sales -Used 160,062 -6.5% Restaurants Food Processing Eqp Service Stations Miscellaneous Other 2,930,577 -0.3% Restaurants Auto Sales -New Service Stations Leasing 323,331 -4.4% Restaurants Miscellaneous Retail Service Stations Food Markets 1,205,496 9.0% Bldg.Matis-Retail Restaurants Service Stations Food Markets 1,370,829 3.4% Electronic Equipment Food Processing Eqp Service Stations Miscellaneous Retail 1,976,279 -3.8% Leasing Miscellaneous Retail Department Stores Service Stations 6,468,845 -9.0% Apparel Stores Leasing Bldg.Matls-Whsle Service Stations 20 MuniServices " " AGENDA ITEM 70 " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Megan Kavand, Accountant Michele Cisneros, Deputy Finance Director THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Quarterly Investment Report STAFF RECOMMENDATION: This item is for the Committee to: 1) Receive and file the Quarterly Investment Report for the quarter ended June 30, 2015; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: For the past few years and as a result of a low interest rate environment, the Commission's investments were primarily concentrated in the Riverside County Pooled Investment Fund (RCPIF). Other investments included the state Local Agency Investment Fund and mutual funds. In connection with the issuance of sales tax revenue bonds and toll revenue bonds and the execution of Transportation Infrastructure Finance and Innovation Act (TIFIA) loan for the State Route 91 Corridor Improvement Project (SR-91 CIP), the Commission anticipated the need to engage an investment manager for the bond proceeds and other required funds. Additionally, the Commission desired to engage an investment manager to provide investment advisory and management services related to the Commission's operating funds. Accordingly, at its May 2013 meeting, the Commission awarded two investment management services agreements to Logan Circle Partners, LP. (Logan) for SR-91 CIP funds and to Payden & Rygel Investment Management (Payden & Rygel) for Commission operating funds. Logan invested the SR-91 CIP debt proceeds during the first quarter of FY 2013/14 in the Short- Term Actively Managed Program (STAMP). Payden & Rygel was authorized to make specific investments for the Commission's operating funds beginning with the third quarter of FY 2014/15. In June 2015 the Commission funded its FY 2014/15 SR-91 CIP equity contribution of approximately $35 million; the funds were invested by Logan in a separate STAMP account . Agenda Item 70 21 The quarterly investment report for the .Fourth Quarter of FY 2014/15 as required by state law and Commission policy reflects the increased investment activities resulting from the SR-91 CIP and available operating cash. The quarterly investment report includes the following information: • Investment Portfolio Report; • STAMP Portfolio by Investment Category; • STAMP Portfolio by Account; • STAMP Portfolio Transaction Report by Account; • • • • • • • • • • • • STAMP Portfolio Summary of investments by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Toll Revenue Project Senior Lien Fund Summary of investments by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Toll Revenue Project Sales Tax Revenue Fund Summary of investments by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Toll Revenue Series A & Series B Reserve Fund Summary of investments by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Toll Revenue Project Capitalized Interest Fund Summary of investments by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Sales Tax Revenue Capitalized Interest Fund Summary of investment by credit rating, industry group, asset class, security type and market sector; STAMP Portfolio Sales Tax Equity Fund Summary of investment by credit rating, industry group, asset class, security type and market sector; Payden & Rygel Operating Portfolio by investment category; Payden & Rygel Operating Portfolio Transaction Report; Logan Circle Partners, LP. Short Duration Fourth Quarter 2015 Review; Payden & Rygel Operating Portfolio Fourth Quarter 2015 Review; and County of Riverside Investment Report for the Quarter Ended June 30, 2015 . The Commission's investments were in full compliance ·with the Commission's investment policy adopted on September 10, 2014, and investments securities permitted under the Indenture for the Commission's Sales Tax Revenue Bonds and the Master Indenture for the Commission's Toll Revenue Bonds. Additionally, the Commission has adequate cash flows for the next six months. Attachments: 1) Investment Portfolio Report 2) STAMP Portfolio by Investment Category 3) STAMP Portfolio by Account 4) STAMP Portfolio Transaction Report by Account 5) STAMP Portfolio Summary of Investments 6) STAMP Portfolio Toll Revenue Project Senior Lien Fund Summary of Investments 7) STAMP Portfolio Toll Revenue Project Sales Tax Revenue Fund Summary of Investments Agenda Item 70 22 • • • " 8) STAMP Portfolio Toll Revenue Series A & Series B Reserve Fund Summary of Investments 9) STAMP Portfolio Toll Revenue Project Capitalized Interest Fund Summary of Investments 10) STAMP Portfolio Sales Tax Revenue Capitalized Interest Fund Summary of Investments 11) STAMP Portfolio Sales Tax Equity Fund Summary of Investments 12) Payden & Rygel Operating Portfolio by Investment Category 13) Payden & Rygel Operating Portfolio Transaction Report 14) Logan Circle Partners, LP. Short Duration Quarterly Review 15) Payden & Rygel Operating Portfolio Fourth Quarter 2015 Review 16) County of Riverside Investment Report " " Agenda Item 7D 23 " Riverside County Transportation Commission Investment Portfolio Report Period Ended: June 30, 2015 FAIR VALUE OPERATING FUNDS City National Bank Deposits County Treasurefs Pooled Investment Fund Local Agency Investment Fund (LAIF) Subtotal Operating Funds FUNDS HELD IN TRUST County Treasurefs Pooled Investment Fund: Local Transportation Fund Subtotal Funds Held In Trust COMMISSION MANAGED PORTFOLIO US Bank Payden & Rygel Operating First American Goverrvnent Obligation Fund Subtotal Commission Managed Portfolio STAMP PORTFOLIO for 91 CIP Toll Revenue Project Senior Lien Fund ToU Revenue Project Sales Tax Revenue Fund Series A & Series B Reserve Fund Toll Revenue Project CapitaHzed Interest Fund Sales Tax Revenue CapitaHzed Interest Fund Sales Tax Revenue Equity Fund Subtotal STAMP Portfolio TOTAL All Cash and Investment! l 7,078,023 353, 110, 142 3,636,124 363,824,289 105,550,670 105,550,670 50,074,133 3,647,614 53,721,746 41,370,761 67,034,323 18,470,920 18,579,657 59,841,573 32,724,034 238,021,267 761,117,912 400,000,000 ~----------------------350,000,000 �!�������-�����������-�������-������������������-�����-�-����-�-�������--��-�-���� ��" ��������-�����. 300,000,000 +.-�����--------����--����������������--������--��-�-�-����-������--��--����--�-������--� .. 250,000,000 +--------------------200,000,000 �!����-�����-� �����-�--���������-�������������������-�---��������������������-� �������������-�������� . 150,000,000 �~-��--�--��������-�������-����--������--����-������-�----��-����-��----���-�-���--�---j 100,000,000 +------l 50,000,000 �l��������������-���� " RATING COUPON PAR MOODYSIFITCH/S&P RATE VALUE A3/BBB+ NIA Aaa-bflAAAN1 NIA Not Rated NIA Aaa-bflAAAN1 NIA See attached report for details Aaa-mfl-IAAAm NIA See attached report for details See attached report for details See attached report for details See attached report for details See attached report for details See attached report for details Nature of Investments " STAMP Portfolio for 91 OP Reserve " STAMP Portfolio for 91 CIP Project Fund " STAMP Portfolio for 91 OP Capitalized Interest " STAMP Portfolio for91 CIP Equity " Commission Managed Portfolio " Trust Funds " Operating Funds 24 ATTACHMENT 1 PURCHASE MATURITY YIELD TO PURCHASE MARKET DATE DATE MATURITY COST VALUE NIA 0.42% NIA 0.42% NIA Portfolio Investment Type 3S.27% Fixed Income " UNREALIZED GAIN (LOSS) 62.78% County Pool/Cash " " ATTACHMENT 2 " Xlll4. STAMP Portfolio by Investment Category for quarter ended June 30, 2015 28509!001 -U'l5ll023 -2563511822 84,297.79 (446.81) 6.000 1.617 AAA! 25 Page 2 of 30 ;. a. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~---~-----• • STAMP Portfolio by Investment Category for quarter ended June 30, 2015 27 Page 4 of 30 STAMP Portfolio by Investment Category for quarter ended June 30, 2015 • • Pa • " " " en N llrl1ta· ~ ST AMP Portfolio by Account f9r quarter ended June 30, 201.5 125,770.37 " " " .... limllrC..~~ STAMP Portfolio by Acpount for quarter ended June 30, 2015 31 Page B of 30 0 M 0 ~ . "-• • • .................................................................................................................................... ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-~~~~-------• ST AMP Portfolio Transaction Report by Account Quarter ended June 30, 2015 33 ATTACHMENT 4 • Page 10 of 30 OE )e 11 868 (oo ono 000 z) 99'996 - - (oo'Goo 000'Z) 00 o0Z'1 - T2'eeSS66 (0000000oz (El L01) £E fL2 - (o0 oo0'0o0'Z) - 00o9L'6b6"t 2I'16b 00'5E2 - 00'01)6'fi661 1.9"98l L9105 - 90'805 - - Z11101 - - trigr- (8819) oo'ooz ZZ Z8L (68'E<) 68'£11 - - a f082 00'I51'LEI D1.92 (Z8'EZ) (91'If) (OL'845181 Re' ' OR, ..watealgaiirir 9S S09 Y5�(0908) OO OLI - 88 E58 00006666'1 II'19Z L9'914g . - - i 00.000`000'2 00'OZ9'666'I ZZ'L no' (ailliVrtrz'13,34 95'696'KS' I 001L666E'1 (DE'ZSZ) 95'0 5'E921 (59 6cc) 4E f99 99[66 95'56S 99'905 99' I05 9E'E15 4461 1 EE1SS 66'690`1 ZZZZL.B L9'999 (II'911) II'1EZ (S6'61 Z) 9S'LS SS'SLE 95'04L fE'65L . .., I o 1 .n,;1.. • 1, v+I1,111i )lA • 00'002'666'1 4E1E0666I 00 `ft OREE2'6661 Mom 4101,211 A 1101oH porwae1S eop n o3 um81oom 0-488lwy s�m11n1mlworo3 m 110112ury y11oN0 mug 88Iw18Cl 63S(IZL558 .................... . SLSMISZEO 1: 98SA14452 981108.88Z 1,8S Z-PWi. d-39 exl bong 10005£9SZ 31 WOO5£952 lo'.01-31 (0905E9SZ 1011348£EZ e811 • Z•' "' 188 wd-31 10005E9 0000000£k - .... _. .-' E64`aa^1 'd'1'�41H X0-ZfLSN89i89 .1a0w8gT-•:'.-I000SC9SZ 00'O(l0000 Z) - 88'896'966'1 d'1'e1loe118d `-'3 943 1811YSZ6Z 7 6i P84d 18o_aN-31 I0005E95Z 00 000 000'z) 88'£98'666't 11 ;u. 808'081xg101d a .. LL1I008£6Z 881108198SZ 188.'d31 1000SE95Z' (00 WO 00nZ 8L'LIZ'b66'I ...: .:.. .. 8 •. " .. ; .. . .. .. ::.... .. .. .._ _ 9l 0 L3.iNI998lZ 80178o1w,S Z-P8031 '.oy37 I0005£95Z (o0"o00'00o`Z) (00'0012000' (o0,0o0`00('Z) o0'oo0'0o0'Z) (o0'0oo o00'Z) (00"000`000'Z) (o0000'o00`Z) (00'0o0`OOI'Z) (00'000`0001) (00'0000061 (00'000 001'6 00'000'000�. (oo'Goo 'ono'Z) (o0'000'000' (oo'ono Goo' 49'461'666'I ZI'901'666'I ZZ'ZZ2 666 [ 99'91£'6661 tE'800`666'I ZZ'L91'6661 t£CE6'8661 t€1861'8661 81: LZ`6 t9'961 666'1 00'6SZ'b661 t4'696'866'1 11'555'66f I 6'8ZLILL £V 3•ZIOZ 10 1+8141ed QUITO . 90166661 w878meoou81L+C8Ne .. 11091 m018t1 I.810FI 889m8 d.11e. 1115114 . glom slaoeag 19 smoH Po. 00'69 '6601 00'016' '1 92'90L`6681 902605'660'Z OL'69 00'599'666'1 09t98`6661 801 LavN1£Z69 88.18s18882•P8Pd 188.wd-31 10005£95Y 1,0i4905696 Gall Lams Z-PePd 9+8,eW_31 10005£95Z LLZIX8€9E1 ea11081888 Limd lOo.641-31 10005£95Z 9LSXR£9£1 ew1,180000S Z-P°ad lo8.wd-31 10005€9SZ G.J ..15696 UN ONO Z•PBRd 10>,09d--31 ZY.L3ZL558 8811 aw88SZ "d ^'.e02-31 I0005£95Z IZ(108 311'ee89e818011.983 -100111:3 ZM1X1 L45Z emd e0110my DTI .., d .. ORO S PpSPI 801.108893 089881 9Z E£E50 EttL 01 306L!£ 10005E95Z! d ,o8d•31 10005E95 9801009.09 2198 8811/01885 08 i'81d 81d-31 10005E952 108.'41-01 10005E95Z 37 I0005£95Z `P8141180.' -XI 10005195Z 31 10005 81S2i6SZ1I 8m18o1wS Z-P88d3 -.', .-31 10005E95Z 6SSlN10/ .801 eolcoe L•180d 1 71 CISI1A33 aarl801110.. .. ..: .. .. .. . S Z•P80d1 -:• . IOOOSE9SZ E67QNLS£ft 8017 0.908S Z.8891 7 0 0O188S Z1.881 d•31 10005€95Z 1, Et 001 10weS Z• E9SZ 10005E95Z 005E952 01 10005£95Z 69(1EX0Z0£ 8811io18,89Z 108,.409 10005£9 Z 960Z 10£ aunt Papua Japan° ;un000d Aq podem uonoesueil oAogiod dWd1S 00'008 " STAMP Portfolio' Transaction Report by Account Quarte'r ended June 30, 2015 35 " Page 12 of 30 -c :I 0 u ~ >- .c "' ~o ON c. ~ ~~ c Cll .9 § u..., Ill "tJ II) Cll c "tJ I!! c I-Cll 0 t =~ ,g Ill -g a 0.. 0.. :e ~ U) " ... ~ " STAMP Portfoli0;ffransaction Report by Account Quarter ended June 30, 2015 37 " Page 14 of 30 5L'Ef8'tLI (6Z15) 0,209'05Z 006ZL'0I Z6'609 80'0 0'98 050L6'bZP (£I'68) (8L'0 LITAI ! ZZ'LES 00015'002 ZI'6ZE (il 00'OZZ 00'ZEF.00E 1. 65 (E5'0) ZI ZIZ 66 OLE'L8t DZ'ZLI (IS9 01 5Z6'I 0005010Z 99'589 99"8) 4'�'4IIG 1'si` 11 115 I % 05 L68'05Z (56 La) (SS 6 0c Z9i'l 00'LO9'10E 9tf LS (90'II) - 00'8L6'00E 5L'I IE (5L'II) t 10 90 Lt1'91£ ZL'8Zt'1 (56'ZI) - 5LSLZ'I os•LE2'I SZ 18b 00'005'1 r.t2 00 OS1 v. (i SCT 1'E OS ZE9 il' I SL fST'Z 9 S9L'1 L9-w It OC L I Z'ti 00 0{5 E .,} L SZ 955'T SL'896'T 96'HO'E 00 tZ9'OOE JXF'•" 1, 00'LGS'(Mf :� 00'Ztet0E 00'F65'O5b 00'E95'DOE 00'5I VEOE (9f1.9I) 09'Z6£'1 58'IZ (09'LZ) (59'LE) l'tLL (CI'E9) L4'llb (Lt'Z 00'85L'POE ELLL9Z 05'LC9'La v ^9S'L9yI 00'DI0'5OZ (5L'T99) 00'Z58'90£ 00'648'60E 00 6L9'9ZE (EL'601) (5Z'64I) (06'6L) cot iv) (961ZZ) (90'98Z) (5£'£41'1) 59'6E5 03'1.08'6 (0$'6£r'Z0 6t1,15 L6'I64'ZSZ (5£1957.) 90to EVE :065111 18'81,E 00 t01 L81 (L£ 660 L) 44 ZOI 10•E09 t9 ZL6'0SZ (Z9'08Z'Z) EL'6ZE bS'884 664L1`66£ (98'I9L'1) 86'E9Z a :'dka.... :..' t J. .. 96'161 EU'Z65'69 (94 SSL) (9E'01) 68'D65 ! ISM 61.819'ILI 99'L99'68 00"0t l698 ZZ'el L'E8 LiZ'Z) OL OEE 0908VS) (LO"L9) 801 EE ti61S) (04�EZZ'£) 69'Z9 (OL'E8 (ZL'6ZS) (6Z'08S 61) ES'80Z (1 C46U.:. (6E'94L) 99'EE0'[) ..!, ,i .. .. p. .a .. .1 Wit" , I ON. § .. y0•., yr•:',11 P •nto-'21 i, i"1 i'\ (OE'LE811 (9S"69L'0) (26' '41 ZS"t9Z'ZI) (BL ZOYYiE E906611.1 - Ztl ZV•ZIOZ J.IVIiJ ZHdILSI9I ZIMl ., 07 SOOOSE9SZ OS'266'611 8L'1 Z'£Z1 It'990'SZ4 'OOZ 00'969`00£. 60Z'tIt 00'ELS'00E 00'S£Z'I SZ rb.•, 00' 96'00E 0080 00£ 6Z'I f6'tI£ 00'018'ODE 'LLS`ZOE OS'LtZ'054 00'Z58'£0£ 00'9LZ'E0£ 00'OZ9'tOE 0 'LIL'LLZ 00'8Z8'sOZ CO' F IE.L0£ 00 SVD d11V0 N213H.1.[)05 ONO0Etib8 Z II. 31'a..41.01 "S0005£9SZ m:o°aV 4.31.P•1 °N11.01 ST1 ZH50dN0^IV6 ZIP1-Pfi 1°a' . 01 5000 .Z HD/ V-S I OZ 10 a_ LOV(ILSLL4 Z IN, -NV srd,°td-01 SOOOSE9SZ 00 T,iEt3ZE0'NC1iODYv1oA• 6241 1fA5 ;�•. _ 50005£95Z 01410N(13'1YCi010 a: 9 38£l00 ZII9 ^'.' .•01 SOOOSE9SZ V 01 Oitl + . £fOTZBS O :.... 2IMS 100. .-31 50005f9SZ Old S1E1)22ItlW 1V11dV0dH ZA aS95SO Z H.-MOAN.3.d-01 50005E95Z N011tl80dg0013? MO ESSO 21M1-Pmd pa(ad 01 50005£95Z XNVH NOINIIN00-0.1NO.al IZVe#1168 ZIPI P°Od ^'.'d•01 5000SE9SZ EI33110 SS311dX3 NV31=•' L2100Y`S 0 ZIM1-P.dt°a: •-31 SOOOSE9SZ '59tINV LX11'NEIE Z11o1-P.0 $ .41-01 SOOOSE%rZ 133 A11E1SVEXI'UVN AH. VOVNVO 30 XNtlH 1'✓ 9YYV66LZO0 a •EE8LC0 IdtlOI108G 0Wd Daci 1d Ld950tE1E d00280 SHOtlS NV1.011 0100NVH 1tl39dNO/§i d0 1 0421140 8 :. • Al ! AN d003 NOSI03 SN ANV.1 00 0011Vd S 0069£'OIE ONV 001101618£ Sal 3 6116 4d.26L9f90 Z 3°1-WOd 1°a.vkl-01 50005E95Z ZIIo1-P°04 d-01 SOOOSE9SZ liol-P°Odl -,°1£1-01. SOOOS£95 01 SOOOSC95 01 50005E9SZ Z11°l-• "d 1oo°W-01 SOOOSE95ZI Z 11°1-P d ":' ' 01 SONS E9$ 913A 160Z Z 9°1-Pl4I7 ,' . 07 5000SE9SZ1 46 ZE.1.1 03 ".d-01 SOOOSE9SZ 03N ZEIV39891Z Z0°1-901.• '-',°3d-01 50005E9 0019211 - d2100 dV0 gin 10£ aunts papua mien/ ;unoaad Aq yodel' u0113esuell oilouPod dWd1S 90'•22'99Z 66'2 £LZ E9'OE, .Z ZO'ZZ£'S1 SE'90. 931 MSSt'50 00148' 9 L9' 46 01L-EIOZ . .LdV191f8E v.!118-31 £Z005£'SZ El 50110Z 090fVW1FMdVB.Itrif 1-P°Od''=8 �! 1S• 1 EZ005E952 6IOX 08EEHV £6Z0Vt9 Z OSL EHNSVLEIE ZEXA914I C '01 EZOOSE9S2 0T '£ZOOLE9S2 1-Po*d o'•+aa21 m!1$`07 EZOOS£952 i-Po^d I•Pekl .1113•07 EZ005£%Z m!•1 4J1 EZ" F9SZ 6ZSSLLERE ir13.!LE 2I9.!11S-01 £Z005£952 " -c ::I 0 u u <( ~ID t:: c; ON c. ~ Cl) 0 0:: M c Cl) 0 c " �-::I -.., ~,, �' Cl) Cl) ("I') c,, C1I c .. Cl) I-.. o'~ G> = t:: ~ ~ oO Q. Q. :E <( I- "' " ATTACHMENT 5 " STAMP Portfolio Summary of Investments for quarter ended June 30, 2015 100.000,000 SowNf" n (1S.69s<Mi) ) 80,000..000 .. '60,000;000 !I Othlt.r (W,347iv.) us MuJ.ik:lp ... (10,40~) ~ i 40,000,.000 l ! ;10,000,000 .I AAA -�----� �-----------------------------------��� ��-_ II - --A-1 -;;-y A-l... r A.�1 A-2 Other AA�J.-AA Jl4A A t'..r." M ;�~lA�* t:w: ~Ma>.~~ Y.tt.'4'--~ /" �~� ('4.0'Jl�"i) Mu.l~I (10.4991b)' CP (45.098"1111) a.eked (11.981"-) --US CIOV {14.47Mlt} "' Gcwwament (14,479..,) '-Udlttv (21..21~) th.vl t1*,\Jf~ tw: I~ ~V~ ,...Af.01-. Ch�rt r .... ~~ by: !"AW Mar~ V~;li@ " At,t.rl}Ollld 40 " ATTACHMENT 6 " ST AMP Portfolio Toll Revenue Project Senior Lien Fund Summary of Investments for quarter ended June 30, 2015 40,000,.000 'g J :W;OOO,ilOO + J i 20,000,.000 --Plpi!lt-(14.503~) J ~ ... ~(4..834"6o)" J l0.,000,000 NA -��-���-~---�-~-� A�.:1+ A-1 A-2 0 ��----�---�----"'"'"' MMI .. eked (O.~) ---��-����-., Uttlltv (45. 74),..) ---���; �-�-lndustrtal (5.3.17~) <'hfirt~tl<t-:~MllW'kot\tidwl~~ Cl'4ift~tly:OitM!i~V" r-.A�-r~ ~~hU1 t.M~" .>SJ.tt<"'.1 !h' 41 " ATTACHMENT 7 " STAMP Portfolio Toll Revenue Project Sales Tax Revenue Fund Summary of Investments for quarter ended June 30, 2015 60.000,000 S0.,000,otJO �us Mu"ld~'-<Z0.9.'4~) J 401000,000 other (J3.~) + J ~ JO.OQ0,000 I 20.000.000 ~~-........ (l4.46!Wa) J Misc:.fllllmaou9 ......... ct&tt (4.92~)M ���~~ ----.,------,A.-1 __. ." 10.000.000 �-�~-��� �--�� 0 --�-=---o--"llJ-o---1111--, NA tl:.U.ti (4.~22'45:>) _/ J ... ~, .. .,,~)� Eleeb'tc ('9.5*6~.l A�~ t:tw1t <'4'1l,nrte.i Wr' ~-lndv.trlal (47,057%) Olert~~=~~~���~ own~ tiv:""""'" MliriK.ct: v...,. " A,r.:i:tu�t ~;~e.itl;'.:lf.tt(',::i l':..$:~f' 42 2(1~000..000 ) J.S,000..0DO + I 10,000,000 I i J 51000,000 n • ATTACHMENT 8 • ST AMP Portfolio Series A & Series B Reserve Fund Summary of Investments for quarter ended June 30, 2015 ....... T" NA PllllNA (9..Y6~) Cbwt.~ b>,r: ~ Mat'ktll: \419.J+. '.Jw:x.t~ •81.:MC Co11.-.1 (O.~) -. -=~ ~-etCV~.~o (3.~9%_,::;:::::::--4..-:v Collat" PACCMO {6.~}·-­fl.MA cow.t.r.t (4.67~j c:o-me~ HU {20.102"'°) --US GOV {39.594'tta cad (0.494"'4) ··1 ... enqio (l J..43'!111) -G~ ()9.$94') CN#'t..t..tk.tnatod by; ~ Mmfii'fl \iMlll! ~ A«r'm!<.l 43 ··-~ (.53,024%) -·-Mortw•99 e-.a.d (4-6.4a2 01~(1·11.-r..A(;k?<l!'.l"<" 1.2,.000,00CJ 10,000,000 1 + 1 !: ~ i j .... 000,000 -• ATTACHMENT 9 • STAMP Portfolio Toll Revenue Project Capitalized Interest Fund Summary of Investments for quarter ended June 30, 2015 ...... ...... AA-Chrufcakl~ ,.,,., a... ~jr«". v~ • Atxi»W -.... . ........ (0.1-) ~-(t...JQ~) --. ·-·u·'°'"''~ PWMACMO ($-~~)----....111111 _,.,:m,.). Ftfl.MC CMO (11.341.1') --.... ~~{S,<Wil ... ) Offaoa..(5.Sl.8'ilaJ US .... nlefliM'* (4.J.7$~).--l~(.~7..-.)---COlltP (55.138 ... I :ovcmmeat (16,9$.2<'4) l~t 1·.Ml,~ b>,<. I~ ~rii.st V.Mixe + Aa.nrod 44 ~ks {.3S.05,,_J """' ----PiQJWilal ('40.071%) l Mortgage -.deed (18.01~} " ATTACHMENT 10 " ST AMP Portfolio Sales Tax Revenue Capitalized Interest Fund Summary of Investments for quarter ended June 30, 2015 35600C,OOO l0,000.-000 l OU&Cbul (5;6Q'Mo} ,_ So<werefgn {l2.0" t:z"I(.) + I 20,000,000 ;: ~ 15~0007�0 i DMnrfn.d ,,,._ S.rv (6.82'} J 5,000,000 n " AAA -----�� ..... <Mrt:'Wl\~ h'y: U�>k: MM~ AA t4unldtm (10.4~) ." .. Gov.,.1<1m" ~ {.11-042%} 'CORP (36,001'111) lnduatrlal (U..2"4) -.... _ HUHJ f:'O.-il~l .\ Mort:o6" a.ckald p.o.es%} ~o."~tly:~~tl't~��.it.et~"+Mld ~~~b�"~~\t~.,~J.ffld Uw.rt( ." '<><:;.;St,ajtw 4 45 " STAMP Portfolio Sales Tax Equity Fund Summary of Investments for quarter ended June 30, 2015 8,000.,000 --�---�-------�--���----�--������-��� ..... ���-�����-�-�-���-.. ��--������-��-�-��---��--���-�-------��--�-� 11 g 0,()(J(l,<)()(I. ~ + 1 :: 4,000,000 -.-�--�-�-�-� .. -�--� I ! MA AA" � AA ,.,., .. A<� t fb:" ll lneom" (106.557'Mi) (,t-.Nt r.MQ#4llbld tw: BIW4I ~-"'"" ..... Al'.C\JlllC! *Negative cash reflects securities in transit at month end A A .. NA U9 GOV (9.124-'Ml} Mto~ (S.06l<'llJ) A��2 ..... , _..-CORP (4!..217%) GIDV9n1-.t. (9.1N%} --AaoMt 9acked (Sl.8l2'VI.) -� 1:'.M."t (ak,'\1*.W~ b�: 8M4 M.a~ V"'1tM ,.. f..:t."JtM!d 46 " ATTACHMENT 11 -��-sovc~n (l4.ll.l...,_i Ofl&Gaa (L4.0l9%) ��UWltlt' (.:28.N<t.,_) ., '"'"" nctal (2.6. 304%) i'.:~t\:>ili.'tf-b-hV<!\':y; " ATTACHMENT 12 " Payden & Rygel Operating Portfolio by Investment Category for Quarter ended June 30, 2015 Treasuries Treasuries ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~--~~---~--~ ,.....,."""-'ts~ • ATTACHMENT 13 • Payden & Rygel Operating Portfolio Transaction Report Page 25 of 30 ~ Payden & Rygel Operating Portfolio Transaction Report ..... ,.. ......... ......,,. ""::~ .. -..: 26 of 30 ..._ ...... ~. 11~ • • Payden & Rygel Operating Portfolio Transaction Report Page 27 of 30 ~ ..... r_,.......,......., Payden & Rygel Operating Portfolio Transaction Report Quarter ended June 30, 2015 " Payden & Rygel Operating Portfolio Transaction Report Quarter ended June 30, 2015 " Page 29 of 30 ~ .......... ~ ...... Payden & Rygel Operating Portfolio Transaction Report • • .age30of30 " " ATTACHMENT 14 LOGANCIRCLE� p A R T N E R Riverside County Transportation Commission SHORT DURATION FIXED INCOME Second Quarter 2015 Review Logan Circle Partners, L.P. " 25 Deforest Avenue Summit, NJ 07901 " 908-376-0550 54 s " MARKET REVIEW " " Outlook and Current Themes ~ GDP -Stagnant household incomes and a jobs market where labor force participation rate remains at multi- decade lows will continue to temper economic activity. Sustained dollar strength dampens exports while higher spending on healthcare drives services consumption. Moderate trend in GDP continues due to softer retail sales and non-residential fixed investment, pointing to another year of 2% growth. ~ Consumer -Gap in median vs. mean household income data highlights income inequality and constraints on discretionary spending for all but the top strata. Lower gas prices increases disposable personal income but has not translated into a significant pickup in consumer spending. Continued student and auto loan debt growth bodes ill for future household formation, spending and savings. ~ Business -Stronger U.S. dollar and weaker international growth continues to pressure revenues and earnings of select industrial sub-sectors (technology, consumer non-cyclicals, capital goods manufacturers). Impact of a sustained drop in energy prices creates winners (airlines, trucking, retailers, paper companies) and losers (oil and gas producers, oil field service, offshore drillers, energy-dependent regional economies). Financials continue to build capital, maintain substantial liquidity, improve balance sheets due to regulatory pressure and restrictions. ~ Employment -Difference between U-6 (highlighting the underemployed) and the headline unemployment rate underscores continued slack in labor market. Employment gains continue to be supported by part-time and lower-paying positions. Certain service sectors (leisure, retail, business) average hourly earnings outpace goods and government year over year changes. Trend towards increasing hourly wages will not impact overall income growth. ~ Housing -Annual home price appreciation will remain in the 5% range but may move higher in the short run due to the supply limitations in certain markets. Seasonal factors and FHA's mortgage insurance premium reduction may temporarily accelerate existing home sales. First-time homebuyer demand remains weak and recently launched affordability loan programs to benefit a limited number of new buyers. New construction is gaining momentum, however new home sales as a proportion of total home sales remains below historical norms. The risk of regulatory-induced volatility in the RMBS market will continue as lawmakers push for increased access to mortgage credit. ~ Inflation -Core PCE continues to run below Fed's long-term 2% target. Sustained dollar strength has disinflationary implications. Consistent with trends in other developed economies, decline in commodity and energy prices as well as limited wage growth keeps inflation in check. ~ International -Interest rates in many developed markets will remain low given central bank stimulus measures. Desired impact of competitive devaluation policies unlikely to be realized as global growth remains anemic. ECB QE stimulus program complicated by the evolving Greek debt crisis. China's slowing economic growth continues to be a headwind for other emerging and commodity-based economies. ~ Monetary and Fiscal Policy -Global monetary conditions will remain loose. Monetary stimulus requires accompanying fiscal measures to engineer sustainable recoveries. U.S. congressional construct shapes the fiscal policy agenda for the next few years including corporate tax and regulatory reform. Federal Reserve's efforts to achieve policy normalization move closer despite limited support from current economic data. Fed's forecast for growth, inflation and funds rate trajectory continue to move lower. The views presented above are Logan Circle's and are subject to change over time. There can be no assurance that the views expressed above will prove accurate and should not be reOed upon as a reHab/e indicator of future events. 1 SS LOGANCIRCLE PARTNERS " PORTFOLIO REVIEW -Construction Fund Portfolio Characteristics As of July 11, 2013 Actual Portfolio Duration 1.48 Years " As of June 30, 2015 Actual Portfolio Duration 0.43 Years Total Construction Fund (Gross of Fees) Citigroup 3-Month Treasury Bill Treasury 2% ABS 3% CMBS 1% 0.12% 0.00% 1% Asset Allocation Municipal 4% ABS Corporate 11% 0.23% 0.01% CP 30% 0.44% 0.03% " Past Performance is not indicative of future results. Performance returns for periods greater than one year are annualized. The performance benchmark shown for the Riverside County Construe/ion Fund is the Citigroup 3-Month Treasury BiH, which flacks the return of one three-month Treasury bill until maturity. 2 56 LoGANCIRCLE P A R T N E R ~ I~ I I ---- PORTFOLIO REVIEW -Construction Fund Portfolio Characteristics As of June 30, 2015 Actual Portfolio Duration 1.62 Years Asset Allocation Treasury 9% ~~ • • • Past Performance is not indicative of future results. Performance returns for periods greater than one year are annualized. The performance benchmark shown for the Riverside County Construction Fund is the Bank of America Merrill Lynch 1-3 Year U.S. Treasury Index, which is a broad-based index consisting of U.S. Treasury securities with an outstanding par greater than or equal to $250 mi/Hon and a maturity range from one to three years, reflecting total return. 3 57 LOGAN CIRCLE P A R T N E R ~ " PORTFOLIO REVIEW -Capitalized Interest Fund Portfolio Characteristics As of July 11, 2013 Actual Portfolio Duration 2.39 Years " As of June 30, 2015. Actual Portfolio Duration 1.99 Years Total Capitalized Interest Fund (Gross of Fees) B of A ML U.S. Treasury Index 0-2 Year 9% RMBS 5% Municipal 3% 0.19% 0.11% Asset Allocation ABS RMBS 0.58% 0.30% ABS 1% 1.25% 0.36% .erformance is not indicative of future resu�s. Performance returns for periods greater than one year are annualized. The performance benchmark shown for the Riverside County CapitaHzed Interest Fund is the Bank of America Merrill Lynch U.S. 0.2 Year Treasury Index, which is a broad based index that measures short-term Treasury Notes and Bonds with a maturity range between zero and two years, and is presented for discussion purposes only. 4 58 LOGANCIRCLE PARTNERS PORTFOLIO REVIEW -Debt Reserve Fund • Portfolio Characteristics Asset Allocation CMBS As of July 11, 2013 Actual Portfolio Duration 5.04 Years • As of June 301 2015 Actual Portfolio 4.41 Years Total Debt Service Fund (Gross of Fees) -0.61% 0.95% 2.70% B of A ML U.S. Treasury Index 3-7 Year -0.51% 1.22% 2.14% • Past Performance is not indicative of future results. Performance returns for periods greater than one year are annualized. The performance benchm;irk shown for the Riverside County CapitaDzed Interest Fund is the Bank of America Merrill Lynch US Treasury 3-7 Year, which is a broad-based index consisting of U.S. Treasury securities with an outstanding par greater or equal to $25 million and a maturity range from three to seven years, inclusive, reflecting total return. 5 59 LOGAN CIRCLE P A R T N E R S " PORTFOLIO REVIEW Portfolio Market Value Construction (Sales Tax) $332,687,595 $267,706,808 $67,035,332 +$2,054,545 Construction (Toll Revenue) $122, 120,571 $81,130,964 $41,365,173 +$375,566 Total Construction Funds $454,808, 167 $348,837,772 $108,400,505 +$2,430,110 " Project Fund $32, 793,399 $0 $32,827,325 +$33,926 Capitalized Interest {Sales Tax) $103,683,353 $45,945,237 $59,999,582 +$2,261,466 f Capitalized Interest (Toll Revenue) $31,416,498 $13,606,992 $18,548,889 +$739,383 Total Capitalized Interest Funds $135,099,851 $59,552,229 $78,548,471 +$3,000,849 Debt Service Reserve Fund $17,667,869 $0 $18,632,369 +$964,500 " 6 60 LoGANCIRCLE PARTNERS 7 DISCLAIMERS In general. This disclaimer applies to this document and the verbal or written comments of any person presenting it. This document, taken together with any such verbal or written comments, is referred to herein as the "Presentation." Logan Circle Partners, LP., a Fortress Investment Group LLC company, is referred to herein as "Logan Circle". No offer to purchase or sell securities. This Presentation is being provided to you at your specific request. This Presentation does not constitute an offer to sell or a solicitation of an offer to buy any security and may not be relied upon in connection with the purchase or sale of any security. Projections. Projections contained in this Presentation are based on a variety of estimates and assumptions by Logan Circle, including, among others, estimates of future operating results, the value of assets and market conditions at the time of disposition, and the timing and manner of disposition or other realization events. These estimates and assumptions are inherently uncertain and are subject to numerous business, industry, market, regulatory, competitive and financial risks that are outside of Logan Circle's control. There can be no assurance that the assumptions made in connection with the projections will prove accurate, and actual results may differ materially, including the possibility that an investor may lose some or all of its invested capital. The inclusion of the projections herein should not be regarded as an indication that Logan Circle or any of its affiliates considers the projections to be a reliable prediction of future events and the projections should not be relied upon as such. Neither Logan Circle nor any of its affiliates or representatives has made or makes any representation to any person regarding the projections and none of them intends to update or otherwise revise the projections to reflect circumstances existing after the date when made or to reflect the occurrence of future events, if any or all of the assumptions underlying the projections are later shown to be in error. For purposes of this paragraph, the term "projections" includes "targeted returns". Past performance. Past performance is not a reliable indicator of future results and should not be relied upon as the basis for making an investment decision. The information presented is only available for institutional client use and is presented for use only as a one-on-one presentation. • No reliance, no update and use ofinformation. You may not rely on this Presentation as the basis upon which to make an • investment decision. To the extent that you rely on this Presentation in connection with any investment decision, you do so at your own risk. This Presentation is being provided in summary fashion and does not purport to be complete. The information in the Presentation is provided to you as of the dates indicated and Logan Circle does not intend to update the information after its distribution, even in the event that the information becomes materially inaccurate. Certain information contained in this Presentation, includes performance and characteristics of Logan Circle's strategies and any represented benchmarkS,"Whieh may derive from calculations or figures that have been provided by independent third partie~. or have been prepared internally and have not been audited or verified1 Use of different methods for preparing, calculating or presenting information may lead to different results for the information presented, compared to publicly quoted information, and such differences may be material. Knowledge and experience. You acknowledge that you are knowledgeable and experienced with respect to the financial, tax and business aspects of this Presentation and that you will conduct your own independent financial, business, regulatory, accounting, legal and tax investigations with respect to the accuracy, completeness and suitability of this Presentation should you choose to use or rely on this Presentation, at your own risk, for any purpose. Risk of loss. An investment in the strategy will be highly speculative and there can be no assurance that the strategy's investment objectives will be achieved. Investors must be prepared to bear the risk of a total loss of their investment. Distribution of this Presentation. Logan Circle expressly prohibits any reproduction, in hard-copy, electronic or any other form, or any redistribution to any third party of this Presentation without the prior written consent of Logan Circle. This Presentation is not intended for distribution to, or use by, any person or entity in any jurisdiction or country where such distribution or use is contrary to local law or regulation. No tax, legal or accounting advice. This Presentation is not intended to provide, and should not be relied upon for (and you shall not construe it as) accounting, legal, regulatory, financial or tax advice or investment recommendations. Any statements of U.S. federal tax consequences contained in this Presentation were not intended to be used and cannot be used to avoid penalties under the U.S. Internal Revenue Code or to promote, market or recommend to another party any tax-related matters addressed herein. Confidentiality. By accepting receipt or reading any portion of this Presentation, you agree that you will treat the Presentation confidentially. This reminder should not be read to limit, in any way, the terms of any confidentiality agreement you or your organization may have in place with Logan Circle. • 61 LOGAN CIRCLE P A R T N E R ~ ATTACHMENT 15 Payden&Rygel Quarterly Portfolio Review Riverside County Transportation Commission 2"d Quarter 2015 PAYDEN.COM LOS ANGELES I BOSTON I LONDON I PARIS " " " Payden & Rygel ---------- July 2015 Here we are at mid-year, looking around the world trying to assess what the investment horizon might look like in another six months. At this juncture, we would like to share with you feedback we have received from our clients and prospects globally. They are increasingly interested in absolute returns, rather than performance relative to a benchmark. Although comparisons with indices still matter, our philosophy has always been preservation of capital, particularly during volatile markets. In the last six months, stories about Greece, a stronger US dollar, and the Fed's first interest rate hike have dominated headlines. But often times the topics which are popular to focus on today, are not what matter in the longer run. You have heard us frequently talk about the importance of taking a global approach to investing, as all assets are affected by changing world conditions. Along those lines, an interesting fact is that world GDP is now over $110 trillion, with nearly 85 percent of total output coming from outside of the US. This is a dramatic change from 10 or 15 years ago. What is the most important thing you should focus on? Consistent with our clients' shift in focus to absolute returns, we will continue to provide stability of principal, diversification and liquidity. The ability for an organization to provide this depends a lot on its culture. For the past 32 years that we have been in business, we have had the same governance and ownership structure. Our culture is based on a team approach with our focus on finding solutions, not selling products. In closing, we believe there are many favorable factors in the world today, even though there are many challenging geopolitical situations. What will dominate the headlines in the second half of the year will invariably be different from what grabbed attention in the first half of the year. We will continue to be in close touch with you. My very best wishes to you and your family for the summer. Joan A. Payden President & CEO 63 " 60% 50% 40% 30% 20% 10% 0% �0"' ,y<::' rb~ ,,,_,0 Portfolio Market Value Weighted Average Credit Quality Weighted Average Duration Weighted Average Yield to Maturity ~ 00 i::l-0"' ~ ~., (j'li (Ji' .i;}~ ~~~ ~<Q'6 0~ ~v~ ~<Ii ~~ rt}. ~o~ RCTC Operating Portfolio Bank of America. Merrill Lynch 1-3 Treasury Periods over one year annualized 45% 40% 35% 30% 25% 20% 15% 10% 5% 0% 2nd Quarter 0.13% 0.15% 0. 1 $50.2 million AA+ 1.5 years 0.7% Years Since Inception (3/1/15) 0.34% 0.38% IH . Payden & Rygel " 333 South Grand Avenue " Los Angel~4 California 90071 " (213) 625-1900 " www.payden.com ,.....----------------------------- Economic Moderate US economic growth Environment · with interest rates fluctuating Credit • primarily on data interpretation . and ECB action. The Fed would · not raise short-term rates until • later in 2015. The fundamental outlook for issuers remains favorable and front-end technical factors are · positive. Banks would issue debt • bacoieve reql,(ired capital levels. • Positioned portfolio with a short : duration profile and maintained • long-maturity corporate bonds in : lieu of Treasuries . : We continue to participate in new : issue corporate offerings and : selectively added 3-year maturity : fixed-rate bonds. Positive: The short duration position contributed to performance as Treasury yields rose. Negative: The income advantage from investment-grade corporates was more than offset by credit spread widening due to the ongoing Greece crisis. -------------------~---~·.···--------~~---~-----------------~---------------------------------------------------------------------·--------- Asset-Backed · Asset.:backed'SeCcUrlties provide Securities : diyersification' · Yield. Perioclic 2.0 1.5 0.5 0.0 r 0 pay downs all . . · reinv .• t, : a po1>ltive forwtler;[the Fe .· es : shert~term ratf!S. '· n --6/30/2015 -3/31/2015 2 3 4 Maturity (years) Source: Bloomberg : Added to the portfolio's exposure Positive: The additional yield from : to high-quality asset-backed debt asset-backed bonds benefited the : with shorter duration profiles. portfolio. 5 5.0 4.0 ~ 3.0 E :;) Q) 2.0 0:: cu ;§ 1.0 0.0 4.13 Tsy Agcy MBS ABS Corp High EM -1.0 'fietd--- Source: BofA Merrill Lynch and JP Morgan • IH Payden & Rygel • 333 South Grand Avenue• LosAngel~Califomia 90071 • (213) 625-1900 • www.payden.com " " " THE MAIN STORY Q2 2015 The June Federal Reserve meeting came and went without a rate hike. Policymakers' worries about the first quarter slowdown in US economic activity delayed the first change to the policy rate in nearly seven years. However, we think that the US economy remains, and will remain in good health. Our conjecture is based both on market signals and economic fundamentals. In the US, the Treasury yield curve has been the best historical predictor of recessions. When the curve inverts (front-end rates are higher than long-end rates), recessions have followed roughly 1.5-2.0 years later (in all but one case). While the yield curve flattened over the past year, as measured by 10-year Treasury yield minus the Federal Funds rate, it remains steep by historic standards. A steep yield curve is a good sign for the future, as it implies market expectations of growth. Despite volatile quarterly gross domestic product data, there is evidence that the US economy is rebounding; a strong labor market, a housing market recovery, improving retail sales and higher levels of government spending should support US economic performance in the medium term. As a forward looking measure, we like the Conference Board's Leading Economic Index (chart below). In May, 9 of 10 components from the index were positive. Building permits, healthy financial market conditions, and low initial claims for unemployment insurance helped keep the index strong and rising. With eyes trained on the horizon,. we continue to see good things ahead for the US albeit, buffeted by an uncertain global economy . Our Recession Warning System: the US Economy is Walking on Sunshine �������������������������--��-������-......... -�--�--� ... -�������--�-����-���-�����������������������-�-�-�-�������-�-��� �������������-��������������-�-������������������������������������������������������ ........ ... ����������������-���������������������������������������-������� �����������������������������-����-����� ........... �-������������-�-�-�-����������-�-�-�-�-�--�-�-����-�--�-���������-�-�--���---�� 15o/o .. ., .. '.. '"" ' ' ., � � � Recession � � Warning level -Composite Index of 10 leading Indicators Iii Recession Periods -United States 1959 1962 1%5 1968 1971 1974 1977 1980 1983 1986 1989 1992 1995 1998 2001 2004 2007 2010 2013 Source: Conference Board* *The Conference Board's Leading Economic Index� incorporates ten data series from various sectors ta detect turns in !Pe business cycle, including average weekly hours for manufacturing workers, building permits for houses, stock prices, and consumer expectations for the future . 66 E E H Is it possible to peer into the minds of investors and the general public? No, but using "Google Trends" we can take a peek. into search trends over the last year. The charts below track search volume based on key search terms. Together and separately they tell a story of market worries over the past quarter. II Q2 2015 Search Terms 100 ···---·--·------------··---·----------· -------··----··---···--·--------· --·-· ··--_____ Eu~qre~ce_T~~i~~-~~!1~~6~ii6ttr:i~--,.. "GR EXIT" Q,I E i= ""' Q) > 0 ... 80 . --- --.. -. ----... ----. -... -----. ·-----... -----... -. --. -..... ---.. ------... -----.. ---........ --. -.. ------. -. -----. -. ----... ------... ---.. 60 · -· ----· --· · ---------· --------· ----· ------· --- ----- --· ----· -----· · · ----- ---· -- -----· · --·Greeee-Fearstfrt Stocks~------- --· · ----· --- IMF to Cut Growth Outlook 40 ·-----·---------------·-------·-------------------------·-------·-----·--·--·-··------··------·----·----------cNBC·---------------- 20 .. ---. -.... ---.... -----........... ------------ ---.. ------------... -----.. --.... -------.... - 0 ,. ---------<·------,-----------~-----------~----------~----~---....... ~ M ~ ~ ~ b ~ ~ ~ ~ ~ ~ ~ 2014 2014 2014 2014 2014 2014 2014 2015 2015 2015 2015 2015 201 s California Labor Commision Rules Uber Driver Is An Employee, Not a Contractor -NPR 100 · --------·----------· -----------· · ......... · · uoerEye .. $50BHrii:iriVali.ialioii in.N'eiriFunaing·--wsj 80 ------... ----.. ------.... ------.. ------.. -----------..... ------.... 40 - 20 - 0 Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 2014 2014 2014 2014 2014 2014 2014 2015 2015 2015 2015 2015 2015 ~ 100 --------------------------------------------------------60J~~~~-~~t!\~i~J~W~~~,f*~~r~----Fed~NaRate-H~e-rn·June,-· +-' But More Hints For .5 80 -----------------------· ------------------------------· ------------------------------------· --·----·----·septemoeY:·cNN"Mone-Y .c ::::! 60 ..... -...... --. -... -----... --·-.... ----.... -----.... --....... ---.... ·---.... ----.... -----.. -----... -- tO OJ I.I\ 0 ~ M ~ ~ ~ b ~ ~ ~ ~ ~-~ ~ 2014 2014 2014 2014 2014 2014 2014 2015 2015 2015 2015 2015 2015 Firms Alter Bond Portfolios as Liquidity Concerns Mount -P&t 100 . -. ----. -----.... -------.. -------... --. ---------... -----... -. ---... ---. --.. --------------. ---.... -. -------------.. ---. ----. ---... --- --- Bond Market Liquidity Dominates 80 .. ------. ------· --------.... · ............. ------..... -----. ----·... ..... ----. .CnoYers.ati.ao., Hnancialn e.x 60 ---... ------. -------. ------.. ------. --- 40 20 0 ~ M ~ ~ ~ b ~ ~ ~ ~ ~ ~ ~ 2014 2014 2014 2014 2014 2014 2014 2015 2015 2015 2015 2015 2015 67 ....... ~ .............. .. Greece's debt crisis and gridlock in negotiations with its creditors create fears of default and subsequent exit from the Eurozone. "UBER" Despite legal battles, the ride-sharing app is on track to be the most valuable start-up backed by venture capital ever. "RATE HIKE" The Fed is on track to raise rates this year, but -is still uneasy due to Q1 weakness. "BOND LIQUIDITY" Impending rate hikes and "grexit" fears spooked investors who are worried about the lack of liquidity in the bond market. • " " " ATTACHMENT 16 County of Riverside June Treasurer's Pooled Investment Fund "The Grey Swans of Summer" With the summer of 2015 now in full swing, a number of so-called grey swans, or events with potential to have a sizable impact on the health of the financial markets have presented themselves. They range from the Grexit, or the Greek exit from the Euro, a Chinese stock market meltdown, continued Middle East tensions, cyber terrorism and an emboldened Russia. While all eyes at the moment .remain firmly fixed on Greece, as well as when the FED may start to raise short term rates, a potentially much more significant financial event is developing to the east. Yet the theater of the Greek debt talks, together with will they or won't they leave the euro has relegated the China story to little more than a scrolling headline. More than a third of Chinese listed companies have now suspended trading on their main equity indices due to a 30% loss in value since June, largely fueled by borrowed money (margin investing); additionally, a real estate bubble has also played a major role in this outbreak of speculative excess. China has packed more development into a few short decades than any country in recorded history before it, thus creating worldwide excesses in industrtal capacity that even global demand is strug- gling to deal with. Their stock market boom has only succeeded in adding debt. As we all know, the damage done in financial crises is not just the crash itself as far as equity valuations are concerned, but also by a collapsing banking sector. Whether any of this turns into contagion depends on the government's response, but we can see little.evidence tor China's polttical leaders as having the situa- \ion llnder.conlrol, at least at this juncture. ~while, the frot>t page' fll!ws of late was Greek voters rejecting their creditors' proposed ecpnomic refllrms. Polls ahead of the referendUm silggested that voters woWd accept and swallow some medicine, but .the "no" vote prevailed. They have been left with little choice; default on its July 20"' $3.9 billion payment to the ECB and become a failed state subject to social chaos, or, go along with the refOf\llS to keep Greece In the European Union (EU). Both parties have a strong interest to remain in the EU, and negotiations may resume but yet trust batween the parties has so eroded that cooperation could fail. The fallout may see bond yields rise for the other big debtor nations of Europe including Portugal, Italy and Spain while the euro and equity markets will weaken. U.S. equity markets have seen some selling as a spinover from the drama as a result. In the longer term, the strength of the U.S. dollar and safety appeal of Treasuries, as well as other G7 mar- kets, will probably continue to attract investors looking for perceived safe havens. Over the past several FOMC meetings, Chairman Janet Yellen has hinted on numerous occ;asions that the FED will begin increasing the overnight lending rate sometime in 2015. They actually started the process of priming the markets last Dctobar by ending QE3, or the third rendition of the quantitative easing programs which in- duced massive amounts of liquidity into the financial markets. The FED has now turned its focus towards the near zero level of the FED funds rate. Yellen has been adamant that the Federal Re- serve has been watching the data closely to determine the appra- priate timing of short term rate increases. One of the important factors for continued economic expansion, and required to offset any drag caused by tighter monetary policy, is an increasing rate of wage growth to support expansion in spending as our economy is almost 70% driven by consumption. According to data from the Bureau of Labor Statistics (BLS), the U.S. labor force totals about 157 million people. The June BLS report states that 8.3 million of our citizens were unemployed, 6.5 million were working part time but wanted a full-lime job and 1.9 million were marginally attached; meaning not employed but would likely take a full-time job if available. That means nearly 10.6% of the labor force in the U.S. are either unemployed or under- employed and partially helps to explain why wages are not rising as much as many desire. Last week's employment report should help shed some light on the mindset of the F!OD as ii shewed wage growth is minimal and the supply ot'l~bor ls larger than most rH!ize. Under these conditions, the FED shouldn't be in a hurry to raise rates but baing caught zero bound leaves few options for them whenever another slowdown or recession occurs. Indeed, Yellen & Co. has their hands fuH and has a very difficult challenge ahead, kind of like being caught between a roCk and a hard place. We wm be prepared for whatev- er eventuality comes our way in terms of interest rates and the TPIF. Don Kent Treasurer-Tax Collector Capital Markets Team Don Kent Treasurer-Tax Collector Jon Christensen Asst. Treasurer-Tax Collector Giovane Pizano Invesl:!nentl\llanager Isela Licea Asst. Investment l\llanager Investment Objectives The primary objective of the treasurer shall be to safeguard the principal of the funds under the treasurer's control, meet the liquidity needs of the depositor, and achieve a � .retuni on the funds under his or her control. COUNTY OF RIVERSIDE TREASURER'S POOLED INVESTMENT FUND IS CURRENTLY RATED: Aaa-bf BY MOODY'S INVESTOR'S SERVICE AND AAA/Vl BY FITCH RATINGS 0.48 The Treasurer's Pooled Investment Fund is c.fJmprised oft.he County, Schools, Special Districts6gnd other Discretionary Depositors. 1.35 1.32 Current Market Data Economic Indicators 'OlifoBY:!'f>1!)!01• "'~mll~~·m•~''t~~·~*m'~1&yeeS'Jw6~~rr.i;:'l>'~d~omo~" 1 .1dme b~fuJ1.!titneift the nation's business.and goven~~:r;)~.~lwataJ:>J•~ms':':f'; 1,1!>" 06/05/2015 Employment Situation: Measures the number of unemployed as a percentage of the 5.4 % 5.5% labor force. O(i/23/2~~.,'"':' ~.~~~~~ ~~qds Orders,:;~ ~.1,i;~fl-,Q,\~ n~~~~d&f~.~\1( manufacturers for im.pteJmi;~~:ti}~;l~lfSI:<1f!lrB;\Wrf11?ods. •. 06/24/2015 Real Gross Domestic Product -Q/Q change: The broadest measure of aggregate economic activity and encompasses every sector of the economy. GDP is the country's most com rehensive economic scorecard. -,.-.~~,....,.,,~~--~ 06/26/2'1.15 Co. ,--· ',,fr,t~~~~ 06/02/2015 Factory Orders MfM change: Represents the dollar level of new orders for both durable and nondurable goods. 'Go'6Si./ii1~1:t·,2to:.01~·~:::-:.~Ciii51~~ Fed Funds Target Rate Stock Indices Increase to 0.25% 54.0% Increase to 0.75% 0.0% Commodities FOMC Meeting Schedule Gold (USD/OZ) $ 1,172.42 $ (18.13) US Treasury Curve (M/M) COUNTY OF RIVERSIDE TREASURER-TAX COLLECT0%9 -0.2% -0.2% -0.1% -0.4% 52.4% 0.0% • • • " " " TIMMI The Treasurer's Institutional Money Market Index (TIMMI) is compiled and reported by the Riverside County Treasurer's Capital Markets division. It is a composite index derived from four AAA rated prime institutional money market funds. Similar to the Treasurer's Office, prime money market funds invest in a diversified portfolio of U.S. dollar denominated money market instruments including U.S. Treasuries, government agencies, commercial paper, certificates of deposits, repurchase agreements, etc. TIMMI is currently comprised of the five multi billion dollar funds listed below. Federated Prime Obligations Fund POIXX 0.07% 1.00% -Pool Yield _._TIMMI 0.42% 0.41% 0.42% 0.44% 0.44% 0.46% 0.43% 0.44% 0.48% 0.46% 0.42% 0.44% 0.40% 0.50% " " " " " " " " " " " " " 0.05% 0.05% 0.05% 0.04% 0.05% 0.05% 0.06% 0.06% 0.07% 0.08% 0.09% 0.08% 0.09% 0.00% Jun-14 Aug-14 Oct-14 Dec-14 Feb-15 Apr-15 Jun-15 Cash Flows 11/2015 1,150.00 900.00 250.00 250.00 50.00 03/2016 1,100.00 910.00 130.00 488.28 40.00 712.44 1,~50.00 (637.56) 492.08 639.73 "" !1!""""""" " " " � � � Ii}~� ~e 1W" " ." " & " I: " t t TOTALS 13,000.74 13,358.66 (357.92) 326.97 4,812.73 4,597.53 5,739.22 5.39% 75.79% 94.61 �~ * All values reported in millions($) ." The Pooled Investment Fund cash flow requirements are based upon a 12 month historical cash flow model. Based upon projected cash receipts and maturing invesbnents, there are sufficient funds to meet future cash flow disbursements over the next 12 months. COUNTY OF RIVERSIDE TREASURER-TAX COLLECTOfyo 3 Asset Allocation • .,......--.-+,--~ .350! .350 ·-~-~ . .,-,,,,~~---·-- 1.934j 2.150 ... -~s3·0~ . ·-"· ....... ~-"~530 I ····+--········-··-··-+··· ................ .,.. ............ ~ ...... ..;.. ....... -..... ~··--l 1.084: 1.392 ~-·-~·-"'· iFFCBBONDS 680,589. jFMAC ms<:: NOTES 49,878.49r······ rFARMER~MAc··w~·····-w·-"-~· ---·-203,850. 203,837.oor~-·~m···" 1.~~~~moc~s·············· ·-··-··-~834~?~C~.:.~=.:~-~i~~?.5oL.~ ... ,MUNI BONDS 33,560.001 33,552.92! [coMM PAPER 394,000.00 393,817.63. 0.14% • .....•..•..•.•.. ~9_···-~i -······-······+-··· ........... . .438' .438 .128 .128 100.02% 393,901.80 800,00UO • I ........ !3 .. I ' ~·l .;: : }; ....... ~ . ...... ,.J I I .. 11 . ll •• I 11 I. ... ------• = -- COUNTY OF RIVERSIDE TREASURER-TAX COL-71 " " " Maturity Distribution MMKT C~~l/STFND DDA/PASSBK LO~A!'f~'A~~;(!>BLttT:;��� ' '' jh';::S,;f,r:: US TREAS BONDS FHLMCBONDS FNMA BONDS . ;Ji~!~I$~;Np11!S FHLB BONDS FPCBDIS<!::'NOTFS ' , ; ~\ : ; '' '-~ , , " :-.., ', > '< ' , ' FFCBBONDS i~~p~.i~c N~rts:. FARMER MAC MUNI BONDS I I I 410,000.00 p-i,000.00 260,000.00 475,000.00 COUNTY OF RIVERSIDE TREASURER-TAX COLLECTOIJ 2 65,000.00 10,000.00 410,000.00 541~ 260,000.00 $65.00;:;"' ��. �. �'�~Ja 550,000.00 694,593.00 433,179.00 -~,s~;OQ 738,292.14 . " -~�fj;_~;QP;. 680,616.00 ' �;�-z:l.~~too. 203,850.00 33,560.00 5 Credit Quality AA+ AA- MOODY'S ...... •Mi·l" • ., .• ••·• •w·• ••·IA 4,377,669.14 209,690.00 4,376,276.46 209,583.51 COUNTY OF RIVERSIDE TREASURER-TAX COLLECT0~3 S&P ...... •... ..... 75 ••• m. •M·.- 4,376,803.68 100.01 % 209,645.99 100,03% • • 0.50% 0.15% • Month End Portfolio Holdings Matmitv Yield To rar Book Market !\I<Ukct Umeal1zed i\iodif1fd )Nr~ To CUSIP Df~tnphon 0dte Coupon M<Itudty \'dfue \alue Pri1e \a.foe G.:tliT/Los~ Dar<1li0tt !'lfah ... n!J REPC· WFF 07/01/2015 KT WF)XX FIPXX POIXX MPFXX CjPXX CAL TRUST HERITAGE 07 /01/2015 FIDELITY PRIME 07 /01/2015 FEDER A TED PRIME 07 /01/2015 MORGAN STANLEY PRIME 07 /01/2015 JP MORGAN PRIME 07 /01/2015 CAL TRUST FND CLTR CAL TRUST SHT TERM DDA/PASSBK CASH UBMANAGEDRATE LOCAL AGCY OBUG LAO JJS DIST COURTHOUSE USTREASBO S 912828TM2 U.S. TREASURY BOND 912828TB6 U.S. TREASURY BOND 912828UG3 U.S. TREASURY BOND 912828UG3 U.S. TREASURY BOND 912828UG3 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828WH9 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828SC5 U.S. TREASURY BOND 912828882 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828841 U.S. TREASURY BOND 912828UG3 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828UG3 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828VG2 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828WQ9 U.S. TREASURY BOND 912828VC1 U.S. TREASURY BOND 912828VG2 U.S. TREASURY BOND FHLMC DISC NOTES 313396HY2 FHLMC DISC NOTE • KP7 FHLMCDISCNOTE JV6 FHLMC-DISC NOTE NE9 FHLMC DISC NOTE NE9 FHLMC DISC NOTE 313396NE9 FHLMC DISC NOIB 313396NF6 FJ-ILMC DISC NOTE 313396SV6 FHLMC DISC NOTE 313396NE9 FHLMC DISC NOTE 313396TG8 FHLMC DISC NOTE 313396SA2 FHLMC DISC NOTE 313396SA2 FHLMC DISC NOTE 313396SA2 FHLMC DISC NOTE 313396NM1 FHLMC DISC NOTE 313396NM1 FHLMC DISC NOTE 313396TG8 FHLMC DISC NOTE 313396TG8 FHLMC DISC NOTE 313396TG8 FHLMC DISC NOTE 313396TG8 FHLMC DISC NOTE FHLMCBONDS 3134G3SSO FHLMC 4Yr 3134G33R9 3134G3SSO 3134GSLW3 3137EADQ9 3134GSSR7 3134GSSB2 3134GSSF3 3134GSWA9 3134G511Xl 3134G6AA1 3134G6AQ6 3134G6AA1 3134G6BS1 3134G6BT9 3134G6DA8 3134G6GX5 3134G6)J3 3134G6KV4 3134G6KV4 3134G6KM4 3134G6PB3 3134G6Jql 3137EADQ9 3134GSRF4 3137EADQ9 •3134~~ E 3137EADQ9 FHLMC 3YrNc1YrE FHLMC4Yr FHLMC SYrNc3MoB FHLMClYr FHLMC SYrNc6MoB FHLMC 2YrNc3MoB FHLMC 2.25YrNc3MoB FHLMC 2YrNc1YrE FHLMC 5YrNc3MoB FHLMC 2YrNc6MoE FHLMC 5YrNc3MoB FHLMC 2YrNc6MoE FHLMC 2.5YrNc6MoE FHLMC 2.75YrNc3MoB FHLMC 5YrNc3MoB FHLMC 5YrNc3MoB FHLMC SYrNc3MoB FHLMC 5YrNc3MoB FHLMC 5YrNc3MoB FHl.MC 5YrNc3MoB FHLMC 5YrNc6MoB FHLMC 5YrNc3MoB FHLMClYr FHLMClYr FHLMClYr FHLMC 5YrNc3MoB FHLMClYr FHLMC 5YrNc3MoB FHLMC 3YrNc3MoB FHLMC 5YrNc3MoB FHLMCtYr 07/01/2015 07/01/201S 06/15 2020 08/31/2017 06/30/2017 01/15/2016 01/15/2016 01/lS/2016 05/15/2016 05/15/2017 05/15/2016 05/15/2016 05/15/2016 01/31/2017 02/29/2016 05/15/2016 01/31/2016 01/lS/2016 05/15/2016 01/15/2016 05/15/2016 06/15/2016 05/15/2016 06/30/2016 05/15/2016 06/15/2016 07/10/2015 08/18/2015 07/31/2015 10/20/2015 10/20/2015 10/20/2015 10/21/2015 02/08/2016 10/20/2015 02/19/2016 01/20/2016 01/20/2016 01/20/2016 10/27/201S 10/27/2015 02/19/2016 02/19/2016 02/19/2016 02 19 2016 11/01/2016 01/15/2016 11/01/2016 11/20/2019 05413/2016 12/24/2019 12/19/2016 03/24/2017 12/30/2016 U/30/2019 01/30/2017 02/19/2020 01/30/2017 08/25/2017 11/27/2017 02/27/2020 03/U/2020 03/23/2020 03/25/2020 03/25/2020 03/30/2020 04/20/2020 03/23/2020 05/13/2016 05/27/2016 IY>/13/2016 04/29/2020 IY>/13/2016 04/29/2020 04/20/2018 IY>/11/2020 IY>/13/2016 .140 .114 .111 .072 .079 .09S .503 .085 .918 .625 .750 .375 .375 .375 .250 .875 .250 .250 .250 .875 .250 .250 .37S .375 .250 .375 .250 .500 .250 .500 .250 .500 .150 .170 .118 .150 .150 .150 .145 .220 .135 .190 .170 .170 .160 .080 .080 .190 .190 .190 .180 .625 .450 .625 1.500 .500 1.600 .750 .850 .750 1.800 .100 1.600 .700 1.000 1.125 1.600 1.700 1.750 1.625 1.625 1.850 1.500 1.625 .500 Apo .500 1.550 .500 1.500 1.250 1.500 .soo .140 .114 .111 .072 .079 .095 .S03 .085 .918 1.013 .932 .225 .237 .184 .324 .752 .335 .335 .324 .641 .238 .292 .278 .267 .418 .320 .329 .321 .273 .345 .281 .364 .150 .170 .118 .150 .150 .150 .145 .220 .135 .190 .170 .170 .160 .080 .080 .190 .190 .190 .180 .647 .450 .600 1.500 .350 1.600 .790 .909 .750 1.800 .700 1.600 .700 1.000 1.125 1.600 1.700 1.750 1.625 1.625 1.850 1.500 1.646 .380 .380 .335 1.550 .345 1.500 1.250 1.500 .345 COUNTY OF RIVERISIDE TREASURER-TAX COLLECTOR 200,000,000.00 115,000,000.00 75,000,000.00 70,000,000.00 70,000,000.00 80,000,000.00 54,000,000.00 260,000,000.00 365,000.00 S,000,000.00 5,000,000.00 25,000,000.00 25;000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 50,000,000.00 25,000,000.00 25,000,000.00 lS,000,000.00 25,000,000.00 25,000,000.00 15,000,000.00 20,000,000.00 32,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 18,000,000.00 10,000,000.00 S,000,000.00 4,625,000.00 5,863,000.00 25,000,000.00 20,000,00000 15,000,00000 5,505,00000 25,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 15,000,000.00 10,000,000.00 20,000,000.00 10,000,000.00 15,000,000.00 7,900,000.00 15,000,000.00 7,000,00000 10,000,00000 12,500,000.00 9,500,000.00 25,000,000.00 15,000,00000 6,059,000.00 13,250,000.00 10,000,00000 10,000,00000 27,307,000.00 200,000,000.00 115,000,000.00 75,000,000.00 70,000,000.00 70,000,000.00 80,000,000.00 54,000,000.00 260,000,000.00 365,000.00 4,937,109.38 4,971,875.00 25,047,851.56 25,043,945.31 25,057,617.19 24,971,679.69 '15,ffll,148.44 24,967,773.44 24,967,773.44 24,971,679.69 25,129,8$2.81 25,003,906.25 24, 984,375.00 25,027,343.75 25,029,296.88 24,941,406.25 25,014,648.44 49,947,265.63 25,049,804.69 24,994,140.63 15,026,6n.8o 24,992,187.50 25,034,179.69 14,977,687.50 19,966,377.78 31,981,513.33 24,977,395.83 24,978,957.50. 24,978,958.33 24,979,659.72 24,954,472.22 24,982,937.50 24,960,680.50 24,968,597.+z 24,968,597.22 9,988,222.22 24,991,889.00 24,992,000.00 9,987,280.56 9,987,333.33 9,987,333.33 17,978,850.00 9,991,200.00 5,000,000.00 4,629 ,301.25 5,863,000.00 25,055,500.00 20,000,00000 14,988,00000 S,497,843.50 25,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 15,000,000.00 10,000,000.00 20,000,000.00 10,000,000.00 15,000,000.00 7,900,000.00 15,000,000.00 7,000,000.00 9,990,000.00 12,516,625.00 9,502,185.00 25,1)31,500.00 15,000,000.00 6,()69,239.n 13,250,000.00 10,000,000.00 10,000,000.00 27,352,602.69 74 100.000000 100.000000 100.000000 100.000000 100.000000 100.000000 100.000000 100.000000 100.000000 99.828000 100.195000 100.141000 100.141000 100.141000 99.969000 100.469000 99.969000 99.969000 99.969000 100.SSSOOO 100.055000 99.969000 100.133000 100.141000 99.969000 100.141000 99.969000 100.188000 99.969000 100.164000 99.969000 100.188000 99.999000 99.995000 99.998000 99.969000 99.969000 99.969000 99.969000 99.907000 99.969000 99.903000 99.921000 99.9nOOO 99.9nOOO 99.967000 99.967000 99.903000 99.903000 99.903000 99.903000 100.190000 100.122000 100.190000 100.173000 100.136000 100.222000 100.097000 100.137000 100.145000 99.476000 99.999000 99.505000 99.999000 100.122000 100.130000 99.926000 100.132000 100.093000 100.168000 100.168000 99.900000 100.072000 100.167000 100.136000 99.989000 100.136000 98.985000 100.136000 99.514000 99.800000 99.164000 100.136000 200,000,000.00 lJS,000,000.00 7S,OOO,OOO.OO 70,000,000.00 70,000,000.00 80,000,000.00 54,000,000.00 260,000,000.00 365,000.00 4,991,400.00 5,009,750.00 25,035,250.00 25,035,250.00 25,035,250.00 24,992,250.00 2S,117,250.00 24,992,250.00 24,992,250.00 24,992,250.00 25,138,750.00 25,013,750.00 24,992,250.00 25,033,250.00 25,035,250.00 24,992,250.00 25,035,250.00 49,984,500.00 25,047,000.00 24,992,250.00 15,024,600.00 24,992,250.00 25,047,000.00 14,999,850.00 19,999,000.00 31,999,360.00 24,992,250.00 24,992,250.00 24, 992,250.00 24, 992,250.00 24,976,750.00 24, 992,250.00 24,975,750.00 24,980,250.00 24,980,250.00 9, 992,100.00 24, 991,750.00 24, 991,750.00 9,990,300.00 9,990,300.00 9,990,300.00 17,982,540.00 10,019,000.00 5,006,100.00 4,633,787.50 5,873,142.99 25,034,000.00 20,044,400.00 15,014,550.00 S,512.541.85 25,036,250.00 9,947,600.00 9,999,900.00 9,950,500.00 9,999,900.00 10,012,200.00 15,019,500.00 9,992,600.00 20,026,400.00 10,009,300.00 15,025,200.00 7, 913,272.00 14,985,000.00 7,005,040.00 10,016,700.00 12,S17,000.00 9,498,955.00 25,034,000.00 14,847,7SO.OO 6,067,240.24 13,185,61Y>.OO 9,980,00000 9,916,400.00 27,344,137.52 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 54,290.62 37,875.00 -12,601.56 -8,695.31 -22,367.19 20,S70.31 40,101.56 24,476.56 24,476.56 20,570.31 8,867.19 9,843.75 7,875.00 5,906.25 S,953.12 50,843.75 20,601.56 37,234.37 -2,804.69 -1,890.63 -2,071.80 62.50 12,820.31 22,162.50 32,622.22 17,846.67 14,854.17 13,292.50 13,291.67 12.590.28 22,277:78 9,312.50 15,()69.50 11,652.78 11,652.78 3,877.78 -139.00 -250.00 3,019M 2,966.67 2,966.67 3,690.00 27,800.00 6,100.00 4,486.25 10,142.99 .n,soo.oo 44,400.00 '.16,550.00 14,698.35 36,250.00 -52,400.00 -100.00 -49,500.00 -100.00 12,200.00 19,500.00 -7,400.00 '.16,400.00 9,300.00 25,200.00 13,=oo -15,000.00 5,040.00 26,700.00 375.00 -3,230.00 2,500.00 -152,250.00 -1,999.47 -64,395.00 -20,000.00 -8S,600.00 -8,465.17 .003 .003 .003 .003 .003 .ll03 .ll03 .003 2.359 2.140 1.980 .540 .540 .540 .873 1.855 .873 .873 .873 1.565 .668 .873 .582 .540 .873 .540 .873 .956 .873 .997 .873 .955 = .134 .085 .306 .306 .306 .309 .609 .306 .639 .558 .558 .558 .3'.16 .3'.16 -.639 -.640 1.327 .539 1.327 4.226 .867 4.309 J.458 1.n3 1.489 4.304 1.574 4.4'6 1.567 2.117 2.373 4M8 4.477 4.500 4.522 4.522 4.507 vm 4.516 .867 .906 .867 4.625 .867 4.632 2.742 4.665 .867 .003 .003 .003 .003 .003 .003 .003 .003 2.173 2.003 .545 .545 .545 .l!ITl 1.877 .877 .l!ITl .l!ITl 1.592 .668 .877 .589 .545 .877 .545 .877 .962 .877 1.003 .877 .962 = .134 .085 :!111 :!111 :!111 .310 .611 :!111 .641 .559 .559 .559 .326 .3'.16 .641 .641 .641 .641 1.342 .545 1.342 4.395 .871 4.488 1.474 L734 1.504 4.504 1.589 4.644 1.589 2.156 2.414 4.666 4.704 4.734 4.740 4.740 4.753 4.811 4.734 .871 .910 .871 4.836 .871 4.836 2.808 4.868 .871 7 Month End Portfolio Holdings M,ttunty Yield To Par Book Market Markel Unreahzed Modified Years Ta CUSH' D~"rT1phon D<1le Coupon M<1ltnity \'alue V~lue Price Value Gain/Loss Onra.hon Mahni.ty 3134G6X)7 FHLMC 5Y<N<3MoB 3134G61V5 FHLMC 5YrNc3MoB 3134G6YN7 FHLMC 5YrNc3MoB 3134G6YZO FHLMC 5Y<N<3MoB 3134G6YX5 FHLMC 5YrNc3MoB 3134G6ZF3 FHLMC 5YrNc3MoB 3134G6YZO FHLMC 5YrNc3MoB 3134G6B77 FHLMC 5YrN<3MoB 3134G6059 FHLMC 3YrNc3MoB 3134G6CSO FHLMC 5YrNc3MoB 3137EADQ9 FHLMC lYr 3134G6M34 FHLMC 5YrNc3MoB 3134G6WU3 FHLMC 3YrNc3MoB 3134G6P64 FHLMC 5YrN<3MoB 3134G6P64 FHLMC 5YrN<3MoB 3134G6YA5 FHLMC 5YrNc3MoB 3137EADV8 FHLMC 2Yr 3137EADV8 FRI.MC 2Y< 3137EADV8 FHLMC 2Yr 3134G63Q4 FHLMC 5YrNc6MoB 3134G62K8 FHLMC 5YrNc6MoB 3134G62K8 FHLMC 5Y<Nc6MoB 3134G63Q4 FHLMC 5YrNc6MoB 3134G63Q4 FHLMC 5YrNc6MoB 3134G7BH3 FHLMC 5YrNc6MoB 3134G7BD2 FHLMC SYrNc6MoB 3134G7 AEl FHLMC 3YrNcl.5YrE 3134G66MO FHlMC 3YrNc6MoE 3134G63U5 FHLMC 3YrNc3MoB 3134G7BH3 FHLMC 5YrNc6MoB 3134G7BH3 FHLMC 5Y<N<3MoB 3134G66H1 FHLMC 5YrNc3MoB FNMADlSCN 313588KH7 FNMA DISC NOTE 31358811'0 FNMA DISC NOTE 313588LU7 FNMA DISC NOTE 313588LN3 FNMA DISC NOTE 3133%LE1 FNMA DISC NOTE 313588LE3 FNMA DISC NOTE 313588LE3 FNMA DISC NOTE 31358811<1 FNMA DISC NOTE 31358811<1 FNMA DISC NOTE 313588NN1 FNMA DISC NOTE 31358811<1 FNMA DISC NOTE 313588RZll FNMA 01SC NOTE 313588RZll FNMA D1SC NOTE FNMA BONDS 3136FP6XO 3135GOQB2 3136G12F5 3136G13S6 3136G12F5 3136G14Q9 3136G16)3 3136G13S6 3136G17B3 3136G1A66 3136G1AQ2 3136G1C56 3136G1A)8 3136G1AY5 3136G1DA4 3136G1DA4 FNMASYr FNMA 3YrNc1YrE FNMA SYrNclYtB FNMA 5YrNc1YrB FNMA 5YrNc1YrB FNMA SYrNclYrB FNMA SYrNclYrB FNMA SYrNclYrB FNMA SYrNclYrB FNMA SYrNclYrB FNMA 5YrNc6MoB FNMA SYrNclYrB FNMA 5YrNc1YrB FNMA SYrNclYtB FNMA SYrNclYrB FNMA SYrNclYrB 3J36G1CW7 FNMA SYrNclYrB 3136G1ET2 FNMA 5YrNc6MoB 3136G1FW4 FNMA 5YrNc6MoB 3136G1FW4 FNMA 5YrNc6MoB 3136G1FW4 FNMA 5YrNc6MoB 3136G1FW4 FNMA 5YrNc6MoB 3136G1HC6 FNMA SYrNclYrB 3136GlHB8 FNMA SYrNclYrB 3136G1HE2 FNMA 5YrNc6MoB 3136G1HP7 FNMA SYrNclYrlJ 3J36Gll<J7 FNMA 5YrNc6MoB 3135GOWS8 FNMA 3.SYrNc6MoB 3136G1)WO FNMA 5YrNc6MoB 3135GOWS8 FNMA 3.SYrNclYrB 3136G1KW8 FNMA 5YrNc6Mo8 3136G14F3 FNMA 3.5YrNc6MoB 3135GOWS8 FNMA 3.SYrNclYrE 3135GOWS8 FNMA 3.SYrNclYrE 3135GOWS8 FNMA 3.SYrNclYrE 3135GOWS8 FNMA 3.5YrNc1YrE 3135GOWS8 FNMA 3.SYrNclYrE 3136G11<)7 FNMA 5YrNc6MoB 3136Gll<W8 FNMA 5YrNc6MoB 3136G1LT4 FNMA 3.SYrNclYrB 3135GOWS8 FNMA 3.SYrNclYrB 313SGOWS8 FNMA 3.SYrNclYrB 3135GOWS8 FNMA 3.SYrNclYrB 3136G1LT4 FNMA 3.SYrNclYrB 3136G1MUO FNMA 5YrNc6MoB 3136G2DQ7 FNMA 5YrNc6MoB 3136G2{)W4 FNMA 5YrNc6MoB 3135GOXP3 3133EJ!SQ4 3135GOYE7 FNMAlYr FNMA 1.25Yr PNMA1.25Yr 05/21/2020 04/29/2020 05/21/2020 05/27/2020 05/28/2020 05/26/2020 05/27/2020 05/28/'2020 11/28/'2018 05/28/2020 05/13/2016 05/28/2020 05/21/'2018 06/11/'2020 06/11/2020 05/21/2020 07/14/2017 07/14/2017 07/14/'2017 06/22/2020 06/29/2020 06/29/2020 06/22/20'20 06/22/'20'20 06/25/2020 06/25/2020 06/22/2018 06/22/2018 06/29/2018 06/25/20'20 06/25/2020 06/25/2020 08/12/2015 09/15/2015 09/16/'2015 09/10/'2015 09/02/2015 09/02/2015 09/02/2015 02/22/2016 02/22/2016 10/28/'2015 02/22/'2016 0!/19/'2016 01/19/2016 02/ot/2016 10/22/2015 12/18/'2017 12/U/'2017 12/18/'2017 12/26/2017 12/27/'2017 12/13/'2017 12/26/'2017 12/26/'2017 01/30/2018 01/29/'2018 01/30/2018 01/30/'2018 02/28/'2018 02/28/2018 02/20/2018 03/06/2018 03/19/'2018 03/19/2018 03/19/2018 03/19/2018 03/28/2018 03/28/'2018 03/20/'2018 03/28/'2018 04/30/'2018 11/15/'2016 04/18/'2018 11/15/2016 05/08/'2018 12/27/2016 11/15/2016 11/15/'2016 11/15/'2016 11/15/2016 11/15/2016 ot/30/2018 05/08/'2018 11/28/'2016 11/15/'2016 11/15/2016 11/15/2016 11/28/'2016 06/12/'2018 02/13/'1f120 02/20/2020 07/05/2016 09/06/2016 08/26/'2016 1.500 1.550 1.500 1.500 1.625 1.500 1.500 1.700 1.000 1.750 .500 1.800 1.200 1.800 1.800 1.625 .750 .750 .750 1.850 1.750 1.750 1.850 1.850 2.000 1.950 1.200 1.250 1.430 2.000 2.000 1.800 .115 .110 .170 .130 .130 .130 .130 .240 .245 .120 .180 .175 .145 .309 .500 .850 .800 .850 .750 .800 .800 .700 .750 .700 .800 .800 .750 1.000 1.000. 1.000 1.000 1.120 1.120 1.120 1.120 .850 1.000. 1.000 1.000 .880 .600 1.120 .600 .900 .680 .600 .600 .600 .600 .600 .880 .900 .500 .600 .600 .600 .500 1.000 1.500 1.500 .375 .520 .625 1.500 1.550 1.500 1.500 1.625 1.500 1.500 1.700 1.000 1.750 .330 1.800 1.268 1.800 1.800 1.625 .787 .787 .787 1.850 1.750 1.750 1.850 1.850 2.000 1.950 1.230 1.259 1.437 2.000 2.000 1.800 .115 .110 .170 .130 .130 .130 .130 .246 .246 .1'20 .180 .175 .145 .441 .489 .850 .800 .850 .750 .800 .800 .700 .750 .700 .800 .800 .750 1.000 1.0ll6 1.042 1.000 1.128 1.120 1.120 1.120 .850 1.000 1.022 1.000 .880 .600 1.120 .600 .900 .665 .600 .600 .600 .600 .600 .880 .900 .512 .600 .604 .600 1.009 1.302 1.500 1.500 .405 .479 .477 COUNTY OF RIVERISIDE TREASURER-TAX COLLECTOR 5,000,000.00 6,234,000.00 5,190,()(K).00 5,000,000.00 5,000,000.00 15,000,000.00 5,000,000.00 5,000,000.00 2,275,000.00 6,400,000.00 10,000,000.00 10,000,000.00 7,550,000.00 10,000,000.00 S,300,000.00 6,000,000.00 J0,000,000.00 15,000,000.00 10,000,000.00 10,000,000.00 8,855,000.oo 5,000,000.00 11,750,000.00 3,250,000.00 13,000,000.00 10,000,000.00 15,000,000.00 25,000,000.00 15,000,000.00 15,000,000.00 10,000,000.00 4,280,000.00 31,000,000.00 35,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 20,000,000.00 25,000,000.00 25,000,000.00 26,000,000.00 10,000.,000.00 5,000,000.00 10,000,000.00 5,000,000.00 8,752,000.00 10,000,000.00 5,000,000.00 S,000,000.00 8,750,000.00 10,000,000.00 7,200,000.00 10,000,000.00 10,000,000.00 4,500,000.00 10,000,000..00 S,000,000..00 5,000,000.00 10,000,000.00 5,000,000.00 10,000,000.00 5,000.,000.00 10,000,000.00 5,000,000.00 5,000.,000.00 5,000,000.00 5,000,000.00 10,000,000.00 10,000,000.00 5,610,000.00 10,000,000.00 5,000,000.00 12,000.,000..00 5,000,000.00 5,000,000.00 5,000,000.00 10,000,000..00 5,000,000.00 5,000,000.00 21,750,000.00 10,000,000.00 3,635,000.00 10,000.,000.00 10,000,000.00 752,000.00 10;000,000.00 10,000.,000.00 9,975,000..00 25,000,000.00 20,255,000.00 25,000,000.00 5,000,000.00 6,2'.W,000.00 5, 190,000.00 5,000,000.00 5,000,000.00 15,000,000.00 5,000,000.00 5,000,000.00 2,275,000.00 6,400,000.00 10,017,300.00 10,000,000.00 7,534,900.00 10,000,000.00 5,300,000.00 6,000,000.00 9, 992,200.00 14,988,300.00 9,992,200.00 10,000,000.00 8,855,000.00 5,000,000.00 11,750,000.00 3,250,000.00 13,000,000.00 10,000,000.00 14,986,800.00 24,993,750.00 14,997,000.00 15,000,000.00 10,000,000.00 4,280,000.00 30,982,670.14 34,977,862.50 24,978,631.94 24,984,743.06 24,985,555.56 24,985,645.83 24,985,645.83 24,945,215.28 24,945,555.56 19,987,933.40 24,%3,625.00 24,969,4%.53 25,975,285.56 9,990,000.00 5,001,562.50 10,000,000.00 5,000,000.00 8,752,000.00 10,000,000.00 5,000,000.00 5~000,000.00 8,750,000.00 10,000,000.00 7,200,000.00 10,000,000..00 10,000,000.00 4,500,000.00 10,000,000.00 4, 998,500.00 4,993,750,llO 10,000,000..00 4,998,750.00 10,000,000..00 5,000,000.00 10,000,000.00 5,000,000.00 5,000,000.00 4,9%,250.00 5,000,000.00 10,000,000.00 10,000,000.00 5,610,000.00 10,000,000.00 5,000,000.00 12,006,600.00 5,000,000.00 5,000,000.00 5,000,000.00 10,000,000.00 5,000,000.00 5,000,000.00 21,750,000.00 9,9%,000.00 3,635,000.00 9,998,500.00 10,000,000.00 739,216.00 9,911,500.00 10,000,000.00 9,975,000.00 24,991,750.00 20,265,390.82 25,044,750.00 75 99.480000 98.985000 99.9..16000 99.236000 99.687000 99.420000 99.236000 99.643000 99.887000 98.914000 100.)360)() 99.571000 99.882000 100.177000 100.177000 99.267000 99.998000 99.998000 99.998000 99.831000 100.199000 100.199000 99.831000 99.831000 100.023000 100.073000 99.798000 100.028000 100.081000 100.023000 100.023000 100.062000 99.995000 99.987000 99.987000 99.988000 99.989000 99.989000 99.989000 99.902000 99.902000 99.%7000 99.902000 99.921000. 99.921000 100.085000 100.092000 99.887000 100.085000 99.887000 'J9.:S13000 99.949000 100.085000 100.001000 100.077000 100.018000 100.006000 99.753000 100.045000 99.975000 99.975000 100.034000 100.077000 100.120000 100.120000 100.120000 100.120000 100.102000 100.129000 100.119000 99.622000 99.959000 99.9%000 99.955000 99.9%000 100.042000 99.%5000 99.996000 99.996000 '99,9%000 99.9%000 99.9%000 99.959000 100.042000 99.882000 99.9%000 99.9%000 99.9%000 99.882000 100.123000 99.438000 99.490000 99.975000 100.169000 100.241000 4,974,000.00 6,170,724.90 5, 186,678.40 4,961,800.00 4,984,350.00 14,913,000.00 4,961,800.00 4,982,150.00 2,272,429.25 6,330,4%.00 10,013,600.00 9,957,100.00 7,541,091.00 10,017,700.00 5,309,381.00 5,956,020.00 9,999,800.00 14,999,700.00 9,999,800.00 9,983, 100.00 8,872,621.45 5,009,950.00 11,730,142.50 3,244,507.50 13,002,990.00 10,007,300.00 14,%9,700.00 25,007,000.00 15,012,150.00 15,003,450.00 10,002,300.00 4,282,653.60 30,998,450.00 34,995,450.00 24,9%,750.00 24,997,000.00 24,997,250.00 24,997,250.00 24,997,250.00 24,975,500.00 24,975,500.00 19,993,400.00 24,975,500.00 24,9&!,250.00 25,979,460.00 10,008,500.00 5,004,600.00 9,988,700.00 5,004,250.00 8,742,110.24 9,981,300.00 4,997,450.00 5,004,250.00 8,750,087.50 10,007,700.00 7,201,2%.00 10,000,600.00 9,975,300.00 4,502,025.00 9,997,500.00 4,998,750.00 5,001,700.00 10,007,700.00 5,006,000.00 10,012,000..00 5,006,000.00 10,012,000.00 5,005,100.00 5,006,450.00 5,005,950.00 4,981,100.00 9,995,900.00 9,999,600.00 5,607,475.50 9,999,600.00 5,002,100.00 11,995,800.00 4,999,800.00 4,999,800.00 4,999,800.00 9,999,600.00 4,999,800.00 4,997,950.00 21,759,ns.oo 9,988,200.00 3,634,854.60 9,999,600.00 9,999,600.00 751,112.64 10,012,300.00 9,943,800.00 9,924,127.50 24,993,750.00 20,289,210.95 25,060,250.00 -26,000.00 -63,275.10 -3,321.60 ·-38,200.00 -15,650.00 -87,000.00 ,,8,200.00 -17,850.00 -2,570.75 -69,5().1.00 -3,700.00 -42,900.00 6,191.00 17,700.00 9,381.00 -43,980.00 7,600,00 11,400.00 7,600.00 -16,900.00 17,621.45 9,950.00 -19,857.SO -5,492.50 2,990.00 7,300.00 -17,100.00 13,250.00 15,150.00 3,450.00 2,300.00 2,653,60 15,779.86 17,587.50 18,118.06 12,256.94 11,694.44 11,604.17 11,604.17 30,284.72 29,944.44 5,466,60 11,875,00 10,753.47 4,174.44 18,500.00 3,037.50 -11,300.00 4,250.00 -9,889.76 ·18,700.00 -2,550.00 4,250.00 87.50 7,700.00 1,296.00 600.00 -24,700.00 2,025.00 -2,500.00 250.00 7,950,00 7,700.00 7,250.00 12,000.00 6,000.00 12,000.00 5,100.00 6,451l.OO 9,700.00 -18,900.00 -4,100.00 -400.00 -2,524.50 -400.00 2,100.00 -10,800.00 -200.00 -200.00 -:!Oll.00 -400.00 -200.00 -2,050.00 9,135.00 -7,800.00 -145.40 1,100.00 -400.00 11,8%.64 100,800.00 -56,200.00 -50,872.50 2,000.00 23,840.13 15,500.00 4.692 4.625 4.692 4.709 4.695 4.706 4.709 4.686 3.343 4.679 .867 4.673 2.829 4.709 4.709 4.676 2.012 2.012 2.012 4.733 4.765 4.765 4.733 4.733 4.723 4.729 2.915 2.914 2.923 4.723 4.723 4.748 .118 .211 .213 .197 .175 .175 .175 .647 .647 .328 .648 .SSS .SSS .593 .311 2.438 2.421 2.438 2.461 2.466 2.423 2.464 2.462 2.548 2.541 2.547 2.546 2.617 2.616 2.5% 2.633 2.667 2.667 2.667 2.667 2.701 2.701 2.681 2.701 2.793 1.366 2.756 1.366 2.813 1.482 1.366 1.366 1366 1.366 1.366 2.793 2.813 1.404 1.366 1.366 1.366 1.400 2.901 4.422 4.441 1.009 1.177 1.148 4.896 4.836 4.8% 4.912 4.915 4.910 4.912 4.915 3.416 4.915 .871 4.915 2.893 4.953 4.953 4.8% 2.041 2.041 2.041 4.984 5.003 5.003 4.984 4.984 4.992 4.992 2.981 2.981 3.000 4.992 4.992 4.992 .118 .211 .214 .197 .175 .175 .175 .649 .649 .329 .649 .556 .556 .600 .312 2.471 2.458 2.471 2.493 2.4% 2.458 2.493 2.493 2.589 2.586 2.589 2.589 2.668 2.668 2.647 2.685 2.721 2.721 2.721 2.721 2.745 2.745 2.723 2.745 2.836 1.381 2.803 1381 2.858 1.4% 1.381 1.381 1.381 1381 1.381 2.836 2.858 1.416 1.381 1.381 1.381 1.416 2.953 4.627 4.647 1.016 1.189 1.159 • • • 8 Month End Portfolio Holdings M.atuuty Yield To Par Book l\Luket Maiket Unreal1ztd Modif1~d )Nh To CUSIP Dt>:o;cnphon D.th.• Couron l\faturity Value \.i.lue Prfrt> \alue G.un,!Lcs:; D;.ir.lhon \lotu111) FHLB DISC NdTES • KA6 FHLB DISC NOTE PE3 FHLB DISC NOTE LE7 FHLB DISC NOTE SP5 FHLB DISC NOTE 13384MY2 FHLB DISC NOTE 313384TP4 FHLB DISC NOTE 3I3384SWO FHLB DISC NOTE 313384SK6 FHLB DISC NOTE 3133845¥6 FHLB DISC NOTE 313384SP5 FHLB DISC NOTE 3133845¥6 FHLB DISC NOTE 3I3384XQ7 FHLB DISC NOTE 3I3384XR5 FHLB DISC NOTE 3I3384SQ3 FHLB DISC NOTE 3I3384TP4 FHLB DISC NOTE FHLBBONDS 313380557 3I3382Y3I 3I33833MI 3I33833J8 3I33834MO 3133836N6 3133836N6 313383CP4 313383CP4 313383CP4 313383CP4 313383EM9 313383EN7 3I3383EP2 3I30A3LC6 3130A3N83 3I30A3M1ll 3130A3P81 3130A3P81 3130A3QP2 3130A3QUI 3130A3LC6 3130A3WEO 3I30A3W42 3130A3UB8 3130A3VZA 3130A3ZV9 3I30A3ZV9 3I30A4DE9 3130A34U5 •::' 3CC6 MDI! 313384MH9 3130A5606 3130A57Al 3130A57Al 3I30AS7Al 3133834R9 3130ASC72 3130A5CK3 3130A5C72 3130ASC80 3I30A5CC1 3130A5AE9 3130ASC80 3130A5FW4 3130A5FQ7 3I30A5FQ7 3I30ASGDS 3130ASNJ4 3130ASNJ4 FHLB 4YrNc3MoA FHLB 5YrNc6MoB FHLB 5YrNC3MoB FHLB 5YrNc6MoB FHLB 5YrNc6MoB FHLB SYrNclYrB FHLB SYrNclYrB FHLB 5YrNc3MoB FHLB 5YrNc3MoB FHLB 5YrNc3MoB FHLB 5YrNc3MoB FHLB 5YrNc6MoB FHLB SY.rNc3MoB FHLB 5YrNc3MOB FHLB 5YrNc3MoB FHl83Yr FHLB 5YrNc6MoB FHLBlYr FHLBlYr FHLB 1YrNc7MoB FHLB 2YrNc1YrE FHLB 5YrNc6MoB FHLBtYr FHLBlYr FHLB 5YrNc6MoB FHLB 5YrNc6MoB FHLB 1YrNc3MoB FHLB 1YrNc3MoB FHLB 1YrNc6MoE FHLBIYr FHLB7MO FHLB 5YrNc3MOB FHLB7Mo FHLB6MO FMLB6Mo FHLBtOMo FHLB 1YrNc6MoE FHLB 1YrNc6MoE FHLB 1YrNc61\1oll PHLBI.25Yr FHLB 1YrNc3MB FHLB 1YrNc3MoB FHLB 1YrNc3MoB FHLB 3YrNc3MOB FHLB 5YrNc3MOB FHLlHYr FHLB 3YrNc3MOB FHLB IYrNc7MoE FHLBtYr Flfl.BlYr FHLBlYr FflLB 1YrNc3MoB FHLB 1YrNc3MoB FFCB DISC NOTES 313396HY2 313312MT4 3I33I2SA9 313312SA9 3133I2SC5 3I3312SC5 313312SR2 3133USR2 FFCBBONDS FFCB DISC NOTE FFCB DISC NOTE FFCBDISCNOTE FFCB DISC NOTE FFCB DISC NOTE FFCB DISC NOTE FFCB DISC NOTE FFCB DISC NOTE 3133tl<HV5 FFCB SYr 3133£CBA1 FFCB 2.5Yr 3133EDAL6 FFCB 1.75Yr 3133EDBK7 FFCB 3YrNC1YrA 3133EDEK4 FFCB IYr 3133EDG63 FFCB 2Yr 3133EDQ10 FFCB I Yr 3133EDRV6 FFCB 1Yr 313.3EDTB8 FFCB 1Yr 3133EDKW1 FFCB 1.25Yr 3133EDWP3 FFCB 1Yr 3I33EDXQO FFCB 5Yr • EDXQO FFCBSYr DN40 FFCB 1.25Yr DXQO FFCB 5Yr EDZX3 FFCB 1.25Yr 3133EDZX3 FFCB 1.25Yr 08/05/20I5 11/13/20I5 09/02/20IS 02/02/20I6 10/I4/20I5 02/26/20I6 02/09/2016 OI/29/20I6 02/ll/20I6 02/02/20I6 02/11/2016 06/02/2016 06/03/2016 02/03/20I6 02/26/20I6 10/ll/20I6 05/21/2018 05/23/20I8 05/25/2018 05/29/20I8 06/12/2018 06/I2/2018 06/19/2018 06/19/20I8 06fl9/20I8 06/I9/20I8 06/20/2018 06/20/2018 06/20/2018 I2/I9/2019 12/29/7.0I7 I2/30/20I9 01/29/2016 01/29/2016 01/06/2016 12/30/2016 I2/I9/2019 OI/26/2016 02/29/2016 01/22/2020 01/30/2020 02/26/20I6 02/26/2016 03/18/20I6 10/16/2015 IO/I3/2015 03/30/2020 10/14/2015 09/25/2015 00/'19/2015 fYl/24/2016 05/24/2016 05/24/2016 05/24/2016 06fl4/7.0I6 05/27/7.0I6 05/27/20I6 05/27/20I6 ll/28f20I8 05/28/2020 05/04/20I6 11/28/2018 06/17/7.016 06/17/2016 06/17/2016 06/30/2016 06/30/2016 06/30/2016 07/I0/2015 10/09/2015 01/20/'Nl6 01f20/'11116 OO/'}),/'!fJ16 01/22/2016 02/04/2016 02/04/2016 04/20/2016 07/24/2015 08/25/2015 I2/09/2016 09/10/2015 03/03/2016 07/09/2015 08/04/2015 08/2I/2015 08/05/2015 10/01/2015 IO/I0/2019 IO/I0/2019 01/11/2016 I0/10/20I9 OI/'19/2016 OI/29/20I6 .130 .I60 .135 .240 .150 .215 .200 .200 .210 .I90 .2IO 300 .310 .200 .240 .700 .850 .750 .750 .880 .800 .800 .875 .875 .875 .875 .900 I.ooo 1.250 1.800 1.050 I.500 .250 .250 .310 .750 I.800 300 .350 1.625 I.500 .300 300 .400 .200 .I60 1.850 .190 .ISO .150 .230 .3SO .350 .350 .315 .400 .400 .400 I.000 I.500 300· I.000 .400 .350 .350 .320 .450 .450 .I70 .140 .180 .180 .200 .200 .200 .200· .257 .227 .280 .680 .250 .375 .I50 .I90 .I80 .IBO .I90 .255 .255 .270 .255 .230 .230 .130 .I60 .135 .240 .I50 .2I5 .200 .200 .210 .I90 .210 -~01 .311 .200 .240 .700 .850 .750 .750 .880 .800 .800 .875 .875 .875 .875 .908 I.000 1.250 1.800 1.050 I500 .250 .250 .310 .750 1.800 .300 .350 1.625 I.500 300 300 .400 . 158 .183 I.850 .163 .304 .304 .246 .350 .350 . .350 .366 .400 .400 .400 1.000 I.500 .325 1.000 .400 .350 .350 .375 .450 .450 .110 .140 .180 .180 .200 .200 .200 .200 .317 .542 .280 .73I .270 .310 .163 .190 .180 .172 .198 .255 .255 .218 .26I .250 .250 COUNTY OF RIVERISIDE TREASURER-TAX COLLECTOR 50,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 4,352,000.00 I4,300,000.00 10,000,000.00 24,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 6,94I,000.00 25,000,000.00 4,285,714.00 12,000,000.00 10,000,000.00 10,000,000.00 5,000,000.00 10,000,000.00 10,000,000.00 5,000,000.00 5,000,000.00 5,000,000.00 10,000,000.00 5,000,000.00 13,000,000.00 10,000,000.00 2,857,142.85 I0,000,000.00 I0,000,000.00 I5,000,000.00 25,000,000.00 25,000,000.00 7,000,000.00 5,714,285.71 25,000,000.00 6,500,000.00 3,360,000.00 9,825,000.00 25,000,000.00 25,000,000.00 15,000,000.00 4,000,000.00 . 25,000,000.00 10,000,000.00 19,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 15,000,000,00 25,000,000.00 10,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 $'.000,000.00 15,000,000.00 5,750,000.00 15,llOO,ooo.oo 25,000,000.00 25,000,000.00 25,000,000.00 35,000,000.00 15,000,000.00 15,06I,OOO.OO 20,000,000.00 25,!ro,000.00 25.000.000.00 25,000,000.00 25,000,000.00 1<1,000,000.00 10,000,000.00 10,000,000.00 I5,000,000.00 15,000,000.00 5,000,000.00 10,000,000.00 10,000,000.00 10,000,000.00 25,000,000.00 25,000,000.00 4,000,000.00 20,000,000.00 15,000,000.00 25,poo,ooo.oo 25,000,000.00 10,000,000.00 I0,000,000.00 I5,000,000.00 49,%7,138.89 24,968,777.75 24,982,093.75 24,950,000.00 4,348,808.53 14,273,610.54 9,983,777.78 23, 964, 133.33 24,959,020.83 24,964,111.11 24,959,I66.67 24,923,958.33 24,921,423.61 6,93I,59I.09 24,957,666.67 4,285,714.00 I2,000,000.00 10,000,000.00 I0,000,000.00 5,000,000.00 10,000,000.00 10,000,000.00 5,000,000.00 5,000,000.00 5,000,000.00 I0,000,000.00 4,998,000.00 I3,000,000.00 10,000,000.00 2,857,I42.85 10,000,000.00 10,000,000.00 I5,000,000.00 25,000,000.00 25,000,000.00 7,000,000.00 5,714,285.71 25,000,000.00 6,500,000.00 3,360,000.00 9.825,000.00 25,000,000.00 25,000,000.00 15,000,000.00 4,001,040.00 24,996,587.00 10,000,000.00 I9,0Q3,040.00 24,98I,041.67 24,980,625.00 9,998,700.00 10,000,000.00 10,000,000.00 15,000,000.00 25,002,650.00 10,000,000.00 25,000,000.00 25,000,000.00 I0,000,000.00 5,000,000.00 14,996,250.00 5,750,000.00 I5,000,000.00 25,000,000.00 25,000,000.00 24,985,250.00 35,000,000.00 I5,000,000.00 I5,046,562.36 19,982,888.89 24,967,000.00 24,967,375.00 24,965,555.56 24,965,694.44 9, 986,222.22 9, 986.222.22 9,995,000.00 14,996,061.75 15,000,000.00 4,992,500.00 9,996,800.00 10,001,000.00 9,998,700.00 25,000,000.00 25,000,000.00 4,000,262.00 I9,998,400.00 I5,000,000.00 25,000,000.00 25,0I6,250.00 9,997,500.00 9,997,500.00 14,996,250.00 76 99.998U56 99.977500 99.994750 99.946000 99.9854I7 99.866667 99.944250 99.947000 99.943750 99.946000 99.943750 99.732000 99.731000 99.945750 99.866667 99.914000 I00.003000 99.842000 100.085000 100.043000 I00.078000 100.078000 99.695000 99.695000 99.695000 99.695000 99.828000 100.020000 99.601000 IOO.I96000 I00.142000 99522000 100.017000 100.0I7000 I00.002000 I00.23IOOO 100.196000 I00.025000 I00.062000 99.499000 99.532000 99.982000 99.982000 100.036000 100.014000 100.000000 100.241000 I00.0I6000 99.985000 99.985000 99.967000 99.992000 99.992000 . 99.992000 99.993000 100.Q22000 99.985000 100.022000 100.0I8000 99.657000 99.977000 I00018000 99.949000 99.964000 99.964000 99.96IOOO 100.014000 100.0I4000 99.999000 99.972000 99;921000 99.921000 99-!>lOOOCJ 99.92000() 99,909000 99.909000 I00.116000 I00.008000 100.007000 100006000 100.019000 100.045000 100001000 100.000000 100.Q09000 100.007000 100.010000 I00.103000 100.103000 I00.001000 100.103000 99.983000 99.983000 49,999,028.00 24,994,375.00 24,998,687 50 24,986,500.00 4,351,365.35 I4,280,933.38 9,994,425.00 23, 987, 280.00 24,985,937.50 24,986,500.00 24,985,937.50 24,933,000.00 24,932,750.00 6,937,234.5I 24,966,666.75 4,282,028.29 I2,000,360.00 9,984,200.00 10,008,500.00 5,002,I50.00 10,007,800.00 10,007,800.00 4,984,750.00 4,984,750.00 4,984,750.00 9,969,500.00 4,991,400.00 I3,002,600.00 9,960,I00.00 2,862,742.85 10,014,200.00 9,952,200.00 I5,002,550.00 25,004,250.00 25,000,500.00 7,0I6,I10.00 5,725,435.71 25,006,250.00 6,504,030.00 3,343,166.40 9,779,019.00 24,995,500.00 24,995,500.00 I5,005,400.00 4,000,500.00 25,Q00,000.00 10,024, 100.00 19,0Q3,040.00 24;996,250.00 24,996,250.00 9,996,700:00 9,999,200.00 9,999,200.00 14,998,800.00 24,998,250.00 I0,002,200.00 24,996,250.00 25,005,500.00 10,llOl,800.00 4,~.00 14,996,550.00 5,751,035.00 14,992,350ll0 24,991,000.00 24,991,000.00 24,990,250.00 35,004,900.00 15,002,I00.00 15,060,849.39 I9,994,400.00 24,980,250.00 24,980,250.00 24,980,000.00 24,980,000.00 9,990,ll<Xl.OO 9,990,ll<Xl.OO 10,01I,600.00 15,001,200.00 I5,002,550.00 5,000,300.00 10,001,ll<XJ.OO 10,004,500.00 10,000,100.00 25,000,000.00 25,002,250.00 4,000,280.00 20,002,000.00 15,015,450.00 25,025,750.00 25,000,250.00 10,0I0,300.00 9,998,300.00 I4,997,450.00 31,889.11 25,597.25 16,593.75 36,500.00 2,556.82 7,.~22.84 I0,647.22 23,146.67 26,9I6.67 22,388.89 26,770.83 9,041.67 11,326.39 5,643.42 9,000.08 -3,685.71 360.00 -I5,800.00 8,500.00 2,I50.00 7,800.00 7,800.00 -I5,250.00 -I5,250.00 -IS,250.00 -30,500.00 -6,600.00 2,600.00 -39,900.00 5,600.00 I4,20000 -47,800.00 2,550.00 4,250.00 500.00 16,l?U.OO 11,200.00 6,250.00 4,030.00 -16,833.60 -45,981.00 -4,500.00 -4,500.00 5,400.00 -480.00 3,413.00 24,IOOOO 0.00 15,20!.33 15,625.00 -2,000.00 -ll00.00 -ll00.00 -U00.00 -4AOO.OO 2.200.00 -3,750.00 5,500.00 1,800.00 -17,150,00 300.00 1,035.00 -7,650.00 -9,000.00 -9.000.00 5,000.00 4,900.00 2,100.00 14,287.lll 11,511.lI 13,250.00 I2,875.00 14,444.(4 14,Jai.56 4,677.78 4,677.78 I6,600.00 5,138.25 2,550.00 7,800.00 5,10000 3,500.00 1,400.00 0.00 2,250.00 18.00 3,600.00 I5,450.00 25,750.00 -I6,000.00 12,740.00 soo.oo· 1,200.00 .098 .372 .I75 .593 .290 .658 .612 .582 .6I7 .593 .6I7 .923 .925 596 .658 I.271 2.852 2.859 2.864 2.873 2.909 2.909 2.924 2.924 2.924 2.924 2.926 2.921 2.908 4.274 2.458 4.336 579 .579 .5I5 1.489 4.274 .571 ..667 4.348 4.386 .654 .654 .il.4. .m :J!lf1 4.507 .290 .238 .249 .649 .898 .898 .898 .981 .906 .906 .906 3.343 4.712 .842 3.343 .961 .961 .96I .997 .997 .997 .ff¥J .276 .!151 .!151 563 .563 .598 .598 .804 .066 .I53 1.431 .197 .673 .025 .096 .142 .098 .254 4.256 4.256 529 4.256 ,579 579 .099 .373 .I75 .595 .290 .660 .614 .584 .619 .595 .6I9 .926 .929 .597 .660 I.285 2.893 2.899 2.904 2.915 2.953 2.9S.~ 2.973 2.973 2.973 2.973 2.975 2.975 2!175 4.474 2.501 4504 .584 .584 .52I I504 4.474 .575 .668 4.567 4.589 .660 .660 .718 .296 .288 4.753 .290 .238 .249 .655 .WI .WI .901 .986 .910 .910 .910 3.416 4.915 .847 3.4I6 .967 .967 .967 l.OOS 1.003 1.003 .fY27 .'Il7 .559 .559 .564 .564 ·"°° .600 .808 .066 .153 1.447 .197 .677 .025 .096 .142 .099 .255 4.282 4.282 .534 4.282 .584 .584 9 Month End Portfolio Holdings i\ti.1..\unty YidJ.T() Pil.r Book M.i.rket Market Unrealized Mo~hfied Years lo CUSIP Desmphon 0-1.te Cnuron Malunly \'alu~ \'.tlul' Price Value GAin/Loss Duration !\1.tturity 313..'\EDZX.'\ FFCB 1.25Yr 3133EEEC0 FFCB 1Yr 3133EDZ47 FFCB lYr 3113EEl<U3 FFCB 1y, 3133EEMS6 FFCB 1.25Yr 3133EENK2 FFCB lYr 3133EEMG2 FFCB 1y, 3133ECP99 FFCB 3YrNcYr1C 3133EDSR4 FFCB 1Yr 3133EEMS6 FFCB 1.25Yr 3133EENE6 FFCB 3y, 3133EEPTI FFCB lY< 3133EERB8 FFCB 1Y< 3133EERB8 FFCB 1Y< 3133EESJO FFCB lY< 3133EEVB3 FFCB 1.25Yr 3133EEMS6 FFca t.25Yr 3l33EEMS6 FFCB 1.25Y< 3133EEZB9 FFCB 1.25Yr 3133EEC40 FFCB NOTES 3133EEZR4 FFCB 2Yr 3133EEC40 FFCB 1.25Yr 3133EEC40 FFCBNOTES 3133EE)43 FFCB 2Y< 3l33EEN89 FFCB lY< 3133EDNS7 FFCB lYr FMAC DISC NOTES 31315KPH7 FAMCA DISC NOTE 31315I<TF7 FAMCA DISC NOTE FARMER MAC 3131SPQK8 FAMCA 3Y< 31315PYY9 FAMCA 3y, 31315P)7S FAMCA 1.5Y< 31315P2K4 FAMCA 3y, 31315PV48 FAMCA 5YrNc6MoB 31315P4Y2 FAMCA 5Y<N<6MoB 31315P'7E3 FAMCA 5YrNc6MoB 31315P7L7 FAMCA 5YrNc3MoB 31315PD71 FAMCA 5YrNc3MoB 313t5PES4 FAMCA 5YrNc3MoB 31315PI'33 FAMCA lYr 31315P'I'JO FAMCA lY< 31315P3F4 FAMCA 5Y<Nc6MoB 3132XOAA9 FAMCA 5Y<Nc3MoB 3132XOAB7 FAMCA 5Y<N<6MoB MllNI ZERO CPNS 91411UW84 UC REGEN'IS 91411UWM3 UC REGEN'IS 91411UUG8 UC REGENlS 91411UU60 UC REGEN'IS 91411UX59 UCREGENlS 91411UX83 UC REGEN'IS 91411UXD2 UC,REGEN'IS MllNIBONDS 5464151.73 LOUISIANA SfA TE 882723PH6 TEXAS SfATE 939'74DHP6 WASHINGTON SfATE 76914AAG7 COIJNTY OF RIVERSIDE COMM PAPER 89233HUE2 Tq¥0TA MOTOR CORP 36959JUN1 GE CAmAL CORP 36959)\'34 Gl!CAPITALCORP 89233HV68 TOYOTA MO'JOR CORP 19121BVB2 COCA-COLA CO 19121BVA4 COCA-COLA CO 64105HVJ8 NESTLE 93114FUXO WAL-MART 89233HWEO TOYOTA MOIOR CORP 01/29/2016 01/04/2016 01/22/2016 01/21/2016 05/06/2016 02/09/2016 02/02/2016 05/13/2016 05/13/2016 05/06/2016 01/09/2018 02/17/2016 02/26/"}i)16 02/26/2016 03/04/2016 06/27/2016 05/06/2016 05/06/2016 09/16/2016 06/24/2016 04/21/2017 06/24/2016 06/24/2016 05/0S/'1-017 05/26/2016 06 '1-0/2016 11/16/2015 02/18 2016 07/02/2015 01/28/'l-016 01/25/2016 09/05/2017 12/23/2019 01/06/2020 01/29/'l-020 02/04/'1-0'lfl 02/04/2020 02/04/2020 05/24/2016 02/25/'l-016 04/01/2020 04/20/2020 05/12 '1-020 09/0S/2015 09/21/2015 07/16/'J.915 07/06/2015 10/05/2015 10/05/2015 1 2015 07/14/2015 07/ZJ./2015 OS/03/'1-015 OS/-06/'1-015 OS/ll/2015 .230 .220 .230 .240 .350 .250 .250 .375 .400 .350 .875 .320 .280 .280 .280 .500 .350 .350 .450 .350 .600 .350 .350 .650 .300 .450 .195 .3:1Q .550 .425 .365 1.120 1.750 1.750 1.600 1.550 1.450 1.600 .400 .350 1.800 1.500 1.500 .140 .140 .120 .ISO .170 .180 .150 .150 .160 .160 .150 .140 .130 .120 .100 .180 .230 .220 .230 .240 .350 .250 .274 .375 .350 .350 .957 .310 .280 .294 .280 .500 .336 .329 .450 .363 .600 .376 .366 .680 .300 .396 .195 .321 .587 .425 .370 1.120 1.750 1.750 1.600 1.550 1.450 1.600 .400 .350 1.800 1.500 1.500 .140 .140 .120 .150 .170 .185 .150 .540 210 .230 .350 .150 .160 .160 .150 .140 .130 .120 .100 .180 COUNTY OF RIVERISIDE TREASURER-TAX COLLECTOR 25,000,000.00 25,000,000.00 15,070,000.00 25,000,000.00 25,000,000.00 10,000,000.00 5,250,000.00 10,000,000.00 12,296,000.00 25,000,000.00 5,000,000.00 15,000,000.00 15,000,000.00 10,000,000.00 15,000,000.00 25,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 25,000,000.00 10,000,000.00 J:l,000,000.00 25,000,000.00 15,000,000.00 15,000,000.00 7,000,000.00 25,000,000.00 25,000,000.00 10,000,000.00 5,000,000.00 25,000,00o.OO 8,850,000.00 15,000,000.00 15,000,000.00 10,000,0ClO.OO 10,000,000.00 10,000,000.00 15,000,000.00 15,000,000.00 20,000,000.00 15,000,000.00 15,000,000.00 15 ,000.00 26,000,000.00 25,000,000.00 22,450,000.00 10,000,000.00 25,384,000.00 25,000,000.00 5,000,000.00 12,070,000llO 12,465,000.00 3,335,000.00 690,000.00 50,000,000.00 25,000,000.00 30,000,000.00 30,000,000.00 so,000,000.00 29,000,000.00 30,ooo,roo.oo 50,000,000.00 50,000,000.00 25,000,000.00 25,000,000.00 15,070,000.00 25,000,000.00 25,C:Xll,000.00 10,000,000.00 5,248,766.25 10,000,000.00 12,303,807.% 25,000,000.00 4, 988,250.00 15,001,500.00 15,000,000.00 9,998,600.00 15,000,000.00 25,000,000.00 25,003,750.00 25,005,750.00 10,000,000.00 24,996,250.00 10,000,000.00 11,996,400.00 24,995,500.00 14,991,000.00 15,000,000.00 7,003,780.00 24,959,375.00 24,919,111.11 9,989,000.00 5,000,000.00 24,998,000.00 8,850,000.00 15,000,000.00 15,000,CXXJ.00 10,000,000.00 10,000,000.00 10,000,000.00 15,000,0ClO.OO 15,000,000.00 '1-0,000,000.00 15,000,000.00 15,000,000.00 15,000,000.00 25,987,46222 24,986,680.56 22,445,285.50 9,998,333.33 25,370,09521 24,985,125.00 4,997,520.83 12,070,000.00 12,465,000.00 8,327,915.25 69(),000.00 49,975,625.00 24,986,111.11 29,984,133.33 29,985,000.00 49,975,888.89 28,987,747.50 29,98S,000.00 49,987,361.11 49,969,250.00 77 99.983000 100.003000 100.018000 99.962000 100.000000 99.964000 99.973000 100.007000 99.993000 100.000000 99.765000 99.999000 100.004000 100.004000 99.953000 100.141000 100.000000 100.000000 99.901000 100.031000 99.790000 100.031000 100.031000 99.862000 99.930000 100.027000 99.958000 99.903000 100.001000 100.074000 100.067000 100.664000 100.296000 100.020000 99.781000 99.655000 99.868000 99.573000 100.074000 99.984000 99.363000 99.373000 99.897000 100.000000 . 99.947000 100.000000 99.999000 99.945000 99.958000 100.000000 99.849000 99.967000 99.989000 100.022000 99,993861 99.990083 99.984417 99.983000 99.980639 99.981111 99.977333 99.985833 99.958333 24,995,750.00 25,000,750.00 15,072,n2.60 24,990,500.00 25,000,000.00 9,9%,400.00 5,248,582.50 10,000,700.00 12,295,139.28 25,000,000.00 4,988,250.00 14,999,850.00 15,000,600.00 10,000,400.00 14,992,950.00 25,035,250.00 25,000,000.00 25,000,000.00 9,990,100.00 25,007,750.00 9,979,000.00 12,003,720.00 25,007,750.00 14,979,300.00 14,989,500.00 7,00l,8901l0 24,989,500.00 24,975,750.00 10,000,100.00 5,003,700.00 25,016,750.00 8,908,764.00 15,044,400.00 15,003,000.00 9,978,100.00 9,965,500.00 9,986,800.00 14,935,950.00 15,011,100.00 19,996,800-00 14,904,450.00 14,905,950.00 14,984,:qfl.OO 26,000,000.00 24,986,750.00 22,450,000.00 9,999,900.00 25,370,038.80 24,989,500.00 5,000,000.00 12,051,774.30 12,400,886.55 8,334,083.15 690,151.80 49,996,930.50 24,997,520,75 29,995,325.10 29,994,900.00 49,990,319.50 28,994,522.19 29,993,199.90 49,992,916.50 49,979,166.50 -4,250.00 750.00 2,712.60 -9,500.00 0.00 -3,600.00 -183.75 700.00 -8,668.68 0.00 0.00 -1,650.00 600.00 1,800.00 -7,050.00 35,250.00 -3,750.00 -5,750.00 -9,9()().00 11,500.00 -21,000.00 7,320.00 12,250.00 -11,700.00 -10,500.00 -1,890.00 30,125.00 56,638.89 11,100.00 3,700.00 18,750.00 58,764.00 44,400.00 3,000.00 -21,900.00 -34,500.00 -13,200.00 -64,050.00 11,100.00 -3,200.00 -95,550.00 -94,050.00 -15,450.00 12,537.78 69.44 4,714.50 1,566.67 -56.41 4,375.00 2,479.}7 -18,225.70 4,113.45 6,167.90 151.80 21,305.50 11,409.64 11,191.77 91900.00 14,430.61 6,774.69 5,199.90 5,555.39 9,916.50 .579 .510 .560 557 .848 .607 .587 .867 .867 .848 2.482 h29 .654 .654 .676 .98S .848 .848 1.205 .981 1.794 .981 .981 1.840 .903 .969 380 .636 .005 .575 .567 2.141 4.290 4.288 4.371 4391 4.404 4.385 .89'7 .651 4.516 4.607 4.M7 .191 .ZJ.7 .044 .016 .265 .265 .'1.87 .871 .254 .Of,8 .289 .038 .060 .093 .101 .us .112 .134 .D85 .20S .584 .515 .561 .562 .852 .614 .595 .871 .871 .852 2.532 .636 .660 .660 .679 .995 .852 .852 1.216 .986 1.811 .986 .986 1.858 .907 .9'75 .381 .638 .005 .581 .573 2.186 4.485 4.523 4.586 4.603 4.603 4.603 .901 .658 4.759 4.811 4.871 .192 .227 .044 .016 .266 .266 .288 .877 .255 ,Of,8 .290 .038 .060 .093 .101 .115 .112 .134 .oss .208 • • • 10 " " " Full Compliance The Treasurer's Pooled Investment Fund was in FULL COMPLIANCE with the Treasurer's Statement of Investment Policy. The County's Investment Policy is more restrictive than the Califor- nia Government Code. This policy is reviewed annually by the County's Investment Oversight Committee and approved by the County Board of Supervisors . 1 Mutual Funds maturity may be interpreted as weighted average maturity not exceeding 60 days. 2 Or must have an investment advisor with not less than 5 years experience and with assets under management of $500,000,000 . THIS COMPLETES THE REPORT REQUIREMENTS OF CALIFORNIA GOVERNMENT CODE 53646 COUNTY OF RIVERSIDE TREASURER-TAX COLLECTOI}a 13 ·.·.• ) AGENDA ITEM 8> •• . . ~. . . ~' • • • " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Michele Cisneros, Deputy Director of Finance THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Cal PERS Delegation of Authority to Request Disbursements STAFF RECOMMENDATION: This item is for the Committee to: 1) Designate the Chief Financial Officer, Deputy Executive Director, and Deputy Director of Finance to request disbursements from the CalPERS pre-funding plan; 2) Authorize the Chair to execute the Delegation of Authority to Request Disbursements; and 3) Forward to the Commission for final action. BACKGROUND INFORMA.TION: In June 2007, the Commission approved a plan to pre-fund the Commission's post retirement health benefits liability; approved a policy to fund 100 percent of the annual required contributions; adopted Resolution No. 07-005, "Agreement and Election of Riverside County Transportation Commission to Pre-fund Other Post Employment Benefits through Ca/PERS"; designated the Chief Financial Officer and the Accounting and Human Resources Manager to request disbursements from the CalPERS pre-funding plan; and authorized the Chair to execute the Delegation of Authority to Request Disbursements on behalf of the Commission. Since the Commission is a member of the Public Employees' Medical and Hospital Care Act (PEMHCA), it is required to periodically update CalPERS forms. In September 2014, the Commission updated the designations for a position title change and addition of the Deputy Executive Director as a third designee. As a result of a position title change effective in July 2015, CalPERS requested the Delegation of Authority to Request Disbursements form be updated for the change in position tit.le from Finance Manager/Controller to Deputy Director of Finance. Staff recommends the Chief Financial Officer, Deputy Executive Director, and Deputy Director of Finance be designated to request disbursements from the pre-funding plan and the Chair be authorized to execute the Delegation of Authority to Request Disbursements, which is included as an attachment. This staff report has no financial impact . Attachment: Delegation of Authority to Request Disbursements Agenda Item 8 79 " " A CalPERS DELEGATION OF AUTHORITY TO REQUEST DISBURSEMENTS RESOLUTION OF THE Board of Commissioners (GOVERNING BODY) OF THE Riverside County Transportation Commission (NAME OF EMPLOYER) Board of Commissioners The ________________ delegates to the incumbents (GOVERNING BODY) in the positions of Riverside County ---------------=----~ and (TITLE) Deputy Executive Director and/or (TITLE) Deputy Director of Finance authority to request on (TITLE) behalf of the Employer disbursements from the Other Post Employment Prefunding Plan and to certify as to the purpose for which the disbursed funds will be used. By Commission Chair Title ____________ _ Witness ------------- " Date ____________ _ OPEB Delegation of Authority (1/13) 80 " AGENDA ITEM 9 \ . " " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Matthew Wallace, Procurement Manager THROUGH: Theresia Trevino, Chief Financial Officer SUBJECT: Revisions to Procurement Policy Manual STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve the revised Riverside County Transportation Commission Procurement Policy Manual (PPM) for the procurement and contracting activities undertaken by the Commission, pursuant to legal counsel review as to conformance to state and federal law; 2) Adopt Resolution No. 15-017, "Resolution of the Riverside County Commission Regarding the Revised Procurement Policy Manual"; and 3) Forward to the Commission for final action . BACKGROUND INFORMATION: Transportation The Commission's initial PPM was adopted in April 2007, in response to the Federal Transit Administration's (FTA) 2006 Triennial Review. At its July 2012 meeting, the Commission adopted a revised PPM that was comprehensive and incorporated key elements to comply with the FTA, Federal Highway Administration, Caltrans, other state and federal, and Commission regulations. In December 2012 the PPM was revised to include FTA's recommendations resulting from its Procurement System Review of the Commission. Staff updated the PPM as a result of the following: " FTA Triennial Audit completed June 2015; " Office of Management and Budget's issuance of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Grant Guidance) in December 2013, which became effective on December 26, 2014; and " Other best practices . Agenda Item 9 81 PPM Revision Highlights The primary revisions to the PPM include the following areas: 1) Chapter 1 Procurement Process - • Written Standards of Conduct • Contract Duration; 2) Chapter 2 Procurement Generally -Executive Director Authority for purchases of services; 3) Chapter 3 Competitive Sealed Bids -Sealed Bid Procedures; 4) Chapter 4 Design Build Contracts -Procedures for Design BuiJd Contracts; and S) Chapter 8 References to Applicable Laws/Regulations -Veteran's Hiring Preference. FTA corrective action recommendations to the Commission's PPM regarding request for proposal procedures, architectural and engineering requirements, cqst and price analysis, and independent cost estimate involved changing references of "should" to "shall." Other FTA corrective action recommendations regarding supporting documentation for change orders, change order evaluation, and brand name or equal, including salient characteristics, were made to the.Commission's Perris Valley Line Construction Management Project Procedures Manual. The revised draft of the PPM was submitted to FTA for review. The revised PPM continues to provide the Commission with a comprehensive, formal set of policies and procedures that assists all aspects of the organization with guidance regarding best procurement practices. With the increasing number of projects using federal funding sources, the PPM provides a framework to ensure compliance with federal regulations. Attachments: 1) Procurement Policy Manual (Revision No. 2) 2) Resolution No. 15-017 Agenda Item 9 82 • • • " " " ATTACHMENT 1 Riverside County Transportation Commission Procurement Policy Manual (December 12, 2012September 9, 2015) 83 " " " Riverside County Transportation Commission CHAPTER 1 -PROCUREMENT PROCESS ........................................................................... 1 lJ! PURPOSE AND SCOPE ................................................................................................. 1 2.0 PROCUREMENT POLICY STATEMENT .................................................................... 1 3.0 PROCUREMENT STANDARDS ................................................................................... 1 4.0 TYPES OF CONTRACTS ............................................................................................. -SQ 5.0 OPTIONS ..................................................................................................................... 910 6.0 COOPERATNE AGREEMENTS ............................................................................ +-012 7.0 RECURRING CONTRACTS .................................................................................... ++U CHAPTER 2 -PROCUREMENT GENERALLY .............................................................. ~15 lJ! IMPLEMENTATION BY EXECUTNE DIRECTOR; COMMISSION CONTROLS AND LIMITATIONS ................................................................................................ -!JQ 2.0 PROCUREMENT OFFICER-DESIGNATION AND DELEGATION .................. ~ l1 3.0 PROCUREMENTOFFICER-DUTIES .................................................................. ~17 4.0 IMPLEMENTATION OF PROCUREMENT PROCEDURES AND GUIDELINES Mil_ 5.0 AUTHORIZED METHODS OF PROCUREMENT; SELECTION ......................... Mil. 6.0 INDEPENDENT COST ESTIMATE ........................................................................ ++ 19 7.0 COST/PRICE ANALYSIS ........................................................................................ +720 8.0 VENDOR CONTACTS PRIOR TO ISSUANCE OF A SOLICITATION ................ +&20 9.0 ADVERTISING/PUBLICIZING PROCUREMENTS .............................................. +&21 10.0 NON-DISCRIMINATION IN PROCUREMENT ..................................................... t921 11.0 ORGANIZATIONAL CONFLICTS OF INTEREST ................................................ t921 12.0 DUTIES OF COMMISSION STAFF REGARDING PROCUREMENTS ............... t922 13.0 INSURANCE ......................................................................................... .' ................... U24 14.0 SUBCONTRACTING ............................................................................................... ~25 15.0. DETERMINATIONOFFAIRANDREASONABLEPRICE .................................. ~25 16.0 CONTRACT APPROVAL, AW ARD� AND EXECUTION ..................................... ~26 17 .0 PROTEST PROCEDURES ....................................................................................... ~27 18.0 PUBLIC RECORDS REQUESTS .................................................................... : ........ ~28 CHAPTER 3 -COMPETITIVE SEALED BIDS ("LOW BID") ...................................... U29 CHAPTER 4 -DESIGN-BUILD CONTRACTS ................................................................ 2932 lJ! PURPOSE .................................................................................................................. ~32 2.0 PROCEDURES FOR DESIGN-BUILD CONTRACTS ........................................... ~32 CHAPTER 5 -COMPETITIVELY NEGOTIATED PROCUREMENTS ...................... J033 lJ! NEGOTIATED PROCUREMENTS-GENERAL. .................................................. W33 2.0 SOURCE SELECTION TECHNIQUES ................................................................... W33 3.0 PROPOSAL EV ALVA TION .................................................................................... J..1.34 4.0 REJECTION OF PROPOSALS ................................................................................. ~35 5.0 NEGOTIATION; SELECTION ................................................................................ ~35 I Procurement Policy Manual 84 September 9, 2015 Revision: � Riverside County Transportation Commission 6.0 SPECIAL PROVISIONS APPLICABLE TO ARCHITECT-ENGINEER AND • RELATED SERVICES .............................................................................................. ~35 CHAPTER 6 -SIMPLIFIED PURCHASE PROCEDURES ............................................. JJ37 LQ GENERAL ................................................................................................................. J.J-37 2.0 REQUIREMENTS FORMICROPURCHASES ....................................................... J.J-37 3.0 USE OF SMALL PURCHASE PROCEDURES ....................................................... J.J-37 4.0 PROHIBITED USE OF SMALL PURCHASE PROCEDURES ............................... M38 CHAPTER 7 -NON-COMPETITIVE AND EMERGENCY PROCUREMENTS AND REMEDIAL MEASURES ..................................................................................................... J.S39 LQ NON-COMPETITIVE PROCUREMENTS .............................................................. ~39 2.0 EMERGENCY PROCUREMENTS; REMEDIAL MEASURES ............................. 3MO 3.0 WRITTEN JUSTIFICATION FOR EMERGENCY AND OTHER NON- COMPETITIVE PROCUREMENTS ........................................................................ ~ 1 CHAPTER 8 -REFERENCES TO APPLICABLE LAWS /REGULATIONS ............... 3943 LQ GENERAL ................................................................................................................. ;943 2.0 REFERENCES .......................................................................................................... ;943 3.0 FTA/FHWA-:FIJNDED PROCUREMENT BY NON-COMPETITIVE {SOLE SOURCE) PROPOSALS ........................................................................................... 4246 4.0 DISADVANTAGED BUSINESS ENTERPRISE ..................................................... 4J4 7 5 .0 GEOGRAPIDCAL PREFERENCES ........................................................................ 4J4 7 • 6.0 REVENUE CONTRACTS .... , .................................................... .-.............................. 4J4 7 7.0 STATUTORY ANDREGULATORYREQUIREMENTS ....................................... 4M8 CHAPTER 9 -DISPOSAL OF SURPLUS PROPERTY ..............................•.................... 4&50 1..Q DEFINITIONS ........................................................................................................... 4650 2.0 DISPOSAL OF SURPLUS REAL PROPERTY ........................................................ 4650 3.0 DISPOSAL OF PERSONAL PROPERTY ................................................................ 4650 CHAPTER 10-OTHER PROCUREMENT MATTERS .................................................. 4+51 I .0 DISPUTES, CLAIMS, AND CHANGES-DEFINITIONS ..................................... 4751 2.0 DISPUTES, CLAIMS. AND CHANGES-GENERAL ........................................... 47~ 3.0 TERMJNATION ........................................................................................................ 4751 iJ! BONDS, OTHER SECURITIES AND INSURANCE .............................................. 4953 5.0 CONTRACT CLOSEOUT ........................................................................................ 4954 CHAPTER 11 -PAYMENT ...•...........................................•.......................................... ~ ....... M55 LQ COMMISSIONPAYMENTPROCESS .................................................................... *55 2.0 PROGRESSPAYMENTS ......................................................................................... *55 3.0 PROMPTPAYMENTTOSUBCONTRACTORS-FEDERALLYFUNDED AGREEMENTS .......................................................................................................... £56 4.0 PAYMENT OF RETENTION ON PUBLIC WORKS CONTRACTS .................... £56 5 .0 REQUEST FOR PAYMENT CERTIFICATION ..................................................... £56 I Procurement Policy Manual ii 85 September 9. 2015 Revision: 2. • " " " CHAPTER 1 -PROCUREMENT PROCESS 1.0 PURPOSE AND SCOPE A. The Riverside County Transportation Commission (hereinafter "RCTC" or "Commission") procures goods and services using public funds. It has a responsibility to uphold the public trust and maximize the value of public funds by using them as efficiently and cost-effectively as possible. B. This Procurement Policy Manual (Manual) sets forth a general procurement policy and set of standards that will govern the conduct of Commission procurement activities and of Commission personnel engaged in those activities. The policies contained herein are advisory, not mandatory, and any deviation therefrom shall not render any contract of the Commission void or voidable. This manual is for Commission internal purposes only and shall not create any rights in any third parties. C. This Manual is intended to supersede, in its entirety, the Commission's Procurement Policies Manual which was adopted on April 11, 2007, and Resolution No. 98-013, adopted December 9, 1998, entitled Resolution of the Riverside County Transportation Commission Authorizing the Executive Director to Sign Certain Commission Contracts. 2.0 PROCUREMENT POLICY STATEMENT A. The Commission procurement policies establish the guidelines and policies for procuring the goods and services necessary for the Commission to.carry out its responsibilities and duties. The policies are intended to maintain the integrity of the Commission's procurement process, while ensuring that purchases are made in a cost effective, timely manner; with fair and open competition; and in accordance with all applicable laws and regulations. B. The objectives of the Commission's Procurement Policy Manual are to: 1. Maximize the value received for the Commission's expenditure of public funds; 2. Protect assets and/or services purchased with public funds and ensure their application in the Commission's interests; 3. Provide all vendors an equal opportunity to provide needed goods and/or services; and 4. Protect the integrity and reputation of the Commission, its officers, and its employees. 3.0 PROCUREMENT STANDARDS A. General 1. Contract Administration System. The Commission will maintain a contract administration system that helps ensure that contractors perform I Procurement Policy Manual 86 September 9, 2015 Revision: 2_ in accordance with the terms, conditions, and specifications of their respective contracts. a. Contract administration activities may include the following: i. Receive, evaluate, and act on value engineering and other change proposals. ii. Negotiate cost and schedule impact related to change orders and other contract modifications. iii. Process disputes under the contract's disputes clause. iv. Review and approve payments under any progress payments clause. v. Monitor progress and ensure timely notification of anticipated overrun. vi. Monitor financial status and advise if contract performance is jeopardized. vii. Issue task orders. viii. Perform property administration. ix. Ensure contractor compliance with quality assurance requirements. x. Evaluate, for adequacy, the contractor's engineering efforts and management systems that relate to design, development, production and testing. xi. Evaluate and make recommendations on contractor requests for waivers and deviations. · xii. Monitor contractor's small and disadvantaged business subcontracting. xiii. Ensure timely submission of required reports. xiv. Administer special clauses such as drug and alcohol testing. xv. Receive, inspect, and accept or reject partial deliveries and final deliveries of all contract deliverables. xvi. Assist in contract close out. b. The administration of construction contracts may be further supplemented by the Caltrans Construction Manual or other manual developed for a specific project, as required. 2. A void Duplicative Purchases. Commission staff should regularly review proposed and planned procurements to avoid purchase of unnecessary or duplicative items. I Procurement Policy Manual 2 87 September 9, 2015 Revision: 2 • • • " " " 3. 4. Lease vs. Purchase Analysis. Where appropriate, an analysis should be made of lease versus purchase alternatives and any other appropriate analysis to determine the most economical procurement approach. Value Engineering. When appropriate and in the Commission's best interests, the Commission will encourage the use of value engineering by including applicable clauses in contracts for appropriate equipment purchases and construction projects. 5. Award to Responsive and Responsible Contractors. The Commission will make awards only to responsive and responsible contractors, as determined by the Commission, possessing the ability to perform successfully under the terms and conditions of a proposed contract. Consideration will be given to such matters as contractor integrity, compliance with public policy as implemented by applicable laws and regulations, record of past performance, and financial and technical 6. resources. a. In connection with the responsibility determination for federally funded procurements, a check of debarment and suspension must be performed and documented in the procurement records. Commission Rejection of Bids, Quotes, and/or Proposals. The Commission, to the extent permitted by applicable laws, may reject any . and all bids, quotes and/or proposals and re-advertise at its sole discretion . The Commission should ensure that such rights are clearly stated in all Commission bid documents. �1. Procurement Records. Records sufficient to document the significant history of each procurement activity should be maintained and retained by the Commission in accordance with the Commission's records retention policy. At a minimum, these records should include: a. The rationale for the method of procurement; b. Selection of contract type; c. Reasons for contractor selection ot rejection; and d. The basis for the contract price. 8. Specifications. The Commission will have clear and accurate contract specifications or statements of work that identify all requirements that offerors must fulfill. Additionally, written selection procedures for formal procurements shall be prepared to help ensure fair, unbiased evaluation of competing proposals. a. For Federal Transit Administration (FTA)-funded procurements, the Commission is prohibited from unduly restricting competition or placing unreasonable requirements on firms in order for them to qualify to do business (e.g., unnecessary experience and excessive bonding requirements) . I Procurement Policy Manual 3 88 September 9, 2015 Revision: 2. 9. Brand Name or Equal. The use of"brand name or equal" purchase descriptions may be permitted: a. Only when an adequate specification cannot be provided without performing an inspection and analysis in time for the acquisition under consideration; and b. When minimum needs are carefully identified and those salient physical and functional characteristics of the brand name product are clearly set forth in the solicitation. c. For non-federally funded procurements, as otherwise permitted by state law. This section is not intended to impose limitations on the Commission's ability to require a brand name when the procurement is not federally funded and is not a "public work" subject to the requirements contained in the California Public Utilities Code (PUC). • 10. Conflicts of IHterest. All CommissioH members, empleyees arid other ageHts ml:lst conduct the procl:lrement process so as to avoid conflicts of interest, real or appareHt. To maintain full and opeH competition, no Commission member, employee or other ageHt is permitted to give preferential tre$Bent te a-ny·contractor, Hor to iHfh1ence er participate iH any Commission transactioa ia 'Nhich such person has a financial interest. All procuremeHts must be conducted ia accordance with the CommissioH's • Resolution No. 10 038, "ResolutieH of the Riverside Couflty Transportatioa CommissioH AmeHdiHg the Appendix of the Conflict of Interest Code Pursuarit to the Pelitical Refomi Act of 1974 (as amended)," as ma,· be amended. 11. Lobbying amjl Gifts. Commission officers, employees, ageHts and Cemmission members must comply ·.vith applicable state and federal lw.v regardiag acceptance of gifts, gratuities, or fa-vors from contractors, poteHtial coHtractors, or parties to subcontraGtor agreements. 10. -!#-Audit Provisions. Every Commission contract wherein contractor or other entity ·is receiving Commission funds in excess of$10, 000 should include a provision allowing examination and audit of records related to the contract by the Commission's auditor for a period of three years after final payment under the terms of the contract. lL .J..3..:-.Violations or Breach of Contract. All contracts exceeding $100,000 should include administrative, contractual, or legal remedies for violations or breach of the contract by the contractor. 44.-Termination Clause. All contracts in excess of$25,000, and public works contracts in excess of $2,000, should provide for the termination of the contract for the Commission's convenience, and all contracts should provide for the termination of the contract for default in cases of contractor breach or non-performance. Federally funded contracts in I Procurement Policy Manual 4 89 September 9, 2015 Revision: 2. • .---------------------------------------------------------- • • • excess of $10,000 must provide for both termination for convenience and cause. 13. ~Issues not Included in the Procurement Policy Manual. If a policy, procedure or particular strategy or practice is in the best interest of the Commission and is not specifically addressed, nor prohibited by statute or case law, users of this Manual should not assume it is prohibited. Rather, the absence of direction should be interpreted as permitting the Executive Director to innovate and use sound business judgment that is otherwise consistent with law and within the limits of his or her authority. B. Written Standards of Conduct. 1. Conflicts oflnterest. All Commission members, officers, employees and other agents must conduct the procurement process so as to avoid conflicts of interest, real or apparent. To maintain full and open competition, no Commission member, officer, employee or other agent, or his or her immediate family member, partner, or organization that employs or is about to employ any of the foregoing individuals may participate in the selection, award, or administration of any Commission contract if a conflict ofinterest, prohibited by law, would be involved. For PTA-- funded contracts, the foregoing shall also apply when any of those individuals previously listed has a financial or other interest in the firm selected for award. In addition to the foregoing, all procurements must be conducted in accordance with the most current version of the "Conflict of Interest Code for the Riverside County Transportation Commission" adopted pursuant to the Political Reform Act of 1974 (as amended). 2. Lobbying and Gifts. Commission officers, employees, agents and Commission members must comply with applicable state and federal law regarding acceptance of gifts, gratuities, or favors from contractors, potential contractors, or parties to subcontractor agreements. For FTA- funded procurements, Commission officers, employees, agents, or Commission members may neither solicit nor accept gifts, gratuities, favors; or anything of monetary value from contractors, potential contractors, or parties to subcontracts; provided that exceptions may apply if, as determined by the Executive Director, the financial interest is not substantial or the gift is an unsolicited item of nominal intrinsic value. For FTA:;-funded procurements, nominal value shall mean under fifty dollars ($50). 3. Violations. a. The violation of these Standards of Conduct by Commission employees will subject the violator to any disciplinary proceedings or action deemed appropriate by the Executive Director. Employees may correct a violation in any manner provided for under the Political Reform Act, and its implementing regulations . I Procurement Policy Manual 5 90 September 9, 2015 Revision: .f. 4. b. The violation of any of these Standards of Conduct bv Commission members or officers will require correction of the violation in any manner provided for under the Political Reform Act, and its implementing regulations. c. Contractors or subcontractors that violate these Standards of Conduct as relates to an active FTA-funded procurement may be prohibited from bidding on the procurement, or may be subject to other action as deemed appropriate by the Executive Director. d. Agents of the Commission that violate these Standards of Conduct as relates to FTA-funded procurements may be prohibited from participation on behalf of the Commission on federally funded projects, or subject to other action as deemed appropriate by the Executive Director. Prohibited Communications. To avoid any appearance of impropriety, instructions to bidders in solicitation documents should prohibit contacts of any kind from proposers/bidders with any Commission member or any Commission staff, other than the Procurement Officer, during an open procurement. Violation of this condition may result in immediate disqualification of a bid or proposal. This provision is not meant to prohibit communications between Commission staff and existing consultants/contractors related to existing business which the consultant/contractor i§ under contract to perform on behalf of the Commission. 4.0 TYPES OF CONTRACTS A. General Provisions 1. The Procurement Officer should use the types of contracts described in this Chapter for most types of procurement, except as otherwise provided for certain small purchases described hereunder in Chapter 6. Innovative contracting arrangements are not prohibited, but require the advance approval of the Executive Director or the Commission, as specified herein. 2. The "cost-plus ... percentage-of-cost" method of contracting shall not be used for state or federally funded contracts. 3. The Procurement Officer, in consultation with the project manager, should select the type of contract that is most appropriate to the circumstances of each procurement, in accordance with the provisions of this Chapter. 4. In procurements by other than competitive sealed bidding, the Procurement Officer may negotiate a contract type and price (or estimated cost and fee) that will result in reasonable contractor risk and provide the contractor with the greatest incentive for efficient and economical performance. I Procurement Policy Manual 6 91 September 9, 2015 Revision: .6. • • • " " " B. Selecting Contract Types 1. The type of contract to be used should be determined prior to the solicitation, and the solicitation should inform bidders of the type of contract that will be used. 2. When procurement is by competitive sealed bidding, the Procurement Officer must use a firm fixed-price contract. 3. Except when procurement is by competitive sealed bidding as required by law, the Procurement Officer should select the most effective contract type and should consider contract type together with the issues of price, risk, uncertainty, and responsibility for costs. The type of contract used should reflect the cost risk and responsibility assumed by the contractor or supplier. 4. The Procurement Officer should avoid the continued use of a cost reimbursement or time-and-materials contract after experience provides a basis for firmer pricing. 5. The Procurement Officer should include documentation in each contract file to show why the particular contract type was selected, except for purchase orders under the small purchase threshold. C. Fixed-Price Contracts 1. Fixed-price contracts may provide for a firm price or, in appropriate cases, an adjustable price. 2. Fixed-price contracts providing for an adjustable price may include a ceiling price, a target price (including target cost), or both. Unless otherwise specified in the contract, the ceiling price or target price will be subject to adjustment only by operation of contract clauses providing for equitable adjustment or other revision of the contract price under stated circumstances. 3. A firm-fixed-price contract should provide for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the comract. 4. A firm-fixed-price contract should be used for acquiring commercial products or commercial-type products, or for acquiring other supplies or services, on the basis of reasonably definite functional or detailed specifications ifthe Procurement Officer can establish fair and reasonable prices at the outset, including the following circumstances: a. When there is adequate price competition; b. When there are reasonable price comparisons with prior purchases of the same or similar supplies or services made on a competitive basis; c. When available cost or pricing information permits realistic estimates of the probable costs of performance; I Procurement Policy Manual 7 92 September 9, 2015 Revision: 2. d. When performance uncertainties can be identified and reasonable estimates of their cost impact can be made, and the contractor is willing to accept a firm-fixed-price contract; or e. When required by law unless a sole source exception applies. D. Cost Reimbursement/Cost-Plus-Fixed-Fee Contracts I. Cost reimbursement contracts provide for payment of the contractor's reasonable, aHocable and allowable incurred costs plus a negotiated fixed fee, to the extent prescribed in the underlying contract and Federal Acquisition Regulation (FAR) Part 31. 2. A cost reimbursement contract establishes an estimate of total cost for the purpose of obligating funds and establishing a ceiling on expenditures that the contractor may not exceed without the approval of the Commission. 3. Cost reimbursement contracts are suitable for use when the uncertainties of performance do not permit costs to be estimated with sufficient accuracy to use a fixed-price contract. 4. The Commission must determine the adequacy of the contractor's accounting system for cost-type contracts before awarding such a contract. E. Time-And-Materials Contracts 1. A time-and-materials contract should be used only after the Procurement Officer determines: a. In writing, that no other type of contract is suitable; and b. A ceiling price to be included in the contract that the contractor shall not exceed except at its own risk. 2. A time-and-materials contract should be used only when it is not possible at the time of executing the contract to estimate accurately the extent or duration of the work or to anticipate costs with any reasonable degree of certainty or confidence. 3. A time-and-materials contract should include direct labor hours at specified fixed hourly rates that include wages, overhead, general and administrative expenses, profit, and materials required at cost. 4. The user deparqnent/project manager should ensure that there is adequate surveillance of contractor performance when a time-and-materials type contract is used. F. Labor-Hour Contracts 1. When materials are not required, the Procurement Officer may use a labor- hour contract, a variation of the time-and-materials contract. 2. The use of a labor-hour contract should be in accordance with the above- referenced provisions related to time-and-materials contracts. I Procurement Policy Manual 8 93 September 9, 2015 Revision: 2 • • • " " " G. H. Letter Contracts (Letter Of Intent Contracts) 1. A letter contract is an interim type of contractual agreement that gives the contractor a limited notice of award for the delivery of the required goods/supplies or the performance of services. 2. The Procurement Officer may use a letter contract when the Commission's interests demand that the contractor be given a binding commitment so that work can start immediately and executing a definitive contract is not possible in sufficient time to meet the requirement. Each letter contract should be as complete and definitive as possible under the circumstances and should include clauses approved and required by the Procurement Officer. 3. The estimated cost of the definitive contract should determine the type and level of review and approval required for approval of a letter contract. 4. A letter contract may not be entered into without competition except as provided for under Non-Competitive and/or Emergency Procurements provisions of this Manual. 5. A letter contract may not be amended to satisfy a new requirement unless the new requirement is inseparable from the existing contract. Any amendment should be subject to the same requirements as a new letter contract. 6. The total value of the letter contract should be the estimated sum necessary to cover the contractor's requirement for funds before execution of the definitive contract. However, the total value of a letter contract should not, under any circumstances, exceed fifty percent (50%) of the overall price ceiling for the term of the final negotiated (i.e., definitive) contract. 7. A letter contract should contain a negotiated schedule for execution of the definitive contract, including dates for submission of the contractor's price proposal, cost or pricing data (if required), a date for start of negotiations, and a target for execution of the definitive contract. 8. The letter contract should provide that if the Procurement Officer and the contractor cannot negotiate a definitive contract because of failure to reach agreement regarding price or fee: 1) the Procurement Officer may terminate the letter contract; 'Or 2) if a "contract definitization" clause is included in the letter contract, the Commission may unilaterally require the contractor to continue the work and the Procurement Officer may, with the approval of the Executive Director, determine a reasonable price or fee. Multiple Year Contracts Multiple year contracts may be used with competitive sealed bids, competitive proposals, or by non-competitive procurement. The contract term. and any extensions thereof, shall be established based on sound business judgment of the Procurement Policy Manual 9 September 9, 2015 Revision: 2. 94 Commission. Multiple year contracting is a method by which the Commission awards a contract for a base period of one or more years, with option provisions for future years' requirements. The option provision in the contract should provide for unilateral exercise at the discretion of the user department/project manager, as additional requirements and funding become available. See below under Section 5.0 of this Chapter for further information regarding Options. For FTA-funded procurements, the procurement file shall document the rationale for determining the term. Considerations should include the time necessary to accomplish the purpose of the contract, competition, pricing, and fairness. I. Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts 1. The Procurement Officer may use an ID/IQ type of contract when the Commission anticipates a recurring requirement, but cannot predetermine the precise quantities of supplies or services at the time of contract award. 2. ID/IQ contracts should specify maximum or minimum estimated quantities that the Commission may require during the term of the agreement. An ID/IQ contract should make no promise of exclusivity and may in fact be one of several (multiple) contracts awarded for the same item or service. 3. There are several types of ID/IQ contracts, including: a. Definite-quantity contracts b. Requirements contracts c. Indefinite quantity (IQ) contracts (commodities) d. Task order contracts (services) 4. If possible under the circumstances, the Procurement Officer should ensure that original solicitation and resultant ID/IQ contract contain both a minimum and a maximum quantities, which represent the reasonably foreseeable needs of the parties to the solicitation, and a clause stating that the estimate is not a representation to a bidder, offeror, or consultant that the estimated quantity or dollar amount above the estimated minimum will actually be required or ordered by the Commission. 5.0 OPTIONS A. General 1. When it is in the best interest of the Commission, a contract option may be included providing the Commission the unilateral right to extend the term of the contract and/or to purchase additional supplies or services called for by the contract. 2. Any written findings required for a contract option shall specify both the base requirement(s) and the increase permitted by subsequent options. Contract provisions setting forth the cost of the option may include, but are not limited to, the following: Procurement Policy Manual IO September 9, 2015 Revision: 2. 95 • • • " " " a. A specific dollar amount; b. An amount to be determined by applying provisions (or a formula) provided in the basic contract, but not including renegotiation of the price for work in a fixed-price type contract; c. In a cost-type contract, a stated fixed or maximum fee, or a fixed or maximum fee amount determinable by applying a formula contained in the basic contract; d. A specific price that is subject to an economic price adjustment provision; or e. A specific price that is subject to change as a result of changes to the prevailing labor rates provided by the U.S. Department of Labor (DOL) or the California Department of Industrial Relations (DIR) prevailing rates, whichever is applicable. B. Solicitation of Contracts with Options 1. If a contract provides for an option, the solicitation should include appropriate option clauses. 2. Each contract should state the period within which an option may be exercised. 3 . In order to meet the requirements of this Manual for full and open competition, the option should be evaluated as part of the initial competition and be exercisable at an amount specified from the terms of the basic contract. When options have not been evaluated as part of the award, the exercise of such options will be considered a non-competitive procurement and must comply with the non-competitive procurement policies in described in this Manual. C. Exercise of Options 1. The user department/project manager, in cooperation with the Procurement Officer, should initiate the exercise of an option only after determining the following: 2. a. That sufficient budget authority is available; b. That the requirement covered by the option fulfills an existing Commission need; and c. That the exercise of the option will be the most advantageous method of fulfilling the Commission's needs, when price and other factors are considered. The Procurement Officer, after considering price and other factors, should make the determination whether to recommend exercising the option on the basis of one of the following: a. A new solicitation fails to produce a better price or a more advantageous offer than that offered by the option; provided, that if it I Procurement Policy Manual 11 September 9. 2015 Revision: i 96 is anticipated that the best price available is the option price (or that the option provides the more advantageous offer), the Procurement Officer should not use this method to test the market; b. An informal analysis of prices or an examination of the market indicates that the option price is better than prices available in the market or that the option is the most advantageous offer; or c. The short time between the award of the contract containing the option and the exercise of the option indicates that the option price is the lowest price obtainable or the most advantageous. 3. The contract modification or other written document, which notifies the contractor of the exercise of the option, shall cite the option provision as authority for the action and should be issued within the time period specified in the contract. 6.0 COOPERATIVE AGREEMENTS A. Policy on Intergovernmental or Inter-entity agreements To .promote economy and efficiency, the Commission may enter into state and local intergovernmental agreements or inter-entity agreements, where such agreements are in the best interest of the Commission and are appropriate for procurement or use of common or shared goods and services. The use of purchasing schedules may be prohibited for federally funded procurements, and state purchasing agreements in other states may not be utilized for FT A-funded procurements. · ---""-"A=B~. Memorandum of Understanding A memorandum of understanding (MOU) is a contract document describing a bilateral or multilateral agreement outlining the terms and details of an arrangement between the parties to the MOU, including each party's requirements and responsibilities. An MOU is used when substantial involvement is expected between the Commission and another agency or entity when carrying out the activity contemplated in the MOU, and there exists some public or mutually beneficial purpose in carrying out this activity. OC. Piggybacking 1. Piggybacking is the post-award use of an acceptable contract/solicitation process that allows an entity not contemplated in the original procurement to purchase the same supplies or equipment under the original contract/solicitation process. 2. Piggybacking is permissible when: a. The underlying solicitation document and the resultant contract contain an assignability clause that provides for the assignment of all or part of the specified deliverables as originally advertised, competed, evaluated, and awarded; and I Procurement Policy Manual 12 97 September 9, 2015 Revision: 2. • • • " " " 7.0 b. For federally funded agreements, the original solicitation and resultant contract contain a minimum and a maximum quantity, which represent the reasonably foreseeable needs of the parties to the solicitation. GD. California Multiple Award Schedule and State Master Agreements 1. A California Multiple Award Schedule (CMAS) and State Master Agreements are agreements established between the California Department of General Services (DGS) and multiple vendors who agree to the State of California terms and conditions, and may be used by the Commission. 2. Acquisitions based on CMAS or State Master Agreements shall be competitively bid so as to result in offers from three or more vendors including one small business, if available. Ifless than three offers are received, documentation of solicitation methods must be included with the contract documentation. 3. Three offers are not required for CMAS and State Master Agreements based on competition, such as Cal-Store, the Master Rental Agreement, Western States Contracting Alliance (WSCA), etc. Information on specific CMAS and State Master Agreements are available on DGS-PD's website at: www.dgs.ca.gov/pd. 4. Notwithstanding Public Utilities Code section 130232(a), Public Contract Code sections 10298(b) and 10299(a) provide authoritv for the Commission to use CMAS or State Master Agreements for acquiring supplies, equipment and materials that exceed $25,000 without engaging in further competitive bidding. E. Recognized Government Purchasing Cooperatives; National Purchasing Agencies 1. U.S. Communities is a national government purchasing cooperative program that competitively solicits contracts that can be utilized by local government entities. The Commission may acquire supplies and equipment through U.S. Communities or other similar, recognized government purchasing cooperatives, approved by the Procurement Officer, that utilize competitive solicitation methods. 2. National Joint Power Alliance (NJPA) is a national public service agency that provides competitively solicited purchasing contracts to its member agencies. The Commission may utilize NJP A for appropriate procurements, as determined by the Procurement Officer. 3. The Commission may join the above specified joint powers authorities for the purpose of participating in procurements as a member agency. RECURRING CONTRACTS The Commission may, on an annual basis, evaluate existing contracts for professional services that are due to expire within the next fiscal year. While some of these contracts Procurement Policy Manual 13 September 9, 2015 Revision: 6. 98 may be placed on the calendar for a new procurement solicitation or allowed to expire because they are no longer required, notwithstanding any other provision herein, some contracts may be included in an annual recurring contracts list that must be approved by the Commission. Most contracts for professional services should be subject to a competitive process; however, there may be limited circumstances in which staff believes it is more efficient and cost effective to retain such consultants on the recurring contracts list rather than rebidding the services. Those circumstances generally are due to the consultant's historical knowledge, unique experience, and understanding of the Commission and/or specific Commission projects. Approval of the recurring contracts list allows the Commission to continue work on existing projects without interruptions and maintain consistency. A. PTA-funded contracts may not be included in the annual recurring contracts list. I Procurement Policy Manual 14 99 September 9, 2015 Revision: .f. • • • " " " CHAPTER 2 -PROCUREMENT GENERALLY 1.0 IMPLEMENTATION BY EXECUTIVE DIRECTOR; COMMISSION CONTROLS AND LIMITATIONS A. Final authority for purchasing actions and decisions rests with the Commission, except as delegated by the Commission to the Executive Director. B. The Commission authorizes the Executive Director to execute contracts approved by the Commission. The Executive Director may designate the Deputy Executive Director, Chief Financial Officer or Directors to execute contracts under his or her signature authority on his/her behalf. C. The policies set forth herein will be implemented by the Chief Financial Officer. The Chief Financial Officer has primary responsibility for ensuring that the Commission's procurement process is in accordance with applicable laws and regulations, as interpreted by the General Counsel and Commission policy. D. The Executive Director is authorized to approve and enter into contracts on behalf of the Commission under his/her single signature authority as follows: 1. When the expenditure is less than fifty thousand dollars ($50,000) for the purchase of all supplies, equipment, materials and for the construction of all facilities and works in accordance with PUC � 130232; and 2. When the expenditure is less than one hundred .tlfty_thousand dollars ($100,000150.000) for the purchase of services; however, (i) the aggregate amount of contracts executed under the single signature authority shall not exceed $1,000,000 in any given fiscal year; (ii) the aggregate value of all contracts awarded to any one entity under the Executive Director's single signature authority shall not exceed $150,000 in any fiscal year; and (iii) the Executive Director may execute contract amendments for existing contracts that do not exceed $100,000150,000. Such authority however, may not be exercised more than once during the life of any contract and may not be used to amend contracts originally executed under the Executive Director's single signature authority. The Commission's fiscal year is from July 1 to June 30. E. The powers of the Executive Director pursuant to Paragraph "D" above are subject to: (i) the existence and provisions of a Commission approved budget; and (ii) applicable laws and regulations. F. The Executive Director must provide the Commission with a regular report of all contracts entered into pursuant to the single signature authority provided in Paragraph "D" above, and must report to the Commission at its next regularly scheduled meeting each new contract awarded on an emergency basis or other contracts in excess of the Executive Director's single signature authority . I Procurement Policy Manual 15 100 September 9, 2015 Revision: i G. Approval Limits and Solicitation Types 1. Supplies, Equipment, and Materials (PUC § 130232). PURCHASE SOLICITATION AMOUNT TYPE Less than $1,000 Micro-purchase $1,000 to $25,000 Small Purchase $25,001 to $50,000 Formal Procurement Greater than $50,000 Formal Procurement 2. Public Works (PUC § 130232). PURCHASE SOLICITATION AMOUNT TYPE Less than $1,000 Micro-purchase $1,000to $25,000 Small Purchase $25,001 to $50,000 Formal Procurement · Greater than $50,0PO Formal Procurement * As delegated by the Executive Director I Procurement Policy Manual 16 101 SOLICITATION PROCESS APPROVER Informal: Commercial availability, Procurement Rotate Vendors Officer* Informal: Three (3) Quotes Procurement Officer* Formal: Advertisement, Clauses, Executive Competitive Sealed Bids Director Formal: Advertisement, Clauses, Commission Competitive Sealed Bids SOLICITATION PROCESS APPROVER Informal: Commercial availability, Procurement Rotate Vendors, Non-Collusion Officer* {)eclaration, Insurance Informal: Three (3) Quotes, Procurement Prevailing Wage, Clauses, Insurance, Officer* License, Non-Collusion Declaration Fonnal: Advertisement, Clauses, Executive Prevailing Wage, Insurance, License, Director Competitive Sealed Bids, Payment Bond, Non-Collusion Declaration Formal: Advertisement, Clauses, Commission Prevailing Wage, Insurance, License, Competitive Sealed Bids, Payment Bond, Non·Co1lusion Declaration September 9, 2015 Revision: 2 • • • " " " H . 3. Services. PURCHASE SOLICITATION SOLICITATION PROCESS APPROVER AMOUNT TYPE Less than $3,000 Micro-purchase Informal: Commercial availability, Procurement Rotate Vendors, Insurance Officer.'.". $3,000 to $50,000 Small Purchase Informal: Three (3) Quotes, Clauses, Procurement Insurance Officer.'.". $50,001 to Small Purchase Informal: Three (3) Quotes, Clauses, Executive $HJQ,QQQ150,00Qj'I Insurance; or Director Formal: Advertisement, Clauses, Insurance, and Negotiated Agreement, or Competitive Sealed Bids, or AIE Contract procedures Greater than Formal Procurement Formal: Advertisement, Clauses, Commission $ l QQ,QQQ 150,00Qll Insurance, Certifications, and Negotiated Agreement, or Competitive Sealed Bids, or A!E Contract procedures * ** In addition to the authority granted above, and except as otherwise prohibited by applicable state or federal law, the Executive Director is authorized to approve and enter into contracts on behalf of the Commission, ooder his/her siagle signature authority, where the relevant contract is directly related to and necessary to implement a project that has been approved by the Commission, the contract is within the approved project budget and, based on the circumstances, exercise of this authority is in the best interest of the Commission. 2.0 PROCUREMENT OFFICER-DESIGNATION AND DELEGATION The Chief Financial Officer is the designated "Procurement Officer" for the Commission. The Chief Financial Officer may delegate all or part of the Procurement Officer duties described in this Manual. 3.0 PROCUREMENT OFFICER-DUTIES A. The Procurement Officer has the duty to oversee all procurement activities of the Commission, and to implement the policies and standards set forth in this Manual, subject to the limitations of the authority that has been delegated to the Procurement Officer by the Commission or the Executive Director. B. The Procurement Officer may issue instructions for the implementation of Commission procurement policies. C. The Procurement Officer has the duty to ensure Commission contracts, purchase orders, modifications, and supplemental agreements are executed in accordance with established thresholds and delegated authority . I Procurement Policy Manual 17 102 September 9, 2015 Revision: 2. 4.0 D. E. The Procurement Officer, subject to the review of the Commission's General Counsel, has the authority to draft and determine the final form of the contract to be used for each procurement. The Procurement Officer should ensure that a complete record of each procurement action is maintained in accordance with the Commission's records retention policy by establishing files containing the records of all major procurements and contractual actions pertinent to that office's responsibilities. 1. The Procurement Officer is responsible for maintaining the original contract file pursuant to applicable state and/or federal records retention policies. 2. The documentation in each contract file maintained by the Procurement Officer should be sufficient to constitute a complete history of the transaction for the following purposes: a. Providing a complete background as a basis for informed decisions at each step of the procurement process; b. Supporting actions taken; c. Providing information for reviews, audits, and investigations; and d. Furnishing essential facts in the event of litigation. IMPLEMENTATION OF PROCUREMENT PROCEDURES AND GUIDELINES , The Procurement Officer, in his or her discretion and subject to the review and concurrence of the Commission's General Counsel, may adopt procurement and materials management procedures and guidelines needed to implement and supplement the policies and standards set forth in this Manual. Any such procedures and guidelines should~ proYide fur timely re•,i;iew aad processiag of all procurement actioas, and should ensure that procureR'l:ents f'>FOCeed timely, efficiently and economically, 'tvhile adhering to principles of good public policy practices and souad busiaessjudgment. A. Provide for timely review and processing of all procurement actions; B. Ensure that procurements proceed timely. efficiently and economically; C. Ensure that procurements adhere to principles of good public policy practices and sound business judgment; and D. Prohibit arbitrary actions without justification for such actions. An example of an arbitrary action is the award of a construction contract using the competitive sealed bids method of procurement to a bidder other than the lowest responsive, responsible bidder. 5.0 AUTHORIZED METHODS OF PROCUREMENT; SELECTION A. Selection As part of the procurement initiation process, the.Procurement Officer will determine which method of procurement is appropriate. Procurement Policy Manual 18 103 September 9. 2015 Revision: 2. • • • " " " B. Authorized Methods The following methods of procurement may be used, as appropriate, in accordance with the policies and procedures included in the Procurement Manual_ for all federal and non-federal procurement actions contemplated under this Procurement Manual: 1. Competitive Sealed Bid ("Low Bid")Micro Purchase Procedures, pursuant to Chapter ~6 of this Manual;_ 2. �Design buildSmall Purchase Procedures, pursuant to Chapter 46 of this Manual; 3._ Competitively Negotiated ProeuremeHtCompetitive Sealed Bid ("Low Bid"), pursuant to Chapter ~3 of this Manual; 4.. Small Purehase Proeed1:1resCompetitively Negotiated Procurement. pursuant to Chapter 65 of this Manual;-aml 5. Non-Competitive and Emergency Procurement, pursuant to Chapter 7 of this Manual-:-; and 6. Design-build, pursuant to Chapter 4 of this Manual. 6.0 INDEPENDENT COST ESTIMATE A. An independent cost estimate is a determination of price reasonableness._ -+heAn estimate ~shall be completed prior to the receipt of bids or proposals.~ elements of the independent cost estimate include, but are not limited to: 1. Date of the independent cost estimate; 2. Basis for the independent cost estimate, including applicable supporting documentation; and 3. The value determined by the independent cost estimate. B. The method and means of establishing the estimate may vary based on the circumstances and can range from checking historical records or published price guides to a detailed estimate in the same level of detail that is required for contractors submitting proposals. Estimates can be obtained from a design firm or in-house technical personnel for construction work or from independent third- party staff (not impacted by final procurement). C. The estimate provides the Procurement Officer with essential input during the solicitation process. Independent cost estimates may be used by the Commission to: 1. Provide a determination of value (i.e., do benefits warrant the cost); 2. Support procur~ment planning; 3. Determine the appropriate solicitation type and process based on the approval limits set forth in Chapter 2, 1.0(G); I Procurement Policy Manual 19 104 September 9. 2015 Revision: l. 4. 5. Establish the competitive range and supplement the evaluation process; Provide a basis for a price analysis, which may eliminate the need for a more burdensome cost analysis; 6. Provide a basis for development of a pre-negotiation objective; 7. Support the Commission's negotiation position with contractor; and/or 8. After contract award, provide essential input with respect to contract amendments, change orders and claims. 7.0 COST/PRICE ANALYSIS A. B. The Proeuremem: Officer should perfurm A cost/price analysis shall be performed in connection with every federally funded procurement action, including contract modifications. Such analysis should be conducted, when detennined necessary by the Procurement Officer, for non-federally funded procurements. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation. If the contract being awarded is a cost-reimbursement type, the cost/price analysis sheH-ldshall address the realism of the various cost elements proposed, and where the costs are unrealistically low, an adjustment sheH-ldshall be made to reflect what the Commission believes the effort will actually cost given that offeror's specific technical approach as well as its direct and indirect cost rates. 1. The Commission sheH-ldshall, when applicable, or must, if required by law, utilize the guidelines provided in the FAR Part 31 to determine whether of the contractor's proposed costs are reasonable, allowable and allocable. C. As applicable, the Commission shall negotiate profit as a separate element of the price for each contract in which there is no price competition and in all applicable cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor; the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work: 8.0 VENDOR CONTACTS PRIOR TO ISSUANCE OF A SOLICITATION Informational and market research contacts with prospective contractors/vendors should be circumscribed based upon legitimate, identifiable business purposes and guided by the exercise of sound juc;Igment. The primary pitfalls to be avoided are promises or implications from Commission staff of a future contract, development by a vendor of a specification or scope of services to be used as part of a Commission solicitation that vendor intends to participate in, requests from Commission staff for complimentary services or supplies, and other activities that may create a real or apparent conflict of interest or the impression of an obligation on the part of the Commission. I Procurement Policy Manual 20 105 September 9, 2015 Revision: 2. • • • " " " 9.0 10.0 11.0 ADVERTISING/PUBLICIZING PROCUREMENTS A. The Procurement Officer should use the most efficient and effective means to publicize contract actions to increase competition in accordance with the requirements of the specific procurement. B. PUC � 130232, applicable to the purchase of all supplies, equipment, materials and for the construction of all facilities and works when the expenditure exceeds twenty-five thousand dollars ($25,000), requires that notice requesting bids shall be published at least once in a newspaper of general circulation. The publication must be made at least 10 days before the date for the receipt of the bids. The Commission, at its discretion, may reject any and all bids and re-advertise. c. PUC � 130238 for the purchase of computers, telecommunications equipment, microwave equipment, and other related electronic equipment and apparatus that is not available in substantial quantities to the general public requires (i) the procurement be conducted through competitive negotiation, after a finding by the Commission by a two-thirds vote that this particular procurement qualifies under PUC� 130238, and (ii) notice of the request for proposals be published at least twice in a newspaper of general circulation, at least 10 days before the date for receipt of the proposals. D. Federal Transit Administration Section 9.c ofFTA Circular 4220.lF requires that invitations for bids are to be "publicly" advertised, and Section 9.d ofFTA Circular 4220.lF requires that requests for proposals are to be publicized. E. Caltrans and Federal Highway Administration (FHW A) Chapter 15, paragraph 15.3 Project Advertisement, of the Caltrans Local Assistance Procedures Manual provides detailed guidance regarding advertising of FHW A-and/or Caltrans�funded projects. F. Pre-solicitation advertising prescribed in this section is not required for non- competitive, sole source, or emergency procurements processed in accordance with this Manual. NON-DISCRIMINATION IN PROCUREMENT All formal contracts entered into by the Commission should contain appropriate clauses prohibiting discrimination by the contractor against any person or group of persons on account of race, color, religion, creed, national origin, ancestry, physical handicap, medical condition, age, marital status, sex or sexual orientation in the performance of the contract. ORGANIZATIONAL CONFLICTS OF INTEREST An unfair competitive advantage could result if a contractor were allowed to submit a bid or proposal for work described in a specification or statement of work that the contractor itself developed. For the purpose of eliminating a potential unfair competitive advantage, and in compliance with applicable state and federal laws and regulations, a contractor that develops or assists in developing specifications, requirements, statements of work, Procurement Policy Manual 21 September 9, 2015 Revision: 2. 106 invitation for bids, and/or request for proposals for a Commission procurement is excluded from competing for the resultant procurement, unless an appropriate waiver is issued by the Commission. All waivers will be assessed by the Commission on a case- by-case basis. 12.0 DUTIES OF COMMISSION STAFF REGARDING PROCURE1\1ENTS A. General Procuring goods, services, and contracts for the Commission must be a cooperative effort, and it will be the responsibility of all Commission staff involved in procurement to employ sound business judgment and appropriate standards of ethics and fairness to procure goods and services in a manner most advantageous to the Cdmmission. All employees and departments are instructed to follow the procedures set forth in the Manual, as well as any instructions issued by the Procurement Officer regarding procurements. B. In order to initiate a procurement action (including amendments, procurements, exercising of available options, etc.), the user department/project manager should, at a minimum, provide the Procurement Officer with the following items, as applicable: 1. Specification, Scope of Services, or Statement of Work. For a new procurement, a complete and clearly written specification, purchase description, or statement of work suitable for either competition or for negotiation with a sole source contractor, if justified. For competitive procurements, the description must not (for federally funded procurements) and should not (for non-federally funded procurements) contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. For federally funded procurements, dDetailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to define the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offerors must (for federally funded procurements) and should (for non-federally fu11ded procurements) be clearly stated. 2. Changes. Changes to existing contracts, including amendments and construction change order should comply with the following. a. Amendments I Procurement Policy Manual If a contract amendment has been negotiated based upon an existing advanced pricing arrangement or labor rates/categories included in the underlying agreement, the user department/project manager should 22 107 September 9, 2015 Revision: 2 • • • " " " provide the Procurement Officer with a copy of the final negotiated scope of services for the extra work, associated pricing terms, and/or schedule. b. Construction Change Orders Construction change orders should follow the procedures established by the Capital Projects Department and applicable contract specifications. Documentation of the change order does not need to be provided to the Procurement Officer, but should be maintained bvthe user department/project manager as specified herein. If a construction change order has been negotiated based upon an existing advanced �pricing arrangement or labor rates/categories included in the underlying agreement, the user department/project manager should maintain a record of the change order and supporting documentation in the project files including an independent cost estimate and cost and/or price analysis, as applicable. i. All change orders must be signed by a Commission employee who is a registered civil engineer. ii. Any change order in excess of $100,000 also requires approval by the Executive Director. iii. Any change order that will increase the total contract value to an amount that exceeds the contractual authority approved by the Commission may not be executed until additional contractual authority has been obtained through the Commission. iv. The Capital Projects Director is responsible for determining that change orders are processed and approved in accordance with departmental and contractual requirements. c. Changes to Federally Funded Contracts For federally funded contracts, findings must be included in the project file that the change is in the general scope of the original contract. A significant change in contract work that causes a major deviation from the original purpose of the work or the intended method of achievement, or causes a revision of contract work so extensive, significant, or cumulative that, in effect, the contractor is required to perform very different work from that described in the original contract, is considered a "cardinal change" or "tag-on" contract, and� is not permitted. ~3. Agreement Summary Sheet. The user department/project manager must provide a complete and executed Agreement Summary Sheet for all procurement actions, including applicable small purchases, formal procurements, MOUs, agreements, change order modifications and the like. The Agreement Summary Sheet identifies the nature of funding for the subject goods/services, provides a record that the requirement was budgeted and properly approved before the procurement process began, Procurement Policy Manual 23 108 September 9. 2015 Revision: 2 and ensures that the procurement action is assigned a unique agreement number for purposes of contract administration, payment, and recordkeeping. ~. Cost Estimate. The user department/project manager should shall provide the Procurement Officer with a cost estimate for the anticipated procurement of goods/services. See paragraph 6.0 above for additional guidance regarding the development of an independent cost estimate. 454. Justification for Sole Source/Non-competitive Procurement (if applicable). The user department/project manager must prepare and submit to the Procurement Officer a written statement recording all the facts that provide justification for avoiding mandated competitive procurement practices explicitly defined in this Manual and/or required by relevant state and federal law in favor of a non-competitive/sole source award. The Procurement Officer must approve the sole source procurement methodology before the procurement can proceed. 13.0 INSURANCE A. B. Contractors providing goods and services should be required to carry sufficient insurance to protect the Commission from third party lawsuits for personal injury (including death) and property damage. Insurance may also be required for damage to Commission property and for errors and omissions in the provision of professional services. The following types of procurement actions should be reviewed by the Procurement Officer for appropriate levels, types and limits of coverage on a case-by-case basis; 1. All operations and non~operational construction contracts. 2. All professional services contracts. 3. All contracts where work will be performed within "50 feet" of railroad. 4. All environmental contracts, including engineering services. 5. All procurement contracts and/or purchase agreements where outside vendors will be conducting work or performing installation services on Commission premises. 6. All procurement contracts and/or purchase agreements where outside vendors will be delivering products to a Commission facility. C. The contract documents should ensure that Commission contractors will be required to comply with insurance requirements imposed by state and local governments. D. At a minimum, the contract documents should require the contractor and subcontractor fo carry general liability, workmen's compensation, and automobile insurance coverages for public works contracts. I Procurement Policy Manual 24 109 September 9, 2015 Revision: 2. • • • " E. In certain limited cases, the Procurement Officer may permit the contractor to substitute an approved program of self-. insurance in order to obtain such approval. The contractor will have to demonstrate that it can sustain the potential losses being self-insured. F. The Procurement Officer should include insurance and indemnification provisions in equipment, supply, and services contracts in accordance with Commission policies described herein. � 14.0 SUBCONTRACTING A. The Commission may consider requiring a prime contractor to perform certain tasks or a minimum percentage of the work, in order to ensure that the prime contractor maintains a specified degree of control over the project. B. Approval of contractor proposed subcontractors usually involves an evaluation of three primary areas: 1. Assurance that the prime contractor has included the required "flow- down" provisions (clauses) from the prime contract in the subcontract. 2. The prime contractor's compliance with the Disadvantaged Business Enterprise (DBE) requirements in its prime contract. 3. Assurance that the prime contractor has selected its critical subcontractors in a prudent fashion, so as to protect the Commission's interests. " 15.0. DETERMINATIONOFFAIRANDREASONABLEPRICE A. The Procurement Officer should determine, in writing, that the price to be paid to the successful offeror is fair and reasonable. Typically, adequate price competition is sufficient to establish price reasonableness; however, price reasonableness may also be established through: " 1. Prices established by law or regulation; 2. Published catalog or market price for commercial product sold to the public in substantial quantities; 3. Previous or relevant historical pricing for same or similar terms; 4. Valid cost estimate; 5. Value analysis; or 6. Cost/price analysis. B. Single Offer/Lack of Adequate Competition 1. Upon receiving a single bid or single proposal in response to a solicitation, the Procurement Officer should determine if competition was adequate. a. Such determination should include a review of the specifications for undue restrictiveness and may include a survey of potential sources that chose not to submit a bid or proposal. I Procurement Policy Manual 25 110 September 9. 2015 Revision: 2. 16.0 b. If the results of the review are that the scope of work was so restrictive that only one firm could have responded, then there is a lack of competition. The Procurement Officer should ( 1) cancel and re-procure the solicitation or (2) treat the solicitation as a sole source procurement, if it meets the requirements of Chapter 7 of this Manual. c. If the results of the review are that the scope of work was not restrictive and more than one firm could have responded, then there is adequate competition. The Procurement Officer may recommend an award of the agreement to the single offeror, as determined by the Commission, in accordance with this Manual and in accordance with applicable legal requirements. 2. When the price variance between multiple responses reflects a lack of adequate competition, the Procurement Officer may re-solicit quotes or, if appropriate, recommend an award of the agreement to the lowest or best offeror, as determined by the Commission, in accordance with this Manual and in accordance with applicable legal requirements. 3. A recommendation for award under either of the above circumstances should include a statement in the contract file giving the basis for the detennination (e.g., that there was adequate competition and/or the pricing terms are fair and reasonable). CONTRACT APPROVAL, AW ARD, AND EXECUTION A. Following authorization for contract award by the Commission, the following actions should be taken: 1. The Procurement Officer requests all Commission required documents and contract contingency requirement (e.g., bonds, proof of insurance) from the successful contractor. 2. The Procurement Officer conforms and sends copies of the final contract or amendment to the contractor for signature, and obtains the appropriate Commission authorization by ensuring full execution of the contract. 3. After full execution of the contract and the contractor's submittal of the required contract contingency items, unless otherwise agreed, the Procurement Officer coordinates with the user department/project manager to prepare a "Notice to Proceed" letter, if required. 4. The Procurement Officer transmits a fully executed original copy of the contract to the contractor. Conformed copies should be sent to the project manager for use in the administration of the contract. 5. Contract Administration Responsibilities a. The user department/project manager conducts all further coordination on technical issues between the contractor and the Commission, subsequent to the issuance of the "Notice to Proceed" letter. I Procurement Policy Manual 26 September 9, 2015 Revision: 2 111 • • • " " " b. Issues affecting the business or legal terms in the contract and/or requests for modification or supplemental agreements to the contract should immediately be brought to the attention of the Procurement Officer. c. The contract and all documents pertaining thereto should be maintained by the Procurement Officer, except for construction change orders which will be maintained by the project management team. 17 .0 PROTEST PROCEDURES A. Under formal procurement processes described under this Manual, an interested party that has timely submitted a bid or proposal in response to any procurement of the Commission may file a protest objecting to the award of a contract. B. In order for a protest to be considered properly and timely filed, the protest must: 1. 2. Be filed in writing with the Executive Director of the Commission, within seven (7) calendar days after (i) all requests for clarifications and requests for approved equals have been answered by the Commission or, if no requests for clarification or approved equals are received, after the period for requests for clarificati.ons or approved equals has closed; (ii) after the Commission takes action, or such other time period as may be specified in the solicitation document; or (iii) the date certain contained in the solicitation for any solicitation for which a contract award is not made by the Commission. Be filed by an actual bidder or proposer responding to the procurement and signed by a properly authorized representative. No other party has standing to protest or is considered an interested party. 3. Identify the specific procurement number. involved. 4. Identify the specific recommended action or decision being protested. 5. Specify in detail the grounds for the protest, the facts supporting the protest and the status of the protester. 6. Include all relevant supporting documentation with the protest at the time of submittal. 7. Describe the resolution to the protest desired by the protesting party. If a protest does not comply with each of the seven (7) requirements listed above, the protest will not be considered and will be returned to the protester. C. The Procurement Officer will attempt to resolve a properly filed protest or perform additional fact-finding, including establishing a protest evaluation team to evaluate the merits of the protest. The Procurement Officer, in consultation with the Commission's General Counsel, will prepare a recommended resolution of the protest for consideration by the Executive Director. The Executive Director will review the recommendation of the evaluation team and will render a determination to uphold or deny the protest. I Procurement Policy Manual 27 112 September 9. 2015 Revision: 2 .. " D. If the Executive Director's decision is to deny the protest, the solicitation may be continued without further delay or the contract will be recommended to the Commission for award, or executed, if previously awarded by the Commission subject to resolution of the protest. If the Executive Director's decision is to uphold the protest, a recommendation will be made to the Commission to amend the solicitation and the date for receipt of proposals or bids, reject all proposals or bids, cancel the request for proposals or invitation for bids and solicit new proposals or bids, award the contract to another proposer, or other such actions as he/she deems appropriate. E. The Executive Director's decision shall be final, and there shall be no further administrative recourse at the local level, except for protests related to federally funded procurements. F. The procedures set forth in this Chapter 2, Section 17 .0 are not intended to reduce or restrict protest rights specifically provided under applicable funding agreements, or state or federal laws authorizing the use of money funding applicable contracts. G. 1. I~ any procurement involving FTA funds, the Procurement Officer shall disclose information regarding the protest to FTA and shall keep FTA informed about the status of the protest. 2. An interested party that has filed a protest must exhaust all administrative remedies with the Commission before pursuing a protest with FTA. A .debrief will be available for proposers to whom award was not made, for a period often (10) days following award of the contract by the Commission. 18.0 PUBLIC RECORDS REQUESTS All requests for procurement related records and/or information must be submitted to the Commissipn's Office and Board Servic;es Manager for appropriate action. Procurement related records should not be disclosed as public information until staff recommendation for award has been forwarded to all interested parties or as otherwise appropriate under the California Public Records Act and applicable state and federal laws, guidelines and requirements. I Procurement Policy Manual 28 113 September 9, 2015 Revision: 2. " " " " " " CHAPTER 3 -COMPETITIVE SEALED BIDS ("LOW BID") A. PUC � 130232 requires that the purchase of all supplies, equipment, and materials, and the construction of all facilities and works, when the expenditure required exceeds twenty-five thousand dollars ($25,000), must be by competitive sealed bidding, also known as "low bid", contracting, with the contract let to the lowest responsive, responsible bidder. Notice requesting bids must be published in at least one newspaper of general circulation. The publication must be made at least ten (10) days before the date for receipt of bids, however, based on the nature of the procurement, a longer period of time shall be provided, as necessary, to ensure that bidders are allowed adequate and sufficient time to prepare bids before the date of bid opening. The resulting contract will be a fixed price contract. B. In order for competitive sealed bidding to be most effective, the following conditions should be present in the development of an Invitation for Bids (IFB): 1. A complete, adequate and sufficiently generic specification is developed; 2. Adequate competition is available in the marketplace (two or more responsive and responsible bidders will compete); and 3. The procurement lends itself to a firm-fixed price contract. C. Discussions and Communications 1. Bids shall be evaluated without discussions with bidders. 2. Information concerning proposed procurements should not be released outside the Commission before an IFB is released, except for pre- solicitation notices and publicly available general project information. D. Pre-Bid Conferences 1. The Contracting Officer may use pre-bid conferences to explain procurement requirements. 2. If the Commission requires any type of mandatory pre-bid conference, site visit, or meeting, the IFB should include the time, date, and location of the mandatory pre-bid site visit, conference or meeting, and when and where project documents, including final plans and specifications are available. Any mandatory pre-bid site visit, conference or meeting should be no sooner than a minimum of five (5) calendar days following the publication of the IFB. E. Bid Addenda 1. If it becomes necessary to make changes in quantity, specifications, delivery schedules, opening dates, or other items, or to correct a defective or ambiguous IFB, the change should be accomplished by addendum of the IFB. 2. Addenda to an IFB should be identified as such and should require the bidder to acknowledge receipt of all addenda issued . Procurement Policy Manual 29 September 9, 2015 Revision: 2 114 F. Time Of Bid Receipt The IFB should specify a time for receipt of bids. Bids must be received in the office designated in the IFB not later than the time identified in the IFB. G. Late Bids Unless otherwise specified in a particular bid solicitation, bids are considered late based on the time clock at the 3rd floor Commission Receptionist Desk, located at 4080 Lemon Street, Riverside, CA 92501. Bids are considered late if the time stamped by the Commission upon receipt of the bid is later than the deadline/time identified in the IFB. Late bids will not be accepted by the Commission, unless a bid is late owing solely to Commission mishandling or some other legitimate extenuating factor, as determined in the Commission's sole discretion. H. Receipt Of Bids As bids are received, the Procurement Officer should secure and safeguard the bids until the established time for bid opening. I. Opening Of Bids J. The Procurement Officer will coordinate the bid opening. All bids over $25,000 for supplies, equipment, and materials, and the construction of all facilities and works received prior to the bid openiflgsubmission deadline will be publicly opened, read aloud to the persons present, and recorded. Bid opening documentation should include the date,. time, and place of bid opening and a tabulation of bidder names and related bid amount. Such bid opening documentation should include the signature of at least one witness. Recording Of Bids Construction bids over the small purchase threshold of $25,000 that are publicly opened will be recorded on a bid summary or bid tabulation sheet. The Procurement Officer should certify the accuracy of the bid summary sheet by placing his/her signature thereon. The Commission's Procurement Officer should ensure. that these .results are posted on the Commission internet site within a reasonable time after bid opening. K. Tie Bids_ If two or more respon~ible and responsive bids are received for the same total or unit price, quality and service being equal, the Commission meyshall, unless the Commission determines to reject all bids and conduct a new procurement. ,--at-its- discretion, do any of the follo'NiHg: Aeoept the eBe it chooses; Aecept the lowest bid made by negotiation vlith the tiea biaders; or. Establish establish a date and time to draw lots, which meyshall be accomplished by tossing a coin or pulling bidder names out of a hat, to determine the winner. If. this process is seleeted, tThethe Commission sfl.e&l.Gshall: I Procurement Policy Manual 30 115 September 9, 2015 Revision: 2 • • • " " " 1. Advise the tied bidders in writing that a tie has occurred, advise them a winner will be determined by drawing lots, and invite them to attend the drawing. LConduct the drawing oflots on the date and time previously established with at least two individuals as witnesses. The procurement file should reflect the names, titles, and departments of the witnesses. If the witnesses are not Commission staff, the name, organization, address, and telephone number of the individuals should be listed. 3. Declare the winner of the drawing oflots as the apparent low bidder for bid evaluation and award purposes. L. Alternative Sources of Procurement Authority. Notwithstanding the reguirements of PUC� 130232. and the provisions set forth in this Chapter, the Commission may use Cooperative Agreements (as described in Chapter l, Section 6.0) where such use is otherwise permitted by law . I Procurement Policy Manual 31 116 September 9, 2015 Revision: 2. CHAPTER 4 -DESIGN-BUILD CONTRACTS 1.0 PURPOSE A. As set forth in Public Contract Code (PCC) Section 6800 et seq., the legislature has-determined that the design-build method of procurement should be evaluated for the purposes of exploring whether the potential exists for reduced project costs, expedited project completion, or design features that are not achievable through the traditional design-bid-build method. The Commission has beenwas selected, as one of a limited number of participants, to participate in the Design- Build demonstration program with the SR-91 Corridor Improvement Project (SR- 91 CIP). B. As set forth in PCC Section 6820, et. seq., the Commission is authorized to utilize Design-Build for projects on or adjacent to the state highway system, including related non-highway portions of the project, based on either best value or lowest responsible bid. BC. For the purposes of this Chapter, "Design-Build" means a method of procuring design and construction from a single source. The selection of the single source occurs before the development of complete plans and specifications. 2.0 PROCEDURES FOR DESIGN-BUILD CONTRACTS A. The Executive Director may adopt any lawful methods, procedures and criteria that he or she determines are in the best interest of the Commission. B. The Toll Program Director, through coordination with the Procurement Officer, will prepare documents for the solicitation of proposals for-the-- SR 91 GIP Design-Build proe1:1rementprocurements. C. The documents prepared for the SR 91 GIP Design-Build prooHFementprocurements shall control over any conflicting provisions contained herein. D. The Commission shall use a procurement method permitted by law and appropriate for the services (design v. construction) having the greatest cost, even though other necessary services would not typically be procured by that method. 1. The use of the Design-Build procurement method for PTA-funded projects shall comply with FTA Circular 4220.lf, Section Vl.3.h. I Procurement Policy Manual 32 117 September 9, 2015 Revision: 2_ • • • " " " CHAPTER 5 -COMPETITIVELY NEGOTIATED PROCUREMENTS 1.0 NEGOTIATED PROCUREMENTS-GENERAL A. This Chapter outlines the Commission's procedures for competitively negotiated procurements for contracts: 1. Not legally required to be procured through the low-bid competitive procurement method pursuant to PUC � 130232; and 2. Intended to be awarded on the basis of both price and non-price factors. B. A procurement is "negotiated" if discussions, negotiations, or other exchanges between the Commission and the offerors are anticipated and planned in order to maximize the Commission's ability to communicate, understand, and obtain the best value for contract award. c. 1. The exchanges invo Ive bargaining, persuasion, alteration of assumptions and positions, and give-and-take applied to price, schedule, technical requirements, type of contract, and other proposed terms. 2. The exchanges after establishment of the competitive range of price and terms are done with the intent of allowing the offeror to revise its proposal, once and potentially several times. Though not an all-inclusive listing, competitively negotiated procurements can be used for the following types of procurements: 1. Professional services contracts for non-architect-engineer related services; miscellaneous service contracts; 2. Architect-Engineer and related services contracts as further defined and subject to the limitations specified in Section 6.0 of this Chapter; 3. Specialized equipment, computers, telecommunications equipment, microwave equipment and other related electronic. equipment and apparatus; or 4. Best Value, Design-Build contracts described in Chapter 4. 2.0 SOURCE SELECTION TECHNIQUES A. The Procurement Officer can choose from a range of source selection techniques for the competitively negotiated process based on: 1. What is suitable for the specific circumstances of a requirement, and 2. Which technique provides the best opportunity to tradeoff price/cost and qualitative benefits in order to gain the best value for the Commission. B. In acquisitions where the requirement is clearly definable and the risk of unsuccessful contract performance is minimal, and excluding contracts for Architect-Engineer and related services, cost or price may play a dominant role as a significantly important evaluation factor for award . I Procurement Policy Manual 33 118 September 9, 2015 Revision: 2 3.0 c. On the other hand, the less definitive the requirement, a requirement for technical superiority, more development work required, or the greater the performance risk, then the technical or past performance considerations play a more dominant role as significantly important evaluation factors for award. D. The Commission obtains best value in negotiated acquisitions by using any one or a combination of selection approaches wherein the relative importance of cost or price may vary with other non-cost or price factor(s). The Procurement Officer and user department/project manager ~shall select an approach that will provide the Commission with the best offer based on the requirements, and on applicable legal requirements. E. All evaluation factors associated with a particular proposal shettkishall be identified along with their relative importance. The Procurement Officer, in cooperation with the user department/project manager, may utilize explicit factors, price performance trade off, technically qualified/lowest price or other reasonable and appropriate means of evaluating proposers. F. Proposals will be solicited from an adequate number of qualified sources. In determining sources to solicit, the Procurement Officer should use all reasonable means available to ensure that an adequate number of potential qualified proposers receive the solicitation in order to obtain maximum fair and open competition. PROPOSAL EVALUATION A. The ~valuation factors that will be considered in evaluating proposals shettkishall be tailored to each procurement and ~shall include only those factors that will have an impact on the source selection decision. The evaluation factors that apply to a particular procurement and the relative importance of those factors are within the broad discretion of the Procurement Officer and/or the user department/project manager. B. The Procurement Officer mayshall establish a formal evaluation committee, of at least two persons, referred to as the "Evaluation Committee;{'. whleh The size of an evaluation committee should be ( l) based on the size and complexity of the goods or services being procured and (2) well balanced and represented by individuals involved with the procurement and/or affected by the goods or services being procured; The Evaluation Committee will be charged with responsibility for evaluating proposals, short listing firms, establishing a competitive range, and/or recommending a firm or firms for contract award. 1. Personnel engaged in the evaluation process shettkishall not discuss or reveal information concerning the evaluations except to those individuals participating in the same proceedings and only to the extent that information is required in connection with such proceedings. 2. Divulging information during the evaluation, selection, and negotiation phases to offerors or to personnel not having a need to know is prohibited as it could jeopardize the evaluation process and resultant award. I Procurement Policy Manual 34 September 9, 2015 Revision: 2. 119 • • • " " " C. The Evaluation Committee will evaluate each proposal in accordance with the evaluation criteria in the solicitation. The Evaluation Committee's selection decision is subject to the final approval of the Commission or the Executive Director, as required under this Manual. 4.0 REJECTION OF PROPOSALS 5.0 6.0 A. The Evaluation Committee may reject all proposals received that are determined not to be in the competitive range, including those proposals made by offerors who refuse to execute any reasonably required representations and/or certifications. B. The Commission, based upon the recommendation of the Evaluation Committee or the Executive Director, may reject any or all proposals received. The Evaluation Committee or Executive Director may recommend rejection by the Commission because: 1. All otherwise acceptable proposals received are at unreasonable prices; 2. The proposals were not independently arrived at in open competition, were collusive or were submitted in bad faith; or 3. For other reasons, rejection is clearly in the Commission's best interest. NEGOTIATION; SELECTION The methods and procedures for selection and negotiation will be determined by the Procurement Officer, in coordination with the user department/project manager, and set forth in the request for proposals. SPECIAL PROVISIONS APPLICABLE TO ARClllTECT-ENGINEER AND RELATED SERVICES A. This Section prescribes guidelines and requirements for the procurement of Architectural-Engineering ("A-E") and related services. A-E Services are defined as professional services of an architectural or engineering nature that are required by law to be performed by a registered or licensed architect or engineer. Related services include: land surveying and construction project management. For the procurement of A-E and related services, the Procurement Officer sh&Hlashall follow the procedures set forth in this Section 6.0, in addition to the pertinent procedures set forth elsewhere in this Chapter. B. If the procurement is for A-E and related services, the selection must be based on the demonstrated competence and qualifications of prospective contractors, and should follow the procedures set forth inshall comply with Government Code 4525, et seq., and, when applicable, the laws and regulations that govern the procurement of design-related services with federal funds (see e.g., Title 23 U.S.C. 112, Letting of Contracts and 23 CFR 172, Administration of Engineering and Design Related Service Contracts). These services sh&Hlashall be acquired based on a two-step, sealed bidding procedure, whereby qualifications are presented in a separate sealed envelope from a firm's price proposal. The proposals shouldshall be initially evaluated based on qualifications only, and price Procurement Policy Manual 35 September 9. 2015 Revision: i 120 negotiations shet:tMshall then be commenced with the proposer determined by the Commission to be most qualified. If the Commission is unable to negotiate satisfactory terms, at a fair and reasonable price, with the proposer considered to be most qualified, then negotiations 5hettklshall be terminated with that proposer and commenced with the next most qualified proposer. This process shall be continued with successive qualified proposers until agreement is reached that is determined to be fair and reasonable. I Procurement Policy Manual 36 121 Septembt-'l' 9, 2015 Revision: 2. • • • " " " CHAPTER 6 -SIMPLIFIED PURCHASE PROCEDURES 1.0 GENERAL A. Procurement of materials, supplies, or services by the Commission should adhere to the procedures in this Manual, as described in Chapter 2, Section l.G. The procedures ensure that the appropriate authorizations are secured for the type of procurement made, and that the minimum requirements associated with the materials, equipment, supplies or services requested are procured in a fair and open manner. B. This Chapter sets forth the procedures for small purchases and other simplified purchase procedures. These purchases should be made competitively except where it is in the best interests of the Commission to accomplish such purchases non-competitively. Justification for such non-competitive procurement should be made, in writing, and maintained in the procurement record. 2.0 REQUIREMENTS FOR MICROPURCHASES A. B. If the purchase price for required supplies, equipment, services and/or materials is considered a micropurchase as defined in Chapter 2, Section 1.G, then multiple quotes are not required; however, such purchases should be fairly priced using a purchase technique that best serves the needs of the Commission, and rotated among commercial vendors offering competitive pricing. Micropurchases may be accomplished by securing one proposal or quotation from a commercial vendor offering supplies, equipment or materials to the public in substantial quantities and the price is deemed to be fair and reasonable. a. For FTA-funded procurements, the determination that the price is fair and reasonable and how the determination was derived must be included as documentation in the procurement file. C. If oral quotes are obtained, written record of the quotes should be retained. The record should include, at a minimum, vendor name, telephone number and address, name of person providing the quote, and terms. 3.0 USE OF SMALL PURCHASE PROCEDURES A. For small purchases as defined in Chapter 2, Section l.G, staff should obtain a minimum of three (3) written quotations with reasonable efforts to include at least one Disadvantaged Business Enterprise (DBE) vendor and, when practicable and appropriate, an award should be made on the basis of lowest price. B. For public works projects (i.e., maintenance, repair or construction work) and planned solicitations for services defined as small purchases in accordance with Chapter 2, Section 1.G, review by the Procurement Officer prior to the solicitation of quotes is required in order to ensure compliance with relevant insurance requirements, applicable legal mandates, e.g., insurance, bonding, prevailing wage, and payroll records . I Procurement Policy Manual 37 122 September 9. 2015 Revision: 2. c. The Procurement Officer should use and/or authorize the Small Purchase Procedures that are most suitable, efficient, and economical based on the circumstances of each procurement and determine that the price is fair and reasonable. 4.0 PROHIBITED USE OF SMALL PURCHASE PROCEDURES The Procurement Officer and or Commission staff may not divide, split or fragment a procurement totaling more than the Commission's small purchase limitation into several purchases that are less than the limit in order to use the Small Purchase Procedures. I Procurement Policy Manual 38 123 September 9, 2015 Revision: 2 • • • " " " CHAPTER 7 -NON-COMPETITIVE AND EMERGENCY PROCUREMENTS AND REMEDIAL MEASURES 1.0 NON-COMPETITIVE PROCUREMENTS A. The non-competitive procurement of non-federally funded goods and services, which otherwise require competitive procurement may be authorized under one or more of the following circumstances, subject to any minimum Commission vote required by applicable law: 1. The Commission has advertised the contract as required by this Manual and has undertaken reasonable efforts to solicit potential contractors, but has determined that competition is inadequate; 2. There is only a single source of supply available, or only one contractor is qualified to provide the service or product; 3. The goods or services are to be provided by a government or other public entity; 4. 5. The goods or services are to be provided pursuant to an amendment of an existing contract that does not materially alter the terms and conditions of the contract (other than to extend the term and/or increase compensation to provide for the extended term or for additional goods/services to be provided under substantially the same terms of the original contract), provided that such renewal, extension or amendment is authorized or permitted by the contract; The equipment to be purchased is of a technical nature and the procurement thereof without advertising is necessary in order to assure standardization of equipment and interchangeability of parts; 6. The item to be purchased is a capital maintenance item that is available only from the original manufacturer or supplier or is required to maintain system operational compatibility and connectivity with the existing system(s); 7. The contract is for employment services; 8. The contract is one for which only per diem and travel expenses are paid and there is no payment for services rendered; 9. The Commission is piggybacking on an existing agreement between a contractor and any public agency 'or entity within the County of Riverside and/or the County of San Bernardino, or other public entities if: (a) the proposed Commission contract is for the same material scope of work as the other contract; (b) the proposed Commission contract contains substantially the same terms as the other contract; and ( c) the other contract was competitively procured in accordance with requirements applicable to such other agency's procurements; I Procurement Policy Manual 39 124 September 9, 2015 Revision: 2 10. The provisions listed under Chapter 8, Section 3.0 regarding federally funded sole source, non-competitive, sole source procurements are applicable; or 11. Except as may otherwise be limited by applicable law, the Commission determines that a non-competitive procurement is in the public interest and in the best interest of the Commission. C. Except as limited by applicable law, the Executive Director shall have authority to determine that non-competitive procurements are permitted under paragraph A, subparagraphs (1) through ( 11) for contracts for amounts less than or equal to $100,000150,000. Commission approval is required for contracts over $100,000150,000. Each decision to proceed with a non-competitive procurement must be supported by a written justification that is approved by the Executive Director or Procurement Officer, as required under this Manual. D. The Procurement Officer will take action, whenever possible and in coordination with the user department/project manager, to avoid the need to continue to procure the same supply, service, or construction without competition. E. A non-competitive or sole source procurement, where competition is legally required, should not be justified on the basis of any of the following circumstances: 1. The lack of adequate advance planning for the procurement of the required commodities, services, .or other items; 2. Delays in the procurement caused by administrative delays, lack of sufficient procurement personnel, or improper handling of procurement requests or competitive procedures; or 3. Pending expiration of budget authority. F. The Procurement Officer should ensure that each non-competitive contract contains all of the required clauses, representations, and certifications, in accordance with the applicable laws, regulations, or Commission adopted policy. G. The Procurement Officer should ensure that proper records of each non- competitive procurement are maintained. 2.0 EMERGENCY PROCUREMENTS; REMEDIAL MEASURES A. The Commission may award a contract on an emergency basis ifthe requirement is essential to deal with an existing emergency condition, as defined below in Paragraph "B'', and the Executive Director may award a contract when necessary as a remedial measure as defined below in Paragraph "C". The emergency procurement of supplies or services and procurements as a remedial measure should be limited to quantities and time periods sufficient to meet the immediate threat and should not be used to meet long-term requirements. B. For purposes of an emergency procurement µnder this Chapter, an "emergency condition" is a situation (such as a flood, epidemic, riot, equipment failure, or any other reason declared by the Commission) which creates an immediate threat to Procurement Policy Manual 40 September 9, 2015 Revision: 2. 125 • • • " " " the public health, welfare, or safety. The existence of an emergency condition creates an immediate need for supplies, services, or construction which cannot be met through normal procurement methods, and the lack of which would seriously threaten one (1) or more of the following: 1. The health or safety of any person; 2. The preservation or protection of property; 3. The continuation of necessary Commission functions; or 4. Contract delays that could result in an increase to the cost of the project. In the case of contracts for services, the Executive Director may declare the emergency condition. C. The Executive Director may authorize the expenditure of funds previously appropriated by the Commission for the direct purchases of goods and services, without following bid requirements (i) when a finding is made that immediate remedial measures are necessary to avert or alleviate damage to property, or to replace, repair, or restore damaged or destroyed property, of the Commission and are necessary in order to ensure that the facilities of the Commission are available to serve the transportation needs of the general public, and upon determining that available remedial measures, including procurement or construction in compliance with PUC � 130232, 130233, and 130234, are inadequate. D. A contract procured on an emergency basis or as a remedial measure should not be modified to expand the scope or extend the time of the procurement unless a limited number of additional commodities, services, or other items are needed to fill an ongoing emergency requirement until regular procurement action procedures initiated under other Chapters in this Manual can be completed. E. The Executive Director must, after an emergency expenditure in excess of his/her delegated signature authority, and after an expenditure necessary as a remedial measure, submit to the Commission a procurement summary explaining the necessity for the expenditure. F. The Procurement Officer should ensure that each emergency procurement contract and/or contract entered into as a remedial measure contains the required clauses, representations, and certifications, in accordance with the requirements of this Manual. G, The Procurement Officer should ensure that proper records of each non- competitive prqcurement are maintained in accordance with the requirements of this Manual. 3.0 WRITTEN JUSTIFICATION FOR EMERGENCY AND OTHER NON- COMPETITIVE PROCUREMENTS A. In each instance where the non-competitive procurement procedures set forth in this Chapter are used, the user department/project manager is required to prepare a written statement recording all of the facts that provide justification for proceeding with the non-competitive or emergency procurement. Procurement Policy Manual 41 September 9, 2015 Revision: 2 126 B. The Procurement Officer must approve the justification for all non-competitive procurements described under this chapter before such a procurement can proceed. I Procurement Policy Manual 42 September 9. 2015 Revision: 2. 127 • • • " " " CHAPTER 8-REFERENCES TO APPLICABLE LAWS /REGULATIONS 1.0 GENERAL A. This Manual lists references to the various federal, state, and local regulations, to which the Manual was written to conform and/or comply. B. The Procurement Officer will be responsible, in cooperation with the Commission's General Counsel, for reviewing these references from time to time in order to review new requirements and to note updates to the existing regulations. 2.0 REFERENCES A. B. For the Commission's capital projects and contracts for goods and services utilizing FTA or FHW A funds, the provisions included in the Manual will apply only to the extent that they do not conflict with PTA or FHW A requirements, including the standards ofFTA Circular 4220.lF, or the most current version thereof, entitled "Third Party Contracting Requirements" or FHWA Form FHWA-1273 entitled "Required Contract Provisions Federal-Aid Construction Contracts." In case of any conflict, the applicable federal standards shall govern. The foregoing documents, though not all-inclusive, set forth requirements that the Commission must comply with in the solicitation, selection and administration of contracts funded by the FTA and FHWA, respectively . For projects funded by Caltrans and/or FHWA, the selection process shall be in accordance with Chapter 10 of Caltrii,ns' Local Assistance Procedures Manual. http://www.dot.ca.gov/hq/LocalPrograms/lam/prog_p/p 1 Oconsl.pdf. C. FTA Circular 4220.lF (or the most currentversion thereof) sets forth the requirements the Commission must adhere to in the solicitation, award, and administration of its third pey contracts. FTA Circular 4220. lF applies to all FT A grantees and 111 11" ] II that contract with third parties under FT A assistance programs. � a. In addition to the requirements set forth in this Chapter 8, the FTA standards for competition are set forth generally in Chapter 1 hereof and the FTA procedures for competitive sealed bid ("low bid") procurements and competitively negotiated procurements are set forth in Chapters 3 and 5 hereof, respectively. D. Some of the requirements include the following: 1. Pre-Award Audits. A pre-award (pre-negotiation) audit shall be completed, as required based on the participating state or federal funds, for each consultant contract, including those contracts where the consultant was previously identified as a "high-risk" recipient as described in 49 Code of Federal Regulations (CFR) Part 18.12. 2. Brooks Act Provisions. The provisions of the Brooks Act (40 U.S.C. 544) require local agencies to award federally funded engineering and design Procurement Policy Manual 43 September 9, 2015 Revision: 2 128 contracts on the basis of fair and open competitive negotiations, demonstrated competence, and professional qualifications (23 CFR, Section 172). 3. Required Contract Provisions/Forms. 4. a. Disadvantaged Business Enterprise • Notice to Proposers Disadvantaged Business Enterprise Information • Standard Agreement for Subcontractor/DBE Participation • Local Agency Proposer UDBEDBE Commitment (Consultant Contracts) • Local Agency Proposer DBE Information (Consultant Contract) • Final Report-Utilization of DBE, First-Tier • Subcontractor Listing b. Federal Lobbying Restrictions, Title 31 U.S.C. Section 1352 • Non-lobbying Certification for Federal-aid Contracts • Disclosure of Lobbying Caltrans/FWHA Authorization to Proceed. FHW A or Caltrans acting in FHW A's behalf must give the local agency an "Authorization to Proceed" with a project prior to the performance of any work for which federal reimbursement i$ to be requested, including the pre-award audit. Copies of the "AuthorizatiOn to Proceed" and the consultant contract must be retained in the project files for future audit purposes. 5. Certification of Consultant and Local Agency. The Procurement Officer wilf be responsible for ensuring that, when required, the certifications shown in Exhibits 10-F, "Certification of Consultant," and 10-G, "Certification of Local Agency" of the Caltrans Local Assistance Procedures Manual are incorporated into the solicitation and executed by the appropriate signatories. 6. a. The certifications must be executed by a principal or authorized corporate official of the consultant, and by a principal administrative officer of the governmental agency responsible for the selection of the consultant. It is essential that these certifications be preserved in the project files. Veterans Employment. Pursuant to 49 U.S.C. 5325(k), the Commission shall ensure that contractors working on an FT A-funded capital project give a hiring preference, to the extent practicable, to veterans (as defined in section 2108 of title 5) who have the requisite skills and abilities to perform the construction work required under the contract. This subsection shall not be understood, construed or enforced in any manner that would I Procurement Policy Manual 44 September 9, 2015 Revision: l. 129 • • • " " " E. require an employer to give preference to any veteran over any equally qualified applicant who is a member of any racial or ethnic minority, female, an individual with a disability, or former employee. For FHW A- funded capital projects, the Commission shall comply with the veteran's preference requirement, as set forth in 23 U.S.C. 114. Though not an all-inclusive listing, the following laws, regulations and code sections are applicable to Commission contracts: Federal Statute, Regulations, Policies, and Agreements. Subject l 49 CFR Part 18 ! Administrative Requirements for Grants & Cooperative l i Agreements 1 r�--�-� .. �-�--.. �--�--�-.. ��-�-� .. �-----.. -�-�---��--�-�--�--�-.. 1�---......... -..................... -........... -....... --�-�-�---.............. -............ -.................. -....................... ----------�---.��) 1 49 CFR Part 26 ~:ic!:tion by Minority Business Enterprises; DBE l -�-�-�-�-�--�-�---�----�---�-�----.. ��---�---�--�----------�-�-.. ~--.. �-�--.. -�-� ........................... _ ...... -............................................................................ -�--�-�-�---�----.... �--~.�IA .. ~.!~eEl.~!-~.22_9._:.!~-�-.. �-.. ---�-�--!.-~iE~ ... !:'.~!:!Y.S.~!?:!!..~~!}~.~L!3:~..9..l!!~.~!:E.~~~-~ .................... _, _______ ........... __ .. ___ J, l..f.I~ .. -~.!~~~!~!.-~.QJ....Q,._~-~---�-�----�-�---..L9.!.~!!! .. ~.~!?~B.~ .. IE~!!!.Q~~~-~!.!~~.~ .. --......................... -.................. -�--�--�---�-------�---�~ ! Master Agreement ! Terms & Conditions of Grantee Administration of Projects ! L ................ -............... -..... --.. -�-.. --.. --�--�----�-�-�-�-.L~-~P.P.g!.!.~~ .. ~-!:~~~~~-~y t~~ ... �IA ...... -............ -....... , ___ ,,, _______ ,, __ ,_,, _____ J I FAR ! FAR Part 31 -Contract Cost Principles and Procedures I l-�-���-�--��-................ --�-�---.. �--�---00-�---�---J-.............. _., ... _____ ,._., .... , .... _ .............. -.................................................. _ .................. _ ... _. __ ........ --.. -----��4 ! 23 U.S.C. 114 I 23 CFR 633 ! Form FHW A-1273 entitled "Required Contract Provisions i i 23 U.S.C. 315 I 49 CFR 1.48 ! Federal-Aid Construction Contracts." I .... _ ...... -... ---��-�-�-.. ��-----�-� .. -... -�'----� .. -��-.......... _ ............. -........... ._ .... ._ .............. ______ .......... -.... �----��--.. --�-------��--�---..: ' . CA State Codes J � Section(s) ' Subject I , Civil Code I 3247-3248 Payment Bond I 1-�-�-.. --�--�--�----�-----�j-------4---------------------------' ! Civil Code i 3320 Payments to Prime Design Professionals i�------� --�----+-.....,..-----+--......:...-------=------------1 I Code of C. ivil i 995 .311 I Bond Issu.er Requirements I . p d ! ' I roce ure ! 1 :-���--�---.. ----.. --�-.. ��-.. �-+-� -----��-...--.!-------------------------------... i Q2~~mmen!.~---. ! 4525 et seq. i Architect & En ineer.in Services ! [Q~.Y~l!!.IE-~1.!!.~~~�-�----16250 -627_0 ! Public Records Disclosure (_Qo~~IP.!1~~.f-~d~-l 5956 et seg. j Infrastructure Projects 1 j ~-1~!?.2!So~~�-�--.. ----~ 1177 .1 j Debai:n:ient by California Labor Co~missioner I., i Labor Code i 1770-1780 i Preva1hng Wage, Work Hours, Certified Payroll ! ! I 'R d A . ! l:E~~[}�:~~~~~~! ~:2.~~~=.t 1103 j R~~;:n~ibi~~~1~~~lic Works Contracts I~ ~f.l!~!~~~!!.!!:.ac!..f.~~--r 1104 I Plans and Spec1ficat10ns I Lf~~lt~_g_~!!.!!:.~.S!..f.9E~ __ i 3300 j Contractor's License I L P1:!~!~c fg!J.tract g,2~~--i 3400 J Brand Name OR Egual; Restrictive Clauses I L P~~i�.f2ntr~~!.. Cod~---i 4100 -4114 j Subcontracting I I Public Contract Code ! 5100 -5107 l Relief of.Bidders ['P~~lkCqntr~c:,~~~~~~:.I 6100 -6610 j Awardini of Contracts L~~~!~c g,2n~~c!_~~J 6800-6813 I Desi@!Build Demonstration Program [.. Pub1ic C~ntr~<:,t Code _ i 7100 -7200 J Contract Clauses, Non-Collusion Affidavit Lf~~l~c G.~!.1_!!:.ac!._~9-~~-l 7103 ___ . ____ j~~~nt B~!_ld for_ Public Works >$25,000 __ _J I Procurement Policy Manual 45 130 September 9, 2015 Revision: ~ 3.0 I CA State Codes I Sectioo(s) I Subject ,. L.!_> .. ~~~-~--g-~~~~E.!.~ .. 2-~~----L2.?2-L.:JJ._Q?._ __________ J ... g!~iJE~ .. an.~ D~~~~----·-··------·-··-----------·--·-....1 .. , LR~~!~-~_gg~!!.~£.! __ g_~~~----.L!Q~35 ~! .. ~ ___ _LServi~e C?ntracts _ _ _____ .. ______ _J ! ... !'..~~!!£ .. f_~~~E.~~.! __ g_2E .. ~ ... J1-91..QL .. ____________ J Pre9ualificati2!!.__ .. _____ ,, ______ ,, ____________ _J L.~.~-~.!!.':'. .. g.9.~!~~~!_S;.g_~~---·· ~ 20103 .6 ___ ,, ____ j Limitation on Architect's Indemnity Obligation i l.f~.~!!.~ .. g .. ~~!~~-~!.g_2_q~ ___ _L~O l O]~-----·-j Alternative Bids ---·-·-------~ l Public Contract Code i 20104 i Resolution of Construction Claims ' r~~~If~~g~~~~F~~~i:::~~H~~Q·----+ ;:;,~:ti~~x:e;:~:!~lic Works _J~ rPiibiTc-UtTHi"ies'"c"o<l~···-i 130221 . i Contracting With Other Government Agencies and I ~··--·-.. ·-·-·--·--··-·-·---··-······--···-····-·--·----L--------j Other Persons I I Public Utilities Code ! 130232 -I Award of Contracts Based On Price or Price and ! ! l 130239 l Other Factors; Bid Security; Emergency l I I i Procurements; Advertising; Immediate Remedial I L--··-·-·-··--·--·-·-·-···-----····-·-·-·-·····J _________ J..M~asures; Rejecting Bids .. _____ J ! Public Utilities Code ! 130232(c) i Authorization of Executive Director for Bid i L------·--·-·---··----··--····-----·-··---L-.J Expenditures <$50,000. _ __j Lf~~!!.~_!:!!~Ii!J.~~..fg~~---JJl_Q~-~~i~).. ___________ ..L .. ~!~.~~':'..!!!l!Y..i~Lg_9-i:~~c::!!2~~~r~ .. ?J~~&Q_Q _________ J FTA/FHW A-FUNDED PROCUREMENT BY NON-COMPETITIVE (SOLE SOURCE) PROPOSALS A. Notwithstanding any other provision herein, federally funded contracts must comply with theTederal requirements for non-competitive or sole source procurements. Non-competitive or sole source procurements are accmnplished through solicitation of a proposal from only one source, or after solicitation of a number of sources, competition is determined inadequate. A contract change that amounts to a "cardinal change" or a "tag on" as defined in FTA Circular 4220.lf that involves a major deviation from the original purpose is considered a sole source procurement on a federally funded contract that must comply With this paragraph. 1. Procurement by noncompetitive proposals may be used only when the award of a contract is infeasible under small purchase procedures, competitive sealed bids, or competitive proposals and at least one of the following circumstances applies: a. The item is available only from a single source; b. The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; c. FT A/FHW A, as applicable, authorizes noncompetitive negotiations- e.g., if FT A/FHW A, as applicable, provides a joint procurement grant or a research project grant with a particular firm or combination of firms, the grant agreement is the sole source approval; d. After solicitation of a number of sources, competition is determined inadequate; • • I Procurement Policy Manual 46 September 9, 2015 Revision: 2. 131 " " " e. The item is an associated capital maintenance item as defined in 49 U.S.C. �5307(a)(l) that is procured directly from the original manufacturer or supplier of the item to be replaced. The grantee must first certify in writing to FT A: i. that such manufacturer or supplier is the only source for such item; and ii. that the price of such item is no higher than the price paid for such item by like customers; or f. Any other circumstance justifying sole source procurement set forth in the applicable federal rules and regulations. 2. A cost analysis, i.e., verifying the proposed cost data, the projections of the data, and the evaluation of the specific elements of costs and profit, is required. 4.0 DISADVANTAGED BUSINESS ENTERPRISE AND OTHER REQUIREMENTS A. B. In order to ensure the Commission's compliance with the federal DBE Program on all applicable procurements funded with United States Department of Transportation (DOT) dollars, the Commission will make reasonable efforts to utilize disadvantaged business enterprises in compliance with applicable federal regulations . The Commission's procurement process is structured to ensure that its DBE Program supports the Commission's commitment to promote, foster and utilize disadvantaged business enterprises as required and defined by applicable federal regulations. C. As a condition of funding assistance, and in accordance with DOT DBE regulations published in applicable federal regulations, the Commission is required to submit for approval a DBE Program and regular DBE goals, which it will make good faith efforts to achieve through procurement actions carried out under this Manual. D. Pursuant to 2 CFR Part 200.321, the Commission shall also take affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible on federally funded projects. 5.0 GEOGRAPHICAL PREFERENCES A. For any PTA-funded contracts, except when procuring A-E services, the Commission is prohibited from using statutorily or administratively imposed in- state or local geographical preferences in the evaluation of bids or proposals unless federal statutes expressly mandate or encourage geographic preference. 6.0 REVENUE CONTRACTS A. The Commission may enter into revenue contracts with a third party whereby the primary purpose is to either generate revenues in connection with a transit-related I Procurement Policy Manual 47 132 September 9, 2015 Revision: 1 activity or create business opportunities utilizing an FTA-funded asset. The FTA requires such third party revenue contracts to be awarded utilizing competitive selection procedures and principles. The extent of and type of competition required is within the discretionary judgment of the Commission. 7.0 STATUTORY AND REGULATORY REQUIREMENTS The Commission shall comply with applicable federal statutory and regulatory requirements (such as Davis-Bacon Act, DBE, Debarment and Suspension, Clean Air, Environmental and Conservation Requirements, Buy America and Cargo Preference) in carrying out federally-funded procurement actions under this Manual. Below is a contract clause matrix that is applicable to third-party contract provisions for federally funded contracts, excluding micropurchases and except for Davis-Bacon requirements which apply to construction contracts exceeding $2,000. The matrix should be reviewed at least annually for any regulatory changes. No Federal Government Obligations to Third Parties All All All All All (by Use of a Disclaimer) False Statements or Claims Civil and Criminal Fraud All All All All All Access to Third Party Contract All All All All All Records Changes to Federal Requirements All All All All All Termination >$10,000 if >$10,000 if >$10,000 if >$10,000 if >$10,000 if 49 CFRPart 18 49 CFRPart 18 49CFRPart18 49 CFRPart 18 49 CFRPart applies. applies. applies. applies. 18 applies. Civil Rights (Title VI, ADA, EEO All All All>$10,000 AU All except Special DOL EEO clause for construction projects) Special DOL EEO clause for >$10,000 construction projects Disadvantaged Business All All All All All Enterprises (DBEs) Incorporation of FT A Terms All All All All All Debarment and Suspension >$25,000 >$25,000 >$25,000 >$25,000 >$25,000 Buy America >$100,000 >$100,000 >$100,000 As of Feb. 2011, As of Feb. 2011, As of Feb. 2011, FTAhasnot FTAhasnot FTA has not adopted the FAR adopted the FAR adopted the FAR 2.101 $150,000 2.101 $150,000 2.101 $150,000 standard. standard. standard. Resolution of Disputes, Breaches, >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 or Other Litigation Lobbying >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 I Procurement Policy Manual 48 Se12tember 9, 2015 Revision: £ 133 • • • " Clean Air >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Water >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Cargo Preference Transport by Transport by Transport by ocean vessel. ocean vessel. ocean vessel. Fly America Foreign air Foreign air Foreign air Foreign air Foreign air transp./travel. transp./travel. transp./travel. transp ./travel. transp./travel. Veterans Hiring Preference All Davis-Bacon Act >$2,000 (also ferries). Contract Work Hours and Safety >$100,000 >$100,000 >$100,000 Standards Act (transportation (also ferries). services excepted). Copeland Anti-Kickback Act All Section 1 > $2,000 (also Section 2 ferries). Bonding $100,000 Seismic Safety A&E for new New " buildings & buildings & additions. additions. Transit Employee Protective Transit -Arrangements operations. Charter Service Operations All School Bus Operations All Drug Use and Testing Transit operations. Alcohol Misuse and Testing Transit operations. Patent Rights R&D Rights in Data and Copyrights R&D Energy Conservation All All All All All Recycled Products EPA-selected EPA-selected EPA-selected items $10,000 items $10,000 items $10,000 or more or more or more annually. annually. annually. Conformance with ITS National ITS projects. ITS projects. ITS projects. ITS projects. ITS projects. Architecture ADA Access A&E All All All All Notification of Federal Limited to Limited to Limited to Limited to Limited to Participation for States States. States. States . States. States. " I Procurement Policy Manual 49 Segtember 9, 2015 Revision: 2. 134 CHAPTER 9 -DISPOSAL OF SURPLUS PROPERTY 1.0 DEFINITIONS "Surplus personal property" shall mean personal property of the Commission which is no longer needed or fit for its intended purpose or has exceeded its useful life. "Surplus real property" shall mean real property of the Commission which is no longer needed for a specified project. 2.0 DISPOSAL OF SURPLUS REAL PROPERTY A. Upon recommendation by the Executive Director, designated Commission staff may dispose of surplus real property in accordance with the RCTC Right of Way Policies and Procedures Manual, Section 8.5, Disposal of Surplus Properties. 3.0 DISPOSAL OF PERSONAL PROPERTY A. Upon recommendation by the Executive Director and in accordance with applicable state or federal funding requirements, designated Commission staff may dispose of all surplus and obsolete personal property by donation, bid, auction, negotiated sale or exchange. If the disposal of such items is conducted by bid, the sale shall be conducted in accordance with generally accepted best practices and applicable laws and regulations. The Commission staff shall attempt to obtain the best value for the property that can reasonably be obtained . I Procurement Policy Manual 50 135 September 9, 2015 Revision: 2 • • • " " " CHAPTER 10 -OTHER PROCUREMENT MATTERS 1.0 DISPUTES, CLAIMS, AND CHANGES-DEFINITIONS A. Change Orders -the commercial and technical resolution of a contract modification. The change order document can be unilateral or bilateral in execution. B. Potential Claim -written notice provided to the Commission by the contractor when the: 1. Parties are unable to reach bilateral agreement on a change and the contractor is provided a unilateral change order ("protest"); or, 2. Contractor perceives that it is entitled to additional compensation (time or money) for something it believes to constitute extra work performed or to be performed. C. Claim -differences that have developed during the contract, under protest or under notice of potential claim, which are not resolved at the time the contractor returns the proposed final pay estimate. D. Dispute-a disagreement between the parties as to the merits, amount or remedy arising out of an issue in controversy, including a disagreement regarding a Claim or asserted default. E. Amendment -a modification considered outside the original contract scope or terms and formalized with a written agreement signed by both parties. 2.0 DISPUTES, CLAIMS, AND CHANGES-GENERAL A. The Procurement Officer is responsible for documenting negotiation activities for the record, and should be present at all professional services and construction contract negotiations. B. The Procurement Officer or project manager, as required, prepares the appropriate documentation (e.g., change order forms) for review and approval by the Commission's Executive Director or Commission, prior to issuance to the consultant/contractor for signature. This document includes full definition of work scope, impact on DBE goals, definition of time and schedule impacts, and price. The change order language stipulates that the agreed-upon terms are all inclusive, and no other relief will be available regarding this work. i. For PTA-funded contracts, any damages recovered must be credited to the project involved unless the FTA permits otherwise. ii. For FT A-funded contracts, change orders that amount to cardinal changes or tag-ons shall comply with Chapter 8, Section 3.0(A). 3.0 TERMINATION A. All Commission contracts exceeding $25,000 should contain provisions enabling the Commission to terminate such contracts for the convenience of the Commission, and all federally funded contracts must contain such provisions . Procurement Policy Manual 51 September 9. 2015 Revision: 2_ 136 These provisions should specify the manner in which such termination will be effected and the basis for settlement. There should also be included in such contracts appropriate provisions specifying causes for which the contracts may be terminated for default. B. Terminations for Convenience of the Commission 1. Commission contracts will be terminated for convenience only when this is determined to be in the best interests of the Commission. In lieu of issuing a notice of termination for convenience, the Procurement Officer will effect a no-cost settlement agreement where possible and appropriate. 2. Formal written notice to the contractor is necessary to terminate a contract for convenience. Such notice will state that the contract is being terminated pursuant to the termination for convenience provision of the contract, the effective date, the extent of termination and instructions to the contractor to cease performance under the contract. 3. The Procurement Officer will negotiate a no-cost settlement with the , contractor if possible. Otherwise, the Procurement Officer will negotiate an appropriate settlement agreement with the contractor pursuant to the provisions of the termination for convenience clause of the contract. C. Terminations For Default 1. If a contractor's right to proceed is terminated for default, the Commission may take over and complete the work or cause it to be completed, and the contractor and his sureties, if any, shall be liable to the Commission for any increased costs caused thereby. The contractor and his sureties should, in addition to increased costs in completing the work, be Hable for liquidated damages, if liquidated damages are provided in the contract, or for actual damages, if liquidated damages are not so provided. 2. If the Procurement Officer determines that the contractor's failure to perform arises from causes which are excusable und,er the terms of the contract, the Procurement Officer shall not terminate the contractor's right to proceed, nor shall he/she charge the contractor with liquidated damages (or if no liquidated damages, then actual damages) because of any delays occasioned by such causes. 3. Where the surety does not complete performance of the contract, the Procurement Officer normally will complete the performance of work by awarding a new contract based on the same plans and specifications. Such award may be the result of competitive bidding or negotiation; whichever procedure is most appropriate under the circumstances. The Procurement Officer must use reasonable diligence to obtain the lowest price available for completion. 4. If, after due consideration, the Procurement Officer determines that terminatio:Q is not in the best interest of the Commission although the contractor is in default, the Procurement Officer may permit the contractor to continue the work, and the contractor and his sureties shall be liable to Procurement Policy Manual 52 September 9, 2015 Revision: 2 137 • • • " " " 5. the Commission for liquidated damages, as specified in the contract, or if liquidated damages are not so specified, for any actual damages occasioned by the failure of the contractor to complete the work in accordance with the terms of the contract. Any provision for a liquidated damages assessment must be at a specific rate per day for each day of overrun and must be specified in the contract. a. For PTA-funded contracts, any damages recovered must be credited to the project involved unless the FTA permits otherwise. 4.0 BONDS, OTHER SECURITIES AND INSURANCE A. The Commission should specify bonding, in compliance with applicable federal and state requirements for all public works contracts. B . 1. In general, all construction contracts over $25,000 require a payment bond in the amount of 100% of the contract value. 2. All PTA-funded construction contracts over $100,000 require a performance bond in the amount of l 00% of the contract value and a bid guarantee in the amount of no less than 5% of the contract value. 3. Bids for construction of facilities where the work is anticipated to exceed $25,000 require bid security as set forth� in PUC� 130232. The Procurement Officer may require any of the following types of security for any solicitation or contract subject to this Manual, other than a small purchase, regardless of the estimated amount of the contract: 1. Bid bonds; 2. Other bid or proposal security; 3. Construction performance and payment bonds; and 4. Performance or payment bonds or other security on non-construction contracts. C. Requirement for Bonds To Be Executed By An Admitted Surety Insurer 1. California Code of Civil Procedure� 995.311 calls for any bond required on a public works contract to be executed by an admitted surety insurer. 2. The Commission has a duty to verify that an admitted surety insurer executes the bond. The Procurement Officer should print out information from the website of the California Department of Insurance (http://www.insurance.ca.gov I docs/FS-CompanyProfiles.htm) confirming that the surety is an admitted surety insurer and attach it to the bond. D. For federally funded procurements, the Commission shall not require unnecessary experience or excessive bonding . I Procurement Policy Manual 53 138 September 9, 2015 Revision: Z. 5.0 CONTRACT CLOSEOUT A. A completed contract is one which is both physically and administratively complete and in which all aspects of contractual performance have been accomplished, terminated, or otherwise disposed of by contract modification. A contract is physically complete only after all articles and services called for under the contract, including such related items as reports, spare parts, and exhibits, have been delivered to and accepted by the Commission, including those articles and services for which no specific compensation may have been stipulated. A contract is administratively complete when all payments have been made and administrative actions accomplished. B. The project manager, in cooperation with the Procurement Officer, is responsible for review of the contract file and obtaining all necessary documentation to ensure that: (1) all deliverables and/or services (including any reports) required under the contract have been received and accepted; (2) the terms and conditions of the contract have been complied with; (3) disposition of accountable property under the contract has been accomplished; all necessary actions including final payment and releases required to close the contract are completed and documented. C. Small purchase files should be considered closed when the Procurement Officer receives evidence of receipt of property and final payment. D. A contract file should not be closed in any of the following situations: 1. If the contract is the subject of a claim or dispute; 2. If the contract is in litigation or under appeal; 3. In the case of a termination, if all termination actions have not been completed; or 4. If state or federal approval is required and has not been received. I Procurement Policy Manual 54 September 9, 2015 Revision: 2 139 • • • " " " CHAPTERll-PAYMENT 1.0 COMMISSION PAYMENT PROCESS A. The Commission will promptly process all contract payments with necessary controls to assure compliance with all contract terms and conditions in accordance with internal procedures recommended by the Chief Financial Officer and authorized by the Executive Director. B. The Procurement Officer should clearly specify in solicitations and contracts the form and content of an acceptable invoice, including a requirement that invoices be sequentially numbered, that they contain a date and contract number and the services for which they are invoicing, the period of performance being invoiced, and to whom invoices are to be sent. 2.0 PROGRESS PAYMENTS A. The Commission may provide for progress payments under contracts that require long time periods to complete contract performance or ifthe use of progress payments contributes to the effective and efficient administration of consultaht/contractor work. Progress payments will be made on the basis of allowable costs incurred by the consultant/contractor, and the stage of completion of the contract. 1. 2. Criteria. C::ontract clauses providing for progress payments should be used when the investment in work and progress is expected to be great enough to add substantial costs to the contract or strain the consultant/contractor's cash flow or ability to obtain financing. Under no circumstances should payments exceed the consultant/contractor's physical completion of the Work, nor should they amount to advance payments. Progress payments can be based on a periodic voucher for expenditures, a milestone, or the Commission's estimate of work accomplished as defined in the contract. For federally funded procurements, the Commission must obtain adequate security (i.e., title to work in progress; letter of credit) for any progress payments made. 3. For FTA-funded procurements, advance payments are prohibited unless prior written concurrence is obtained from the F,T A. B. Progress Payments on Public Works In accordance with PCC � 20104.50, the Commission must make progress payments within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If the Commission fails to make timely payment, the Commission may be required to pay interest to the contractor equivalent to the legal rate set forth in subdivision (s) of Section 685.010 of the Code of Civil Procedure. C. Progress Payments and Retentions on Architect, Engineer, and Land Surveyor Contracts I Procurement Policy Manual 55 140 September 9. 2015 Revision: 2. Pursuant to California Civil Code §3320, for any contract for public works or improvement, the Commission shall pay to the prime design professional any progress payment within 30 days of receipt of a written demand for payment in accordance with the contract, and the final retention payment, if applicable, within 45 days of receipt of a written demand for payment in accordance with the contract. If any amount is wrongfully withheld or is not timely paid, the prime design professional should be entitled to a penalty of 1 Y2 percent for the improperly withheld amount, in lieu of any interest otherwise due, per month for every month that payment is not made. 3.0 PROlVIPT PAYMENT TO SUBCONTRACTORS-FEDERALLY FUNDED AGREEMENTS A. B. In accordance with 49 CFR Part 26, Commission contracts above the small purchase threshold must require that the prime contractor or subcontractor shall pay to any subcontractor, not later than 7 days of receipt of each progress payment from the Commission, unless otherwise agreed to in writing, the respective amounts paid to the contractor on account for the work performed by the subcontractors, to the extent of each subcontractor's interest therein. The Commission contract may provide that, in the event that there is a .good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, then the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. The Commission must also require the prompt return of retainage payments from the prime contractor to the subconti;actor within 7 days after the subcontractor's work is satisfactorily completed. 4.0 PAYMENT OF RETENTION ON PUBLIC WORKS CONTRACTS Pursuant to PCC § 7107, within 60 days after the date of completion of the work of improvement, the Commission must release any retention withheld except funds withheld to satisfy outstanding stop notices or otherwise properly withheld. In the event of a dispute between the Commission and the original contractor, the Commission may withhold from the final payment an amount not to exceed 150 percent of the disputed amount. 5.0 REQUEST FOR PAYMENT CERTIFICATION A. All contracts above the small purchase threshold may contain a clause, which requires the contractor to submit with each request for payment, a certification that the claim for payment is true, correct, and for services rendered and/or supplies delivered in accordance with the contract. B. The user department/project manager will disapprove and Accounts Payable will return unpaid any request for payment which does not contain the certification when required. I Procurement Policy Manual 56 141 September 9, 2015 Revision: 2 • • • " REVISION HISTORY: Revision Revisions No. 0 Adopted by the Commission 1 Adopted by the Commission i Ado];!ted bj;'. tbe Commission " " I Procurement Policy Manual 57 142 Adopted 7111112 12/12/12 2/9/15 (12ending) September 9, 2015 Revision: 2. " " " RESOLUTION NO. 15-017 RESOLUTION OF THE RIVERSIDE COUNTY TRANSPORTATION COMMISSION REGARDING THE REVISED PROCUREMENT POLICY MANUAL ATTACHMENT 2 WHEREAS, the Commission previously adopted Resolution No. 12-031, "Resolution of the Riverside County Transportation Commission Regarding the Revised Procurement Policy Manual"; and WHEREAS, the Commission received corrective action recommendations from the Federal Transit Administration as a result of a triennial audit completed in June 2015; WHEREAS, the Commission is required to comply with the Office of Management and Budget's issuance of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Grant Guidance); and WHEREAS, the Commission desires to update its procurement policies and procedures to continue to be a comprehensive, useful framework and incorporate best practices for the Commission's procurements. NOW, THEREFORE, the Riverside County Transportation Commission does hereby resolve as follows: Section 1. Section 2. The Procurement Policy Manual previously adopted on December 12, 2012, is hereby replaced in its entirety by the revised Procurement Policy Manual, set forth in Attachment 1, attached hereto and incorporated herein. The Riverside County Transportation Commission hereby approves and adopts the Procurement Policy Manual, as revised, to be effective immediately . 143 APPROVED AND ADOPTED this gth day of September, 2015. ATTEST: Jennifer Harmon Clerk of the Board Daryl R. Busch, Chair Riverside County Transportation Commission 144 • • • -c ~ 0 n c ~ ro ):> 3 c ro ~ OQ c ::J ro (/) ,..... < ,-+ -· N -c V1 ~ 0 ro .... N -a. -· 0 n ~ < lJ1 s: CJ ::J c CJ - " Response to 2006 FTA Triennial review April 2007 July 2012 " Comprehensive " Incorporated various laws and regulations .. {O~llAffi_ADJM~l~lijTIOtl! rR~(lllfMfNI " Response to 2012 FTA Procurement System Review December 2012 September 2015 " Response to 2015 FTA Triennial review " Federal Uniform Guidance " Best practices General •Standards of conduct • Contract term •Cooperative agreements •Purchase authorizations •Prohibition of arbitrary actions •Cost estimates and analysis •Brand name or equal specifications •Contract changes • Debrief period Specific Procurement Procedures •Sealed bid (low bid) •Design-build •Competitively negotiated •Bonding requirements (O~llArn_ADMl~~IllllOH & ~ROrnlfMOO Laws and Regulations •Veterans employment • Minority, women's, and labor surplus businesses Other •"Should" changed to "shall" • Limited application of certain policies to federally funded procurements n 0 3 3 -· V> V> -· 0 :J -· 0 :J V> m -c ,-+ m 3 c-m ..., \.0 ... -n ~ n 0 :J ,-+ ..., QJ n ,-+ 0 ..., r-m CJQ QJ n 0 c: :J V> m " AGENDA ITEM 10 " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Shirley Medina, Planning and Programming Director THROUGH: John Standiford, Deputy Executive Director SUBJECT: 2016 State Transportation Improvement Program Update STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve reprogramming State Transportation Improvement Program (STIP) projects as reflected in Table A; and 2) Forward to the Commission for final action. BACKGROUND INFORMA T/ON: At its August 27, 2015 California Transportation Commission (CTC) meeting, the CTC is scheduled to adopt the 2016 STIP Fund Estimate (FE) and Guidelines. CTC staff had indicated the adoption of the STIP FE could be delayed to allow additional time needed for Caltrans to make adjustments to the FE based on the outcome of recent and upcoming legislative actions. However, it is now presumed that the adoption of the FE and Guidelines will take place at the August meeting. The draft STIP FE was recently updated from $30 million to $46 million of new programming capacity statewide in fiscal year 2020/21, with lower than expected revenues in the first three fiscal years (2016/17-2018/19). CTC staff explained the 2016 STIP update will only consist of delaying projects by approximately two years and that no new projects can be programmed unless a current project is removed resulting in a zero sum gain. Table A includes the projects programmed in the 2014 STIP and the staff recommendation for delaying these projects. All projects are proposed to be delayed, per CTC instructions, with the exception of the SR-60 Truck Climbing/Descending Lane project that is also funded with Caltrans State Highway Operations Protection Program funds due to the project's safety features. Additionally, staff may recommend moving the $41,545,000 of STIP funds from the 1- 15 French Valley Parkway interchange project due to the delays the project has incurred, unless the city can provide a commitment and agreement with Caltrans on the phasing and funding of the project. If the city cannot provide this, staff may reprogram the STIP funds on the design and/or right of way phase(s) for the Mid County Parkway (MCP) project. The 1-215 Southbound Connector project programmed for $8.965 million is contingent upon the completion of the 1-15 French Valley Parkway interchange, and these funds may also be recommended for reprogramming to the MCP project . Agenda Item 10 145 TABLE A 2016 STIP Staff Recommendations for Delayin Agency Project 19/20 20121 Temecula *1-15 French Valley IC CT/RCTC **SR-60 Truck Lanes Caltrans B Cyn Wildlife Crossing CT/RCTC ***1-215 SB Connector $8,965,000 *l-15 French Valley IC project is proposed to be delayed until FY 2019/20, or replaced with MCP project. **SR-60 Truck lanes proposed to remain programmed in FY 2015/16. ***1-215 SB Connector is proposed to be delayed until FY 2020/21, or replaced with MCP project. Staff will continue to work with the city of Temecula to identify funding for the 1-15 French Valley interchange project. However, given the uncertainty of funding revenues at the state level, other fund sources, such as Transportation Uniform Mitigation Fee, federal Surface Transportation Program, and Measure A Regional Arterial funds, are limited as other high priority projects in Riverside County are also in need of funding. • Per the CTC's STIP guidelines, staff will work with the Southern California Association of Governments to prepare a regional level performance evaluation based on the regional transportation model and include a discussion in the STIP submittal as to how the STIP projects facilitate the implementation of the Sustainable Communities Strategies. The projects will also • be amended in the Federal Transportation Improvement Program to reflect project programming changes. This item has no direct financial impact to the Commission. • Agenda Item 10 146 " AGENDA ITEM 11 � " " " " " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Shirley Medina, Planning and Programming Director THROUGH: John Standiford, Deputy Executive Director SUBJECT: Congestion Management Program Monitoring STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 10-65-114-04, Amendment No. 4 to Agreement No. 10-65-114-00, with VRPA Technologies for continued monitoring of the Congestion Management Program {CMP) system of highways and roads per federal requirements for an additional amount of $28,167, and a total amount not to exceed $286,960; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action . BACKGROUND INFORMA T/ON: In 1990 the Commission was designated as the congestion management agency (CMA) for Riverside County. The Riverside County CMP was first adopted in 1991 per state legislation. A few years later, legislation was� passed changing the state mandate fo a voluntary program. However, federal congestion management process regulations were in place requiring metropolitan planning organizations to certify that the requirements for implementing the federal congestion management process are met within its boundary. As a result, all CMAs within the Southern California Association of Governments {SCAG) region are held to meeting the federal requirements, which is determined through SCAG's federal certification process. To ensure consistency with federal requirements, the Riverside County CMP was primarily designed to meet federal requirements and also incorporated state CMP requirements. Monitoring the designated CMP system to ensure the established minimum level of service (LOS) threshold is met is the main focus of the program. Given that cities and the county establish LOS thresholds at "C" or "D", the CMP minimum LOS threshold was set at "E". Therefore, if any segment falls below "E", a deficiency plan would need to be prepared that would include projects and/or mitigation strategies that would improve the segment to LOS "E" or better . Agenda Item 11 147 The CMP is updated every two to three years. The last update was scheduled to take place in 2014. However, no new requirements or legislation occurred that warranted the document to be updated. In addition, monitoring efforts did not reveal system deficiencies that were not already addressed by transportation improvement projects programmed in the Federal Transportation Improvement Program or Transportation Uniform Mitigation Fee program. Staff is planning the next CMP update to occur after several planning activities have concluded, such as the Commission's Strategic Assessment, 2016 Regional Transportation Plan/Sustainable Communities Strategy, and release of final guidance from the Office of Planning and Research detailing the implementation and applicability that SB 743 will have under the Catifornia Environmental Quality Act. These planning efforts and legislation will have a direct impact on Riverside County's CMP. A request for proposals for the next CMP update cycle is scheduled for release by fall 2016. In the meantime, the CMP system is required to be monitored on a continuous basis. Monitoring efforts include utilizing loop or pavement sensors currently installed along the state highway system at call boxes and Caltrans' Performance Measurement System (PeMS) sites. PeMS sites have the capability to retrieve speed, truck flow, vehicle miles traveled, vehicle hours traveled, and delay data. Speed data is used to determine LOS. If any deficiencies (LOS "E") are identified on the CMP system, an analysis of the cause of deficiency is also determined, such as recurring congestion, construction activities, or interregional traffic. Monitoring is performed on a quarterly basis. However, to reduce costs associated with monitoring, staff proposes to change the frequency of monitoring from a quarterly basis to biannually, in fall and spring, as these seasons typically reflect average traffic conditions. In November 2010, after a compe~itive procurement that included federal provisions, the Commission awarded an agreement to VRPA Technologies to update and monitor the CMP system for a total amount of$258,7Q3 for a two-year term plus three one-year options c'overing FY 2010/11 -2014/15. The agreement has been amended three times to exercise each one- year option with no change in cost. During the full term of this agreement, services were related to .the 2011 CMP update and quarterly monitoring. As of June. 30, 2015, all funds have been expended. To ensure monitoring activities continue until the commencement of the next CMP update cycle in Spring 2017, staff recommends amending the current agreement with VRPA Technologies to continue monitoring the CMP system in the fall 2015, spring 2016, and fall 2016 for an additional amoynt of $28,167, which includes a contingency of $2,559. The additional.amount is considered fair and reasonable. With this amendment, the total amount not to exceed is $286,960. Since CMP monitoring activities are eligible for State Transportation Improvement Program (STIP) Planning, Programming, and Monitoring (PPM) funds, these funds will be used for CMP monitoring. No budget adjustment is necessary, as the STIP PPM funds and CMP monitoring costs are included in the FY 2015/16 budget. Agenda Item 11 148 • • • " " " In Fiscal Year Budget: Source of Funds: Financial Information Yes N/A Year: State STIP PPM funds FY 2015/16 FY 2016/17+ Amount: Budget Adjustment: GL/Project Accounting No.: 002132 65520 00000 106 65 65520 Fiscal Procedures Approved: Date: Attachments: Agreement No. 10-65-114-04 (Draft) Agenda Item 11 149 $17,100 11,067 No N/A 08/13/2015 " " " Agreement No. 10-65-114-04 AMENDMENT NO. 4 TO AGREEMENT WITH VRPA TECHNOLOGIES, INC FOR CONSUL TING SERVICES FOR THE CONGESTION MANAGEMENT PROGRAM 1. PARTIES AND DATE This Amendment No. 4 to the Agreement for Consulting Services is made and entered into as of this __ day of , 2015, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("Commission") and VRPA TECHNOLOGIES, INC. ("Consultant"}, a California corporation. 2. RECITALS 2.1 The Commission and the Consultant have entered into an agreement dated December 16, 2010 for the purpose of providing consulting services for the congestion management program (the "Master Agreement"). 2.2 The Commission and the Consultant have entered into an Amendment No. 1 to the Master Agreement, dated January 1, 2013, for the purpose of extending the term. 2.3 The Commission and the Consultant have entered into an Amendment No. 2 to the Master Agreement, dated January 1, 2014, for the purpose of extending the term. 2.4 The Commission and the Consultant have entered into an Amendment No. 3 to the Master Agreement, dated June 25, 2015, for the purpose of extending the term. 2.5 The parties now desire to amend the Master Agreement to provide additional compensation for the continued provision of the Congestion Management Program. 3. TERMS 3.1 The maximum compensation for Services performed pursuant to this Amendment shall be Twenty-Five Thousand Six Hundred Eight Dollars ($25,608). Work shall be performed at the rates set forth in the Master Agreement. 3.2 The total not-to-exceed amount of the Master Agreement, as amended by this Amendment No. 3, shall be increased from Two Hundred Fifty-Eight 150 Thousand Seven Hundred Ninety-Three Dollars ($258, 793) to Two Hundred Eight-Six Thousand Nine Hundred Sixty Dollars ($286,960). 3.3 Except as amended by this Amendment, all provisions of the Master Agreement, as amended by Amendment No. 1, 2 and 3 including without limitation the indemnity and insurance provisions, shall remain in full force and effect and shall govern the actions of the parties under this Amendment. [Signatures on following page] 2 17336.00000\1514236.2 151 • • • " " " SIGNATURE PAGE TO AGREEMENT NO. 10-65-114-04 IN WITNESS WHEREOF, the parties hereto have executed this Amendment on the date first herein above written. RIVERSIDE COUNTY TRANSPORTATION COMMISSION Daryl R. Busch, Chair APPROVED AS TO FORM: By: Best Best & Krieger LLP Counsel to the Riverside County Transportation Commission 3 152 VRPA TECHNOLOGIES, INC By:~~~~~~~~~~ Signature Name Title " .. AGENDA ITEM 12 " " " " " " RIVERSIDE COUNTY TRANSPORTA T/ON COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Grace Alvarez, Planning and Programming Manager THROUGH: Shirley Medina, Planning and Programming Director Fiscal Year 2015/16 Annual Local Transportation Fund Planning Allocations to SUBJECT: Western Riverside Council of Governments and Coachella Valley Association of Governments STAFF RECOMMENDATION: This item is for the Committee to: 1) 2) Approve an allocation of Local Transportation Fund (LTF) planning funds in the amount of $684, 750 for Western Riverside Council of Governments (WRCOG) and $373,500 for the Coachella Valley Association of Governments (CVAG) for efforts identified in each agency's FY 2015/16 LTF Program Objectives/Work Plan (Work Plan) that support transportation planning programs and functions consistent with regional and subregional plans, programs an,d requirements; and Forward to the Commission for final action. BACKGROUND INFORMATION: The LTF established in state law by the Transportation Development Act (TDA) is funded through a one-quarter of one cent of the state's 7.5 percent sales tax (based on point of sale and is returned to source). The LTF funding is distributed by the State Board of Equalization to the cities and counties on a pro rata basis, pursuant to Section 99233.2 o.f the TOA, providfng up to 3 percent of annual revenues to fund transportation planning and programming efforts. The Commission, as the Regional Transportation Planning Agency, is legally responsible for apportioning the LTF funds. Based on the projected FY 2015/16 revenues of $83 million, 3 percent of the projected revenue or $2.49 million is for planning and programming. By statute, the TOA also requires one half of these LTF funds be allocated for planning activities within the Western Riverside County and the Coachella Valley areas, as determined by the Commission. Distribution of the funding, as confirmed by the Commission in October 2014, is as follows: Agenda Item 12 153 Planning Agency Percentage Apportionment/ Allocation RCTC WR COG CVAG 15% 55% 30% $186,750 $684,750 $373,500 WRCOG and CVAG submitted their respective FY 2015/16 Work Plans in accordance with existing guidelines: The FY 2015/16 Work Plan submitted by WRCOG includes: 1) Southern California Association of Governments (SCAG) Compass Blueprint planning projects; 2) Air Quality, Energy Efficiency and Sustainability Programs; 3) Transportation Uniform Mitigation Fee (TUMF) Program; and 4) Riverside County Transportation Commission Programs. The FY 2015/16 Work Plan submitted by CVAG includes: 1) 2) 3) 4) 5) 6) 7) 8) 9) Transportation Department Operations; Project Management and Contract Administration; CVLink Project Development; Riverside County Transportation Commission Programs; Planning, Programming and Monitoring Programs; Miscellaneous Programs; Congestion Management/Air Quality Programs; TUMF Program; and Governmental and Special Projects. Staff reviewed the Work Plans and found these Work Plans are consistent with the Commission's overall transportation programming and planning objectives and recommends approval. The Work Plans also benefit the respective geographic regions and are consistent with subregional and regional plans including SCAG's Regional Transportation Plan/Sustainable Communities Strategy (RTP/SCS). WRCOG and CVAG, in conjunction with SCAG, are responsible for subregional planning efforts that implement and are in conformance with the RTP/SCS. Agenda Item 12 154 • • • r----------------------------------------------------- • Financial Information In Fiscal Year Budget: I Yes Year: I FY 2015/16 Amount: I $1,058,250 Source of Funds: I Local Transportation Funds Budget Adjustment: I No GL/Project Accounting No.: 106 65 86205 Fiscal Procedures Approved: ~~ I Date: I 08/06/2015 Attachments: 1) WRCOG FY 2015/16 LTF Program Objectives/Work Plan 2) CVAG FY 2015/16 LTF Program Objectives/Work Plan • • Agenda Item 12 155 " " " ATTACHMENT 1 Western Riverside Council of Governments (WR COG) Fiscal Year 2015/2016 Local Transportation Funds Program Objectives The Work Plan for FY 2015/2016 is divided into two program areas: 1. Planning Programs and Energy/Environment Programs California Air Resources Board Department of Energy (DOE) South Coast Air Quality Management District (SCAQMD) Southern California Associations of Governments (SCAG) California Association of Councils of Governments (CALCOG) Planning: This program includes the following activities: staff time to develop and complete (by December 31, 2015) two SCAG Compass Blueprint projects: WRCOG Land Use, Transportation, and Water Quality Planning Framework and WRCOG Sustainability Framework Public Health & Climate Action Plan Implementation. Both projects focus on providing voluntary strategies at the local level, to implement regional policies adopted as part of the 2012-2035 Regional Transportation Plan/Sustainable Community Strategy. Continued participation with SCAG, CALCOG, and other regional planning agencies; and continued support for the WRCOG Planning Directors' TAC to review, analyze and make recommendations to the WRCOG Executive Committee on the sub regional growth forecast, the regional Housing Needs Assessment, the Regional Transportation Plan and legislation that will impact/assist the implementation of AB 32 and SB 375. . Air Quality, Energy Efficiency and Sustainability: These programs include the following activities: continued staff participation in SCAQMD activities and rule-making, participation in the development of the 2016 AQMP; provide outreach and to the jurisdictions regarding air quality issues and funding opportunities; support WRCOG Clean Cities and programs that WRCOG has developed to reduce emissions through energy efficiency and water conservation; continued participation to assist jurisdiction in the purchase of alternative fuel vehicles and the development of the supporting infrastructure . V:\2015109 September\B&l\12.A1.GA-Comm.Wf~COG UT FY 2015-16 Work Plan.doc 156 2. Regional Transportation Programs Riverside County Transportation Commission (RCTC) Riverside Transit Agency Caltrans SCAG CAL COG TUMF: This program includes staff· time to prepare the 2015 Nexus Study and Program Update; to administer the TUMF Program which includes but is not limited to: program contract/agreement administration; public outreach/information; the Annual Report; signage program; TUMF Zone Transportation Improvement Program development and amendments; prepare the annual audit; preparation of annual adjustment for construction costs; maintain TUMF data base of fee collections and disbursements; work with developers on credit and reimbursement agreements; and amend all program documents as necessary. Riverside County Transportation Commission Programs: These programs include staff time and project management to assist in transportation planning. and air quality programs to include: participation in TUMF Program tasks as needed to ass•st RCTC in the implementation of the Regional TUMF Program; participate in evaluation committees as requested; and other planning related tasks as determined in consultation with the RCTC Executive Director. V:\2015\09 September\B&l\12.A1.GA-Comrn.VVHCOG LTF FY 2015-16 Work Plan.doc 157 • • • " " July 1, 2015 Ms. Theresia Trevino liil ~ � ~ n w rg r~ LJ\l. JUL 08 2015 lYJ Chief Anancial Officer TRAN Riverside County Transportation Commission Rlverslde County Regional Comptex 4080 Lemon Street, 3ro Floor Riverside, CA 92502 Dear Theresia, Invoi,@: CV16Q19�15 B@t2Q1!i/.J.6.Lgs;gl .. Tmpspgrtgtion Fuqdioa (LTF) The allocation to the Coachella Valley Association of Govemments' (O/AG) Local Transportation Funding (L TF) for fiscal year 2015/16 is $171,Sf)O. Attached Is im overview of CVAG's l TF Work Plan objectives utilizing this funding. Pl~ase �sider this letter as an Invoice for the funds. Please�do not hesitate to ca11 �me if you have any questions. Thank YOll. JUL OB 2915 ftClC..,,...~--... Sincerely, -......u"""' COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS Gary ~eang, CPA Director of Administrative Services attachment c.c. Allyn Waggle Shirley Medma, RCTC Director of Planning & Programmtng C1rv OF BLYTH� " Cl'nt' OF CAmiroRAL CITY " Crrv o~ COAClilliLLA " CITY oi: Di;sm Hor SP.RINGS " CITY OF IMPW!I Wi;tLS Crrv OF INOIO " C1rv oF LA Qu1N'rA. Cirv oF PAtM Oosi;irr. C~�P PALM SPmNGS. CITY oi: RANQ!o MIRAGE� CQWrV ~�~~"" AGUA CAtl�Nlli BAND OF CAHUll.LA iNDIANS. CAllAZON BAND OF MISSION INl)WIS " " " TRANSPORTATION DEPARTMENT PROGRAM GOALS AND OBJECTIVES FISCAL �'YEAR !Q15/l6 The Work Plan for 2015/16 is separated into nine main program areas: 1) Transportation Department Operations " Transportation Program Adminis~on " Implementation of Transpo$tion Pfoject Prioritiza.tk>n Study (TPPS) " Capital fmprovtm'lentProgram.(f!JP) Update " . Other Transportatfeh Planning " Operations Management and Administration. This program area �perfaims primarily a.dnUnistrative functions wbi� consist of general transportation prognmi administrative activities and various transportation planning duties in supp.e:tt.aftJte�trattGpornttfonDqpartlp" -Co~lflltiQD of the 2015 update-of the� TPPl,c ~�.and Nexus .Study awl U�ple,m~tation of the Valley -wide Signal Sync~on prolJ;ani and�PrimNY sx>�Mderation this fiscal year: � '.{ftmaeiJ from Measure~� './JUMJ.f; amJ. ~ve Th~rt.atttl.11 Progra:11t: f'1{11Ji1) �''I Includes staff ti.me to oedddA ��Pl'~ . ev~t. (#~,. ,~ental, c0nsttuction an4 clo.$e-oijt~~ preparation of rlim0tu8~t agteOtUents for regional artfllrial pwj~~ ~Vitw 311d approval oiN8" JUli�D~ ~tdanc" with project scope of wptk and participa,ti.on ~imrpjtQI de-Y$pment team mfllclings and associated. ~tQ;f.f tepl)rts.i . (Funded from Measure 4. ~~l:/f;'p;t,111.ij S}1.f!<;/t1l 'Pr@r:flPl+FwlriJ) ���cyJ.�t,.IJ!k:f.:roje~t<De.~~l!mat9$~9R" ~-tJ;\f. eet-iJIWe1 )~~'.T\.~""" ;' . . OJ . . . � 6'""~"'~"" 4\!>1.~.w.~"!PI " �C.~tf'16w1 ~ 1 ''-/ " � erant't?Obditil>Ii'M~tGtiJJr � Includes ~ ti.me to lmh<l'tmt }R'0j"eet oversifiht of coasulW>.t iiervices .~eliminmj ehVlfonm'.ental '001nf>lime" an6.plmsed� G011S" otkm.~)t:~ew of project. "bfiJl\Ip; 'J>lti'.tieJ.pa~iQb. m .. project. :de'VeJl~t "*11 ~ and preparation of'anooi!ted.~. D,evelepmg tb.i proposed "spl.J@" pf lJte C\'Link and the funding of tlleir construction is an added coll$ideration this flscal year. (Funded from Riverside County Regienal Park IJll.d Open Space District Grant, Caltratzs En:virohm~ntal Jtistice (}rant, Califomta Slrategic Growth Council Grant, PP&M. LTF. Sentinel Project AQMD Grant and Measure A) 159 4) Riverside County Trgsvortatiop Cpmmission IBCTC) Programs • Congestion Management Program/System (CMP/CMS) • RCTC Technical Advisory Committee • SB 821 • Coachella Valley Rail Program Includes staff time to support the Riverside County Congestion Management Progfain; analysis of traftic pattems through the traftio oount progra:D.l; provide RCTC staff regional transportation project infonna.tiQn fox the State .,Regional Transportation Improvement Program (RT]]?); sl;lpport the RCTC Technical Advisory Committee; Coachella Valley Passenge,:: l9lil S.ecyice Development Plan. (Ftm.dedfoo1t1lffF, STA, Proposition JB [one~timefund.s] and TUMFJ 5) · PkmtpBf;iPt;s!&lll!ming:andMo!litoring Program. ·. • Rl!gional ~ortation Improvement Ptogra::m/State Tnmspo@J,tion improvmn•Piogra:D.l(l{TiP/STIP) · , • 'f1$· ~ ·ll)c1ftd•* 'Mil.ff1:tbtie in support of the State ~Ro@J,tio~, 1 :fpi~ovemmt Program (STIP) and Regional Transportation Improvement Progra:D.l (RTIP), support in imglementation ~dl'Pdltillgof .t.k~ ~v ~1 7:~0~. lwj . ·uzaµ!'n • Study (TPPS), ooordh:m.tion of updates to the C~glt~ 1Jlp.1m~ . . '(PiP), ;md mmritoring and ~a.mining impacts of itnpl~witgig S~;,~• :JlP~, aetivi~ support the regiQna! proj~t c0DS~flQ;, 1:fU1•)~ wQi~ il)~ud~ ~Wtie to 4evel0p an annual prion~et ljst of oonstru.ction projects and required financial :resources. f/!fWJedfratflfffllliM~:.a.~ M.r1~re 4.) 6),··~~ _. .. · ' ··-~IDS.Wee,,. • · .. 1'IQportation Model • 'Dftlift 1Ttaffi6 ij!w1lf Pro~ This area involves support to m1fltipl~,~~/11vith· a.JQCQij· f!>n ~~y1 woject ~. These areas include ataff time and pmject map.agement to IJmi.l•.tp: a,Qf;t,}lr9.vide mput for GIS Infonnation Stn'Vices, the countywide transpq~tio»· ti~d w.odel, the regional artefial . traffic count program, and transpprt;Jtiqn.~~~~ rQview and anal}'sis. GIS Information Services includes staff time to prQvide regional land use tilf0tmati0n ' to CV.A.((;·· j:mtisdietioiu, developers, SOAG . and . O~ans. The · aelni~de tmnsp~@J,ti.Gn 1 mo(fel inY()lyes support for th~ ·Ji.IVTi\?v.f ~ortation ·all.el :for forecaStingRtojected tnmsponetion syst~· qeeds t~1·the year~pg:9. • (FutUJed from;. Me~11e:.A, TUMIJ. and '8,pecial ho gram l!''IJ.nds) 160 • " " " 7) Congestion Management /Air Quality: Programs " CM/ AQ Programs " Conformance with SIP requirements Involves Transportation Department staff support to CMAQ program areas. Also includes implementation of State Implementation Plan (SIP) conformance to CV AG regional projeets. (Funded from CMAQ and Measure A) 8) Transportation Uniform Mitigation Fee CfUMF) frogram " TUMF Program Administration " TUMF/GIS Interface " TUMF Audits Includes staff time in support of the TUMF program and TUMF/GIS Interface program. TUMF program activities include staff time to monitor the implementation of the TUMF program m member jurisdictions, to perform annual fiscal reviews of building pemijts a.nu TUMP ooll.ections, to research, analyze and prepare reports for TUMF ap'peals. to onter TUMF coll~ons m the TUMF data base, to meet with developers on reques~ to review po.tential TUMF assessments, and to perform special TOMF analysis on reqlt" ~ ~/GIS Interface program requires support for sq~ the develop~ of <in~$ the TUMF collection process with el~cWnic ~on.of 11.ew~lopmont in&rmation for land use coverages. (Fundedfr(Jm��TflMP:J� 9) Qqyemmen~Isn,lln~;D;All~~ " Southern C~AS~~"c1atton of Governments (SCAG) The SCAG program inol�dei staff time to coordinate the CV AG sub-region SCAG Progngn n~, Ul'v,~op .mmual growth projections, provide input to the FecJ.eral Regional . TtansPOrtation Plan, and assist SCAG with transportatioll modeling refinements. A(\dition~y staff performs specific transportation project wodc for SCAG. (Funded from Special Progra.m Fun~) " Special Projeets. Some proposed projects may involve general fund money or special grants. Any project not alread,y a ~ of the regUlar work programs, will be brought through the committee prQcess for approval of the proposed work. (Funded from Special Grant fan~) 161 " . AGENDA ITEM 13 . " " " " " RIVERSIDE COUNTY TRANSPORTA T/ON COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Robert Yates, Multimodal Services Director THROUGH: John Standiford, Deputy Executive Officer Authorization to Execute the Funds Transfer Agreement and Approval of SUBJECT: Amendment for Forecasting Services with HDR, Inc. and Bridge Funding for the Coachella Valley -San Gorgonio Pass Rail Corridor Service Development Plan STAFF RECOMMENDATION: This item is for the Committee to: 1) 2) 3) Authorize the .Executive Director to execute the Caltrans Division of Rail {Caltrans) fund transfer agreement; Approve Agreement No. 14-25-072-01, Amendment No. 1 to Agreement No. 14-25-072-00, with HDR, Inc. {HDR) for rail forecasting services, for an additional amount of $69,450, and a total amount not to exceed $1,917,095, with bridge funding f~om Coachella Valley Rail fund reserves in advance of Commission receipt of Federal Railroad Administration (FRA) grant funds; and Forward to the Commission for final action. BACKGROUND INFORMATION: In May 2014, the Commission awarded Agreement No. 14-25-072-00 to HDR to perform preliminary analysis work on the Coachella Valley-San Gorgonio Pass Rail Corridor Service Development Plan. The HDR proposal and scope of work encompassed both Phase 1 and Phase 2 of the project; however, the Commission was only able to award the Phase 1 work in an amount not to exceed $1,847,645 due to funding constrai.nts. After HOR initiated work on Phase 1, staff became aware of a FRA grant funding opportunity and proceeded to work with HDR and Caltrans on an application to secure additional funds for the Phase 2 portion of the work. Caltrans and the Commission were notified by the FRA in April 2015 that the grant application was successful and that $2,982,050 in additional grant funds would be dedicated toward completion of the study . Agenda Item 13 162 DISCUSSION: While the Commission and HOR will be responsible for the Phase 2 portion of the work, the Commission is not the lead agency. Caltrans, having standing as the appropriate state agency for intracounty rail service, will technically be the recipient of the FRA funds and will execute the FRA required grant agreement documents. These grant documents will be prepared by Commission staff and HOR. Upon FRA approval of the grant documents, Caltrans will then execute a fund transfer agreement with the Commission in order to reimburse the Commission for the work. Staff expects that FRA will execute its agreement with Caltrans in the November/December 2015 timeframe and for the fund transfer agreement with the Commission to be in place by January 2016. The fund transfer agreement to be executed between the Commission and Caltrans will be in the same amount of grant funds as those awarded to the project by the FRA. Caltrans will reimburse the Commission for the costs related to the work performed. Staff requests the Executive Director be given the authority to execute the fund transfer agreement to be developed pursuant to review by legal counsel. This will allow for a seamless transition between Phases 1 and 2 of the project study without undue delay. Staff will also continue to report back to the Commission on the status of all agreements as that information becomes available. Prior to the Commission receiving the fund transfer agreementfrom Caltrans, work on Phase 2 . . . will be required of HOR related to preparation of the statement of work, budget, and schedule. Additionally integration of Phase 1 documents and deliverables into the Phase 2 portion of the study is required. Accordingly, staff recommends an amendment to the agreement for a limited scope of work related to Phase 2 for an additional amount.of $69,450. Staff yvi11 return at a later date for another amendment related to the full scope of Phase 2 work. Staff proposes using Coachella Valley Rail Reserve funds to fund HDR's services. Since the FRA grant requires a local match in the amount of $1,102,950, staff intends that this amendment and related funding be considered as partially fulfilling the FRA local match requirement. Funding for this work is available in the Commission's FY 2015/16 rail department budget, and a budget adjustment is therefore not required. Financial Information In Fiscal Year Budget: J Yes Year: I FY 2015/16 Amount: I $69,450 Source of Funds: I Coachella Valley Rail fund balance Budget Adjustment: I No GL/Project Accounting No. 454199 65520 245 25 65520 Fiscal Procedures Approved: ~~ I Date: I 08/18/2015 Agenda Item 13 163 • • • " " " " ~ AGENDA ITEM 14 ' 1 ' ' ' 1 _,, '-------~ -~~ " RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: August 24, 2015 TO: Budget and Implementation Committee FROM: Aaron Hake, Government Relations Manager THROUGH: John Standiford, Deputy Executive Director SUBJECT: Federal and State Legislation Update STAFF RECOMMENDATION: This item is for the Committee to: 1) Receive and file an update on federal and state legislation; and 2) Forward to the Commission for final action. BACKGROUND INFORMATION: Federal Update " Congress Funds TransportdtiOn Through October 29 " Congress scrambled to complete a short-term funding patch for the federal surface transportation program before adjourning for its summer recess. In cobbling together .several non-transportation related funding sources to keep the lights on for three more months, Congress was able to raise the perennial funding shortfall to national media attention. With Senate vs. House disagreements supe~seding Republican vs. Democrat disputes, the last minute showdown brought to the forefront the inadequacy of this nation's reliance on the gas tax and the political desire to address long-term infrastructure investments. The Senate appeared to coalesce around Developing a Reliable and Innovative Vision for the Economy Act {DRIVE Act), which cleared the Environment & Public Works Committee unanimously earlier in the summer. The House Transportation & Infrastructure Committee is expected to markup its own reauthorization bill in September or October. With very few working days remaining in the fall before the October 29 deadline to extend current funding and authorization for transportation programs, both chambers will need to move quickly towards a conference committee upon returning from recess . Agenda Item 14 164 State Update State Legislature's Special Session on Transportation Heats Up At the time this report was written, the Legislature was preparing to return to Sacramento to begin its final month of lawmaking. Through the end of August, the Legislature and Governor will work towards a new transportation funding package to address road maintenance and goods movement. A coalition of labor, the California Chamber of Commerce, cities, counties, and the construction industry formed the "Fix Our Roads Coalition" to continue the momentum in the Capitol for action on transportation funding. The challenge to any package, which will include drivers paying more for use of their vehicles, is that it will require a two-thirds vote of both the Assembly and Senate. To demonstrate on-the- ground political support for legislative action, many cities and counties adopted resolutions of support for the Fix Our Roads Coalition priorities. Attached is a letter the coalition sent to the Legislature. A status report on the Special Session from the Commission's Sacramento advocate, Mark Watts, is also attached. The Commission will weigh-in on specific bills and proposals according to the six funding principles adopted by the Commission in May. Assembly Transportation Chair Jim Frazier visits The Commis$ion and Coachella Valley Association of Governments The Com.mission and Coachella Valley Association of Governments (CVAG) were honored to hqst Assembly Member Jim Frazier (D-Oakley), Chair of the ,Assembly Transportation Committee, and his chief committee consultant Janet Dawson. Chairman Frazier is on a statewide listening tour to understand the transportation successes and needs of various regions so that he is in a better p.osition to advocate on the Commission's behalf in Sacramento. Chairman Frazier toured the State Route 91 Corridor Improvement Project (91 Project), including the project headquarters office to observe design-build public-private collaboration in action. The Chairman also visited the Perris Valley Line construction site and UC Riverside's College of Engineering-Center for Environmental Research and Technology (CE-CERT). CVAG and Assembly Member Eduardo Garcia hosted several tours and· meetings for Chairman Frazier in the Coachella Valley, including a focus on the Interstate 10/Jefferson Interchange, CV Link, the city of Coachella, and environmental justice issues related to infrastructure in the eastern valley. Several Commissioners participated in the visit by Chairman Frazier. Commission staff has several follow-up action items related to the Chairman's visit that may eventually lead to policy action in Sacramento. The Chairman made it clear he intends to maintain a close relationship with agencies such as the Commission and he remains accessible to Commissioners going forward. Agenda Item 14 165 • • • " " " Additionally, this summer the Commission had the privilege to showcase the 91 Project to Senator Richard Roth (D-Riverside) and Assembly Member Eric Linder (R-Corona). Congressman Ken Calvert (R-Corona) will be visiting the project site later in August. These visits are intended to demonstrate to policymakers how the Commission is delivering on commitments and partnerships with state and federal agencies, and highlighting the innovation that can result from empowering regional agencies such as the Commission to deliver transformative projects using tools such as design-build. Attachments: 1) Legislative Matrix 2) Fix Our Roads Coalition Information 3) Special Session Update from Mark Watts Agenda Item 14 166 " I ATTACHME " RIVERSIDE COUNTY TRANSPORTATION COMMISSION -PO ONS ON STATE AND FEDERAL LEGISLATION -August 2015 AB 4 (Linder) AB 194 (Frazier) AB218 (Melendez) This bill would bring truck weight fees back to transportation accounts and would In committee: Set, first hearing. prohibit weight fee revenues from being transferred from the State Highway Hearing canceled at the request Account to the Transportation Debt Service Fund, the Transportation Bond Direct of author. (April 9). Payment Account, or any other fund or account for the purpose of payment of the debt service on transportation general obligation bonds, and would also prohibit loans of weight fee revenues to the General Fund. This bill provides a uniform, less-political process for tolling projects to be From committee: Do pass and reviewed and approved by the state. Today, each tolling project must be re-refer to Com. On APPR. approved via a bill in the Legislature. AB 194 provides the California (Ayes 10. Noes 0.) (July 14). Transportation Commission (CTC) with the authority to review and approve tolling projects, subject to specified conditions that provide for public transparency and collaboration between state and regional governments. The most important aspect of this bill is it rests decision-making authority over tolling projects with the governmental entity financially responsible for the project. The bill is sponsored by the Self-Help Counties Coalition, of which the Commission is a member. This bill allows for the relinquishment from state to local control of State Route 741 In committee: Referred to in the area between the cities of Lake Elsinore and Perris. This bill is sponsored by APPR. Suspense file. (July 6). the county of Riverside and is championed by First District Supervisor and Commissioner Kevin Jeffries. AB 914 (Brown) I AB 914 authorizes San Bernardino Associated Governments (SANBAG) to I R~ad seco.nd time. Ordered to implement tolling on Interstate 10 and Interstate 15 within .the County of San third reading (July 14). AB 1171 (Linder) Bernardino. The bill contains language that requires cooperative agreements . between SANBAG and the Commission prior to construction commencing on I From committee: Do pass (Ayes SANBAG�, 1 15 . � 5. Noes 2.). (July 13). s -project. This bill authorizes the widespread use of an. alternative contracting method known as construction manager/general co.ntra.ctor (CM/GC) for projects not on the state highway system. Like design-build, CM/GC offers a streamlined private sector risk-transfer in project delivery that is capable of saving time and money on complex transportation projects. In short, CM/GC allows a project sponsor (such as the Commission) to enter into a preconstruction contract with a private entity to provide services that assist in preparing a design and schedule for the project, while reserving the option to allow that contractor to bid on the actual construction of the project. 167 In Assembly. Concurrence in Senate amendments pending. May be considered on or after August 14 pursuant to Assembly Rule 77. (July 16). SUPPORT 3/11/15 SUPPORT 3/11/15 SUPPORT 3/11/15 SUPPORT 4/08/15 SUPPORT 4/08/15 SB 39 (Pavley) SB 321 (Beall) • H.R. 2497 creates a program to be administered by the u:s. Secretary of Transportation that eliminates duplicative environmental reviews and approvals of transportation projects under state andfederal laws. Importantly, the bill sets a 90-day deadline for the Secretary to render a decision on applications for the program. This bill raises the maximum number of green stickers issued by the Department of Motor Vehicles (OMV) for plug-in hybrid vehicles, which all()w those vehicles to travel in high-occupancy vehicle (HOV} lanes regardless of the number of occupants. SB 39 raises the cap to 85,000 .. This bill represents a 112 percent increase in green stickers over a two-year period. The green sticker program expires on January 1, 2019. This bill allows the BOE to adjust the price-based excise .tax using a five-year forecast period instead of just a one-year period, thereby reducing the impact of short-term disruptions in fuel prices. SB 321 also extends the revenue-neutrality requirement to cover a three-year period instead of just one year, offering another opportunity for the BOE to smooth-out dramatic revenue swings. Finally, the bill allows the BOE to adjust the price-based excise tax every quarter, rather than once per year. • Referred to House subcommittee on Highway and Transit. (May 22). Referred to House subcommittee on Water Resources and Environment. (May 22). In Assembly. Read first time. Held at Desk. (May 7). Referred to Com. On TRANS. (May22). July 13 set for first hearing. Placed on REV. & TAX. Suspense file. (July 13). OPPOSE 6/10/15 SUPPORT 3/11/15 • ATTACHMENT 2 rJ!ll CALIFORNIA • '~ IWAllCE ~if FORJOBS ' California Business Roundtable ({C) California Business Properties Association July 30, 2015 Governor Jerry Brown e '.''• : ( ~ J ', 1,_,, ~ ; l ,.,, f CBIR. ORANGE COUN1Y BUSINESS COUNCIL Senate President pro Tempore Kevin de Leon Assembly Speaker Toni G. Atkins ~RC I.AMT~ • Senate Minority Leader Bob Huff Assembly Minority Leader Kristin Olsen Re: Coalition Framework to Increase Funding for Transportation in Special Session Dear Governor Brown and California Legisl;;itive Leaders: Our organizations representing local government, business, labor and transportation advocates believe it is imperative that a legislative solution be reached during the special session that results in a robust and meaningful dent in California's transportation funding shortfall. It is a critical issue that cannot wait to be ;;iddressed. Our roads continue to deteriorate as inadequate funding to deal with deficiencies creates safety hazards, costs motorists money and leaves Californians stuck in gridlock. Our broad coalition has come together in support of the following prior:ities and funding sources inextricably linked with accountability and reforrm measures, which we believe should be the basis fodegislation addressing this critical issue for California. We urge you to support these priorities as you debate policies and funding sources for California's streets and roads'. •• 1. Make a significa.nt investment in transportation Infrastructure. If we are to make a meaningful dent that demonstrat.~s tangible benefits to taxpayers and drivers, any package should seek to raise at least $6 billion annually and should remain in place for at least 10 years or until an alternative method offunding our transportation system is agreed upon. 2. Focus on maintaining and rehabilitating the current system. Repairing California's streets and highways involves much more than fixing potholes. It requires majbr road pcivement overlays, fixing unsafe bridges, providing safe access for bicyclists and pedestrians, replacing sto.rm water culverts, as well as operational improvements that necessitate, among other things, the construction of auxiliary (More) 169 CALCIMA . ~,..---•-...m.«--------ACEC Ot/ifomiA ;<$( lntematlonal COUncll DI Shopping Centers NAIOP COMMERCIAL RIAL UTllT£ OEVllLOPMlllT A8$0CIATIO# -•l'OM. .. _IA. sira Solar Turbines A CiftrJIJ/ar c.nn,ay 3 . 4. lanes to relieve traffic congestion choke points and fixing design deficiencies that have created unsafe merging and other traffic hazards. Efforts to supply funding for transit in addition to funding for roads should also focus on fixing the system first. Invest a portion of diesel tax and/or cap & trade revenue to high-priority goods movement projects. While the focus of a transportation funding package should be on maintaining and rehabilitating the existing system, California has a critical need to upgrade the goods movement infrastructure that is essential to our economic well-being. Establishing a framework to make appropriate investments in major goods movement arteries can lay the groundwork for greater investments in the futur·e that will also improve air quality and reduce greenhouse gas emissions. Raise revenues across a broad range of options. Research by the California Alliance for Jobs and Transportation California shows that voters strongly support increased funding for transportation improvements. They are much more open to a package that spreads potential tax or fee increases across a broad range of options rather than just one source. Additionally, any package should move California toward an all-users pay structure in which everyone who benefits from the system contributes to maintaining it -from traditional gasoline-fueled vehicles, to hybrids, alternative fuel and electric vehicles, to commercial vehicles. Our coalition supports: • Reasonable increases in: o Gasoline and diesel excise taxes. o Vehicle registration and vehicle license fees. • Dedicating a portion of the cap and trade revenue paid by motorists at the pump to transportation projects that reduce greenhouse emissions. • Ensuring existing transportation revenues are invested in transportation- related purposes (i.e. truck weight fees and fuel taxes for off-road vehicles that are currently being diverted into the general fond). • User charge for electric and other non-fossil fuel powered vehicles that currently do not contribute to road.upkeep. 5. Equal split between state and local projects. We support sharing revenue for roadway maintenance equally (50/50) between the state and cities and counties. Funding to local governments should be provided directly (no intermediaries) to accelerate projects and ensure maximum accountability. 6. Strong accountability requirements to protect the taxpayers' investment. Voters and taxpayers must be assured that all transportation revenues are spent responsibly. Authorizing legislation should: 170 (More) • • • " " COtf&TftUCTION " Constitutionally protect transportation revenues for transportation infrastructure only. Time and again (Prop 42, 2002; Prop lA, 2006; Prop 22, 2010}, voters have overwhelmingly supported dedicating and constitutionally protecting transportation dollars for those purposes. We strongly support protections that prohibit using transportation dollars for other purposes. " Repay existing transportation loans and end ongoing diversions of transportation revenues, including approximately $850 million in loans to the general fund and the annual loss of approximately $140 million in off- highway vehicle fuel taxes. " Establish performance and accountability criteria to ensure efficient and effective use of all funding. All tax dollars should be spent properly, and recipients of new revenues should be held accountable to the taxpayers, whether at the state or local level. Counties and cities should adopt project lists at public hearings and report annually to the State Controller's Office regarding all transportation revenues and expenditures. Local governments should also commit to ensuring any new revenues supplement revenues currently invested in transportation projects. Both Caltrans and local governments can demonstrate and publicize the benefits associated with new transportation investments. " Caltrans reform and oversight. To increase Caltrans effectiveness, provide stronger oversight by the state transportation commission of the programs funded by new revenues and establish an Inspector General office to provide accountability. Reduce Caltrans administrative budgets through efficiency reviews with all savings to be spent on road improvements. " Expedite project delivery. More should be done to streamline project delivery, including but not limited to: o Establishing timelines for actions required by state agencies and eliminating other permit delays. o Increased implementation of alternative delivery systems that encourage more investment from the private sector. o Reforms to speed project completion. 7. Provide Consistent Annual Funding Levels. Under current statute, the annual gas tax adjustment by the Board of Equalization is creating extreme fluctuations in funding levels --a $900 million drop in this budget year alone. A transportation funding package should contain legislation that will create more consistent revenue projections and allow Caltrans and transportation agencies the certainty they need for longer term planning. While this change would not provide any new revenue to transportation, it would provide greater certainty for planning and project delivery purposes. We believe these priorities represent a solution to begin to address our transportation funding shortfalls, resulting in real projects at both the state and local level. We look forward to working with you over the coming weeks as a transportation package is finalized . (More} 171 " " " Sincerely, Jim Earp Executive Consultant California Alliance for Jobs Matt Cate Executive Director California State Association of Counties Chris McKenzie Executive Director League of California Cities Cesar Diaz Legislative Director State Building and Construction Trades Council Bob Alvarado Executive Officer Northern California Carpenters Regional Council Oscar De La Torre Business Manager Northern California District Council of Laborers Russ Burns Business Manager Operating Engineers Local 3 Brad Diede Executive Director American Council of Engineering Companies -California Mark Watts Interim Executive Director Transportation California Mark Breslin CEO United Contractors 172 Allan Zaremberg President and CEO California Chamber of Commer.ce Robert Lapsley President California Business Roundtable Rex Hime President and CEO California Business Properties Association Richard Lyon Senior Vice President California Building Industry Association Gary W. Hambly President and CEO California Construction and Industrial Materials Association Tom Holsman CEO Associated General Contractors of California James Camp President NAIOP CA, The Commercial Real Estate Development Association Chuck Shaw Western Regional Director International Council of Shopping Centers Lucy Dunn President and CEO Orange County Business Council Carl Guardino President and CEO Silicon Valley Leadership Group (More) Jerry Barton Chair California Rural Counties Task Force Bill Higgins Executive Director California Association of Councils of Governments Lisa Davey-Bates Chair North State Super Region Paul Smith Senior Legislative Advocate Rural County' Representatives of California Mike Ghilotti President Ghilotti Bros., Inc. James Halloran Manager, State Government Affairs - Western Region Caterpiflar 173 Daryl K. Halls Executive Director Solano Transportation Authority Dan Himick Director C.C. Myers, Inc. Mike Fuller CEO Mountain Cascade Craig Anderson Director Solar Turbines Steve Clark Vice President, Labor Relations Granite Construction Co. Rich Gates President Desilva Gates Construction • • • 1• • • Problem: California lacks adequate funding to fix crumbling roads, highways, bridges and transportation infrastructure. California's network of roads and highways are critical to our quality of life and economy. Yet the condition of our deteriorating network ofroads is staggering: • Our crumbling roads cost motorists nearly $600 a year per driver for vehicle maintenance. • California has the second highest share of roads in "poor condition" in the nation. • 58% of state roads need rehabilitation or pavement maintenance. • California has 6 of 10 cities with the worst road conditions in the nation. • 55% of local bridges require rehabilitation or replacement. • Nearly 70% of California's urban roads and highways are congested. • Without additional funding, 1/ 4 of local streets and roads will be in failed condition by 2024. Our state lacks adequate funding to address these critical deficiencies: • Local streets and roads face an estimated shortfall of $78 billion in deferred maintenance and an annual shortfall of $7.8 billion. • CalTrans faces a $59 billion backlog in deferred maintenance and an annual shortfall in the State Highway Operation and Protection Program (SHOPP) of $5. 7 billion . Solution: A responsible, accountable solution to fix our roads. A broad coalition of cities, counties, labor, business, public safety and transportation advocates has formed to meet the Governor's call to address California's chronic transportation infrastructure funding shortfall. During the 2015 special session on transportation, we support the following priorities: 1. Make a significant investment in transportation infrastructure. If we are to make a meaningful dent that demonstrates tangible benefits to taxpayers and drivers, any package should seek to raise at least $6 billion annually and should remain in place for at least 10 years or until an alternative method of funding our transportation system is agreed upon. 2. Fqcus on maintaining and rehabilitating the current system. Repairing California's streets and highways involves much more than fixing potholes. It requires major road pavement overlays, fixing unsafe bridges, providing safe access for bicyclists and pedestrians, replacing storm water culverts, as well as operational improvements that necessitate, among other things, the construction of auxiliary lanes to relieve traffic congestion choke points and fixing design deficiencies that have created unsafe merging and other traffic hazards. Efforts to supply funding for transit in addition to funding for roads should also focus on fixing the system first . 174 3. Invest a portion of diesel tax and/or cap & trade revenue to high-priority goods • movement projects. While the focu&, of a transportation funding package should be on maintaining and rehabilitating the existing system, California has a critical need to upgrade the goods movement infrastructure that is essential to our economic well-being. Establishing a framework to make appropriate investments in major goods movement arteries can lay the groundwork for greater investments in the future that will also improve air quality and reduce greenhouse gas emissions. 4. Raise revenues across a broad range of options. Research by the California Alliance for Jobs and Transportation California shows that voters strongly support increased funding for transportation improvements. They are much more open to a package that spreads potential tax or fee increases across a broad range of options rather than just one source. Additionally, any package should move California toward an all- users pay structure in which everyone who benefits from the system contributes to maintaining it -from traditional gasoline-fueled vehicles, to hybrids, alternative fuel and or electric vehicles, to commercial vehicles. Our coalition supports: • Reasonable increases in: o Gasoline and diesel excise taxes. o Vehicle registration and vehicle license fees. • Dedicating a portion of the cap and trade revenue paid by motorists at the pump to transportation projects that reduce greenhouse emissions. • Ensuring existing transportation revenues are invested in transportation-related • purposes (i.e. truck weight fees and fuel taxes for off-road vehicles that are currently being diverted into the general fund). • User charge for electric and other non-fossil fuel powered vehicles that currently do not contribute to road upk~ep. 5. Equal split.between state and local projects. We support sharing revenue for roadway maintenance equally (50/50) between the state and cities and counties. Funding to local governments should be provided directly (no intermediaries) to accelerate projects and ensure maximum accountability. 6. Strong accountability requirements to protect the taxpayers' investment. Voters and taxpayers must be assured that all transportation revenues are spent responsibly. Authorizing legislation should: • Constitutionally protect transportation revenues for transportation infrastructure only. Time and again (Prop 42, 2002; Prop lA, 2006; Prop 22, 2010), voters have overwhelmingly supported dedicating and constitutionally protecting transportation dollars for those purposes. We strongly support protections that prohibit using transportation dollars for other purposes. • Repay existing transportation loans and end ongoing diversions of transportation revenues, including approximately $850 million in loans to the general fund and the annual loss of approximately $i40 million in off~highway vehicle fuel taxes. 175 • " " " Strong accountability requirements to protect the taxpayers' investment (Continued) . " Establish performance and accountability criteria to ensure efficient and effective use of all funding. All tax dollars should be spent properly, and recipients of new revenues should be held accountable to the taxpayers, whether at the state or local level. Counties and cities should adopt project lists at public hearings and report annually to the State Controller's Office regarding all transportation revenues and expenditures. Local governments should also commit to ensuring any new revenues supplement revenues currently invested in transportation projects. Both Caltrans and local governments can demonstrate and publicize the benefits associated with new transportation investments. " Caltrans reform and oversight. To increase Caltrans effectiveness, provide stronger oversight by the state transportation commission of the programs funded by new revenues and establish an Inspector General office to provide accountability. Reduce Caltrans administrative budgets through efficiency reviews with all savings to be spent on road improvements. " Expedite project delivery. More should be done to streamline project delivery, including but not limited to: o Establishing timelines for actions required by state agencies and eliminating other permit delays. o Increased implementation of alternative delivery systems that encourage more investment from the private sector. o Reforms to speed project completion. 7. Provide Consistent Annual Funding Levels . Under current statute, the annual gas tax adjustment by the Board of Equalization is creating extreme fluctuations in funding levels --a $goo million drop in this budget year alone. A transportation funding package should contain legislation that will create more consistent revenue projections and allow Caltrans and transportation agencies the certainty they need for longer term planning. While this change would not provide any new revenue to transportation, it would provide greater certainty for planning and project delivery purposes . 176 " " " I Support the Fix Our Roads Coalition Principles for New Transportation Funding in the Legislative Special Session I Slable. Aeceunlallle FuDlg D Yes, I/my organization support(s) efforts to secure new sources of stable, accountable funding to fix California's highways and road infrastructure. I/we sign-on to join the "Fix our Roads" coalition and in support of the following principles that should guide the legislative special session on transportation. 1. Make a significant investment in transportation infrastructure. 2. Focus on maintaining and rehabilitating the current system. 3. Invest a portion of diesel tax and/or cap & trade revenue to high-priority goods movement projects. 4. Raise revenues across a broad range of options. 5. Equal split between state and local projects. 6. Strong accountability requirements to protect the taxpayers' investment. 7. Provide consistent annual funding levels . Please select a category: D Organization D Company D Elected official Company or Organization Name Name Title/ Occupation Street address City State Zip County Phone number Fax number E-mail Address Signature (Required) Date Email or fax this form to: acelesius@bcfuublicaffairs.com or 916-442-3510 (fax) 177 Proposed New Local Streets&Roads Funding (July 2, 2015) Estimated 2 Julv 2015 • RIVERSIDE COUNTY • SACRAMENTO COUNTY • Caf iforniaCityFi111.tJ.V1.Ce.cow. Page7 of11 178 " " " A RESOLUTION URGING THE STATE TO PROVIDE NEW SUSTAINABLE FUNDING FOR STATE AND LOCAL TRANSPORTATION INFRASTRUCTURE WHEREAS, Governor Edmund G. Brown, Jr. has called an extraordinary session to address the immense underfunding of California's transportation infrastructure; and WHEREAS, cities and counties own and operate more than 81 percent of streets and roads in California, and from the moment we open our front door to drive to work, bike to school, or walk to the bus station, people are dependent upon a safe, reliable local transportation network; and WHEREAS, the resulting 2014 California Statewide Local Streets and Roads Needs Assessment, which provides critical analysis and information on the local transportation network's condition and funding needs, indicates that the condition of the local transportation network is deteriorating as predicted in the initial 2008 study; and WHEREAS, the results show that California's local streets and roads are on a path of significant decline. On a scale of zero (failed) to 100 (excellent), the statewide average pavement condition index (PCI) is 66, placing it in the "at risk" category where pavements will begin to deteriorate much more rapidly and require rehabilitation or rebuilding .. rather than more cost-effective preventative maintenance if funding is not increased; and WHEREAS, if funding remains at the current levels, in 10 years, 25 percent of local streets and roads in California will be in "failed" condition; and WHEREAS, cities and counties need an additional $1. 7 billion just to maintain a status quo pavement condition�of 66, and much more revenue to operate the system with Best Management Practices, which would reduce the total amount of funding needed for maintenance in the future; and WHEREAS, models show that an additional $3 billion annual investment in the local streets and roads system is expected to improve pavement conditions statewide from an average "at risk" condition to an average "good" condition; and WHEREAS, if additional funding isn't secured now, it will cost taxpayers twice as much to fix the local systel.Jl in the future, as failure to act this year will increase unmet funding needs for local transportation facilities by $11 billion in five years and $21 billion in ten years; and 179 WHEREAS, modernizing the local street and road system provides well-paying construction jobs and boosts local economies; and WHEREAS, the local street and road system is also critical for farm to market needs, interconnectivity, multimodal needs, and commerce; and WHEREAS, police, fire, and emergency medical services all need safe reliable roads to react quickly to emergency calls and a few minutes of delay can be a matter of life and death; and WHEREAS, maintaining and preserving the local street and road system in good condition will reduce drive times and traffic congestion, improve bicycle safety, and make the pedestrian experience safer and more appealing, which leads to reduce vehicle emissions helping the State achieve its air quality and greenhouse gas emissions reductions goals; and WHEREAS, restoring roads before they fail also reduces construction time which results in less air pollution from heavy equipment and less water pollution from site run-off; and WHEREAS, in addition to the local system, the state highway system needs an additional $5.7 billion annually to address the state's deferred maintenance; and WHEREAS, in order to bring the local system back into a cost-effective condition, at least $7.3 billion annually in new money going directly to cities and counties; and THEREFORE,BEITRESOLVEDTHATTHE strongly urges the Governor and Legislature to identity a sufficient and stable funding source for local street and road and state highway maintenance and rehabilitation to ensure the safe and efficient mobility of the traveling public and the economic vitality of California. RESOLVED FURTHER, that the strongly urges the Governor and Legislature to adopt the following priorities for funding California's streets and roads. 1. Make a significant investment in transportation infrastructure. Any package should seek to raise at least $6 billlon annually and should remain in place for at least 10 years or until an alternative method offunding our transportation system is agreed upon. 2. Focus on ma,intaining and rehabilitating the current system. Repairing California's streets and highways involves much more than fixing potholes. It requires major road pavement overlays, fixing unsafe bridges, providing safe access for bicyclists and pedestrians, replacing storm water culverts, as well as operational improvements that necessitate the construction of auxiliary lanes to relieve traffic congestion choke points and fixing design deficiencies that have created unsafe merging and other traffic hazards. Efforts to supply funding for transit in addition to funding for roads should also focus on fixing the system first. 180 • • • " " " 3. Equal split between state and local projects. We support sharing revenue for roadway maintenance equally (50/50) between the state and cities and counties, given the equally-pressing funding needs of both systems, as well as the longstanding historical precedent for collecting transportation user fees through a centralized system and sharing the revenues across the entire network through direct subventions. Ensuring that funding to local governments is provided directly, without intermediaries, will accelerate project delivery and ensure maximum accountability. 4. Raise revenues across a broad range of options. Research by the California Alliance for Jobs and Transportation California shows that voters strongly support increased funding for transportation improvements. They are much more open to a package that spreads potential tax or fee increases across a broad range of options, including fuel taxes, license fees, and registration fees, rather than just one source. Additionally, any package should move California toward an all-users pay structure, in which everyone who benefits from the system contributes to maintaining it -from traditional gasoline-fueled vehicles, to new hybrids or electric vehicles, to commercial vehicles. 5. Invest a portion of diesel tax and/or cap & trade revenue to high-priority goods movement projects. While the focus of a transportation funding package should be on maintaining and rehabilitating the existing system, California has a critical need to upgrade the goods movement infrastructure that is essential to our economic well- being. Establishing a framework to make appropriate investments in major goods movement arteries can lay the groundwork for greater investments in the future that will also improve air quality and reduce greenhouse gas emissions. 6. Strong accountability requirements to protect the taxpayers' investment. Voters and taxpayers must be assured that all transportation revenues are spent responsibly. Local governments are accustomed to employing transparent processes for selecting road maintenance projects aided by pavement management systems, as well as reporting on the expenditure of transportation funds through the State Controller's Local Streets and Roads Annual Report. 7. Provide Consistent Annual Funding Levels. Under current statute, the annual gas tax adjustment by the Board of Equalization is creating extreme fluctuations in funding levels - a $900 million drop in this budget year alone. A transportation funding package should contain legislation that will create more consistent revenue projections and allow Caltrans and transportation agencies the certainty they need for longer term planning. ADOPTED this ___ day of ___ , 2015 . 181 ATTACHMENT 3 Smith, Watts &Hartmann, LLC. Consulting and Governmental Relations August 13, 2015 MEMORANDUM TO: RIVERSIDE COUNTY TRANSPORTATION COMMISSION FEOM: MARKWATIS SUBJECT: LEGISLATIVE UPDATE With the Legislative Summer Recess coming to a close this Friday, and the Legislature reconvening on Monday, August 1 ih, to attend to regular Session legislation as well as bills introduced in the two Special Sessions (Transportation and Medi-Cal), it is timely to catch up on activities over the past three weeks and take a look forward to the next month. Looking Forward. Senate Next week the Senate Special Session Committee on Transportation &:Infrastructure has scheduled a hearing on August 19th to take up 9 bills, starting with the centerpiece measure, SBX11 (Beall), which is largely based on his regular session transportation funding bill, SB 16. The revised version of this bill in(:reases the amount of funding raised to the $5 billion level for state and local roadway preservation purposes and not only proposes new higher gas and diesel taxes, but frames a new charge on vehicles to be collected in the manner of the current Registration Fee. Additionally, the bill provides a new process to replace the annual Board of Equalization Tax Swap adjustment; in its place, the bill resets the Tax Swap increment, currently at 12 cents per gallon (CPG) since July 15 \ to 17 CPG, and adds a triennial CPI adjustment. Another key change to SBX11 is that it does not include VLF as part of the funding. Additionally, the remainder of the bills to be heard on August 19th, comprise key elements of Senate Republican Caucus reform measures: • SB Xl 3 (Vidak) HSR Bonds. Amends HSR bond funding initiative (and requires a general vote) to redirect HSR Bond funds to repair or construct highways and local streets and roads. • SB X1 9 (Moorlach) Department of Transportation. Prohibits Caltrans from using temporary funding (e.g., bonds) to support permanent positions; mandates increased contracting for engineering services. • SB X110 (Bates) Regional Capital Improvements. Converts STIP to block grants based on 925 L Street, Suite 220 • Sacramento, CA 95814 Telephone: (916) 446-5508 • Fax: (916) 266-4580 county shares; retains CTC oversight, but their programming role is discontinued. • SB Xl 11 (Berryhill) CEQA exemption, road improvements. Exempts road repair and maintenance on existing rights of way from CEQA, for both state and local roadways. • SB Xl 12 (Runner) Transportation Commission. Makes the CTC independent and authorizes CTC to approve the Department's individual repair and maintenance projects. • SB Xl 13 (Vidak) Inspector General. Creates a position of Inspector General to assure that Caltrans and HSRA operate efficiently, effectively, and in compliance with federal and state laws. • SB Xl 14 (Canella) Public Private Partnerships. Eliminates the sunset provision that allowed RTPAs and Caltrans to enter into PPPs. • SCA Xl 1 (Huff). Guarantees that transportation taxes are used for transportation purposes. Of special note, this initial hearing will not cover the two Senate Special Session bills sponsored by the California Transit Association (CTA) to increase revenues for transit capital and operating purposes. In the Senate, these bills are: • SB Xl-7 (Allen) Diesel sales tax. Increases sales and use tax on diesel from 1.75% to 5.25%. These revenues are appropriated by formula to public transit. • SB Xl-8 (Hill) Public transit funding. Doubles cap and trade appropriation for"Transit and Intercity Rail Program (to 20%) and Local Carbon Transit Program (10%). Assembly Although not reflected in the latest Assembly Daily file, it is anticipated the Assembly will follow the Senate lead and set their Special Session Committee on Transportation & Infrastructure for hearing soon. In the meantime, the Assembly Leadership has been organizing a series of three Legislative Roundtables to be conducted beginning next week, carrying over to the following week. These are slated to be in Walnut Creek, Los Angeles and Fresno. Leadership, committee members and local legislators will be in attendance, as will representatives from the administration and local community leaders. The goal is to raise awareness of the Transportation crisis as well as to prompt suggestions for solutions. Fix Our Roads Coalition Funded by CSAC, the League of Cities and the Alliance for Jobs, this group was founded around seven key principles: 1. Make a significant investment in transportation infrastructure: (target of $6 billion) 2. Focus on maintaining and rehabilitating the current system. 3. Invest a portion of diesel tax and/or cap & trade revenue to high-priority goods movement projects. 4. Raise revenues across a broad range of options. 5. Equal split between state and local projects. 6. Strong accountability requirements to protect the taxpayers' investment. 2 7. Provide Consistent Annual Funding Levels: (this addresses the annual Tax Swap adjustment}. After delivering the coalition principles in letterform to the Governor and legislators, a press briefing was conducted this week, which I participated in, to provide a deeper background understanding of the funding crisis and the Coalition's principles for the benefit of the media. Additional activities planned by the Coalition include: • In district meetings. Over the recess, in district meetings with key legislators have been conducted with local government, business and labor and asking that the coalition principles guide legislative negotiations. • Online & Digital Advertising. Also, to maximize with the attention that came from the principles launch and distribution, the coalition initiated a website and posting banner advertising on the most frequented political web sites. • Op-eds. Throughout August, the coalition will target the placement of localized op-eds highlighting specific regional needs. • Local government/third party support. The League and CSAC continue to work with their members to pass resolutions in support of coalition principles. They will continue to also reach out to local organizations, such as local chambers, to join the Fix Our Roads coalition. 3