COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS
NOTICE INVITING PROPOSALS
PROFESSIONAL SERVICES
MONROE STREET INTERCHANGE PROPORTIONATE COST SHARE ANALYSIS
.
PUBLIC NOTICE IS HEREBY GIVEN that proposals will be received by the Coachella Valley Association of
Governments ("CVAG"). CVAG invites proposals for the above stated services and will receive such proposals only by email no later than 2:00 p.m. PDT on November 25, 2025.
Proposals shall be submitted to procurement@cvag.org.
CVAG is a joint powers authority (JPA) formed in 1973 with the purpose of coordinating and improving the planning and delivery of governmental responsibilities common to all member entities within the local region. CVAG consists of representatives of ten cities, one county, and four Native American tribes.
Historically CVAG has leveraged funds from Measure A, a voter approved measure designed to finance regional highway projects. Under CVAG's policy of funding regional projects, CVAG administers funds for eligible projects undertaken by its member jurisdictions, the cost of the eligible project is split into a "Local Share" and a "Regional Share." The "Regional Share," paid by CVAG from regional funds, for the Monroe Street Interchange project is equal to seventy-five percent (75%) of eligible costs.
All remaining costs constitute the "Local Share", equal to twenty-five percent (25%). For interchange projects, CVAG has established, through past projects, a process for distributing the Local Share proportionately between
jurisdictions based on projected traffic volumes.
CVAG is seeking to retain a qualified professional
consultant to perform a proportionate share cost analysis for the Monroe Street/Interstate 10 Interchange project. The purpose of the analysis is to determine, for each
jurisdiction contributing local trips to the interchange, a proportionate share of the 25% Local Share. Impacted
jurisdictions that have been identified as likely contributing to the interchange are the County of Riverside and the cities of Indio and La Quinta, but other cities may be included based on the analysis. Factors that affect the proportionate share include, but are not limited to, the following:
1. The City limits at the time of the study.
2. Local trips so that through trips (trips originating and ending outside the Coachella Valley) are not counted.
3. Shares will be based on current and future (2045) traffic attributable to the interchange from each contributing jurisdiction.
Based on the factors outlined above, the consultant will determine an updated percentage share for each affected jurisdiction for the Monroe Street interchange project. The consultant shall use the Riverside County RIVCOM travel demand model for determining traffic volumes and shall have experience with TransCAD software. The consultant will use the updated RIVCOM model that CVAG has
recently completed for a regional VMT Study. A report will be prepared containing the findings and recommendations of the consultant.
The consultant will conduct the following tasks:
· Project Management.
· Engagement meetings with member jurisdiction Public Works Directors, City Engineers, and Planning Directors.
· Draft findings and recommendations report.
· Refined findings and recommendations report based on comments received during discussions with CVAG and
jurisdiction staff.
· Present findings and recommendations to CVAG's
Transportation Committee and the Executive Committee. Each meeting is expected to last no more than two hours.
· A final report addressing feedback received from
Transportation and Executive Committees. The report will be in a Microsoft Word/Excel format.
CVAG is seeking to retain a qualified professional
consultant to conduct a Project Study Report-Project
Development Support (PSR-PDS) Project Initiation
Document of the CV Link Mecca/North Shore extension. The document will inform CVAG and stakeholders of the
alignment options, including early environmental,
right-of-way, design, potential costs, constructability
challenges, and provide a foundation for CVAG to pursue state and federal funding for subsequent phases of the project.
CVAG requires that all firms obtain the full content of this Request for Proposals (RFP) and any addenda via CVAG's website located at www.cvag.org/proposals.
Proposals will be evaluated and ranked in accordance with the Request for Proposals. The final ranked firms must be willing to sign an agreement with the terms and conditions required by CVAG in the Request for Proposals and
attachments.
All questions must be put in writing and must be emailed to procurement@cvag.org and received by CVAG on November 13, 2025, up to the hour of 4:00 p.m. PDT. Please note that all addenda will be published on the CVAG website.
Proposers are encouraged to check the CVAG website
regularly since each Consultant will be responsible for downloading the RFP and any addenda.
Consultants that have provided contact information will receive notification of any addenda.
CVAG reserves the right to conduct interviews to better evaluate the proposers. If interviews are conducted, CVAG will notify the short-listed proposers of the date, time and location.
The award of this contract is subject to the available budget adequate to conduct the provisions of the proposed
agreement including the identified scope of work. CVAG reserves the right to reject any or all proposals determined not to be in the best interest of CVAG.
November 7, 9, 16 2025
LYRK0401686