ABOUT THE PROJECT
The Prioritization and Regional Investment Strategy Model (PRISM) is an initiative led by the Old Colony Planning Council to establish a structured, data-driven framework for prioritizing and advancing regional infrastructure investments. From October 2025 through March 2028, the PRISM initiative follows a structured, three-phase schedule designed to ensure systematic planning, implementation, and evaluation. PRISM’s core objective is to improve transparency, efficiency, and accountability in how transportation and capital improvement projects are identified, evaluated, and implemented across the Old Colony region.
The model supports a unified decision-making process that integrates federal, state, and local priorities through performance-based evaluation, fiscal alignment, and stakeholder engagement. PRISM will strengthen the region’s competitiveness for future funding opportunities while providing clear criteria for prioritizing projects that promote safety, sustainability, and economic vitality.
Key activities currently underway include finalization and posting of the project’s Request for Proposals (RFP), staffing and committee buildout, development of the PRISM website, purchase tracking systems, and coordination of a public launch event with federal and state partners. Together, these steps establish the foundation for a long-term regional investment model that aligns local goals with state and national infrastructure priorities.
With a total project cost of $1,990,620, this program represents a significant opportunity to modernize how transportation investments are planned, ranked, and communicated—ensuring that public funds are directed toward projects that meet regional needs and long-term objectives.
PRIORITY OBJECTIVES
SAFETY
We prioritize reducing the number and severity of crashes through the Old Colony Safety Management System (OCSMS) and adoption of federal Safety Performance Management Measures (PM1). By tracking key metrics—such as fatalities, serious injuries, and non-motorized crashes—we set data-driven safety targets and implement effective strategies in partnership with federal, state, and local agencies. Emphasizing pedestrian and bicycle safety, along with education initiatives like Safe Routes to School, helps create a safer transportation network for all users.
ENVIRONMENTAL SUSTAINABILITY
We promote a sustainable future by assessing and addressing vulnerabilities in regional transportation infrastructure, conserving energy, and protecting the natural environment. Through collaboration with planning and sustainability partners, we advance strategies to lower greenhouse gas emissions, reduce fossil fuel use, and build thriving, resilient communities that enhance quality of life for all.
EQUITY & PUBLIC PARTICIPATION
We are committed to inclusive engagement that ensures all residents—especially underrepresented populations—have a voice in regional planning and decision-making. By aligning with the Old Colony Public Participation Plan, we set clear goals for equitable collaboration and transparent, community-driven outcomes.
RESILIENT ECONOMY: WORKFORCE DEVELOPMENT
A resilient economy depends on strong infrastructure, access to jobs, and collaboration across sectors. By supporting business growth, family-wage employment, industry clusters, and small startups, while leveraging the region’s trade and transportation networks, we foster sustainable economic development and community prosperity.
PLANNING FACTORS
- A pavement management system is used to develop costs and recommend repair for operation, preservation, and maintenance through a performance-based planning process that prioritizes investments that meet regional performance targets for the State of Good Repair.
- Evaluation criteria from the TIP addresses economic development as well as environmental and air quality effects as it relates to major transportation projects.
- Further integrate regional performance targets for the State of Good Repair within the TIP and LRTP that will integrate competitiveness, productivity and efficiency.
- OCPC has targeted a significant reduction in traffic fatalities and serious injuries on all public roads as well as increasing the safety for motorized and non-motorized users.
- OCPC has chosen to implement statewide performance safety measure targets set by MassDOT that will be furthered in our prioritization process.
- Examine and evaluate threats and disruptions to the transportation networks
- Tasks include:
- Conducting vulnerability analyses on regional transportation facilities and services
- Analyzing transportation networks for redundancies in moving large numbers of people by modeling people and vehicle flows.
- Analyzing transportation networks for emergency route planning and strategic gaps in network
- Addressing transit security including the age of the system, the types of structure comprising the system, and the vulnerabilities of those structures
- The prioritization plan will aim to enhance the accessibility and mobility of both people and freight through several key strategies:
- Identification of High-Priority Projects– Focus resources and efforts on initiatives that have the greatest potential to improve accessibility and mobility. These projects may include expanding public transportation networks, improving roadway infrastructure, or implementing innovative technologies to optimize transportation systems.
- Enhance Multi-Modal Solutions– Investing in public transit, pedestrian and bicycle infrastructure as well as roadways and freight corridors.
- Safety Improvements- Prioritizing safety-related projects, such as intersection improvements, pedestrian crossings, and traffic calming measures, creating a safer environment for all road users.
- Efficient Allocation of Resources- prioritization process will ensure resources are allocated effectively to projects that offer the greatest benefit in terms of accessibility and mobility. This will involve considering factors such as projected population growth, travel patterns, economic development goals, and environmental impacts.
- Emphasizing sustainable transportation solutions that minimize environmental impacts.
- Investment in projects that reduce vehicle emissions, promote alternative modes of transportation such as walking, cycling, public transit, and support the development of energy efficient transportation technologies.
- Promote consistency between transportation improvements and state and local planning goals for growth, housing, and economic development.
- Aligning transportation investments with land use plans, zoning regulations, and economic development strategies to support sustainable growth patterns, and promote compact mixed-use development.
- Prioritize projects that enhance multimodal transportation options, such as expanding public transit networks, improving bicycle and pedestrian infrastructure, and optimizing roadways to accommodate different modes of transportation.
- Investing in projects that support intermodal connectivity and promoting policies that encourage collaboration between transit agencies, freight operators, and other stakeholders.
- OCPC will prioritize projects that enhance access to freight corridors such as expanding and upgrading roadways, bridges and interchanges to accommodate larger vehicles.
- Investments in technologies and systems that enhance traffic management such as intelligent transportation systems and traffic signal optimization.
- Prioritize the reduction of congression, improve traffic flow, and enhance safety on the roadways in the region.
- Proactive maintenance and preservation of transportation assets; this involves prioritizing projects addressing the maintenance needs of roads, bridges, transit systems and other infrastructure components.
- Maintaining current assets of the transportation system to ensure their continued functionality, safety, and longevity. One of the key aspects of preservation is focusing on projects that maintain and repair existing roads, bridges and transit facilities, and other transportation infrastructure. Importantly, these actions are supported by the adoption of the National Highway System (NHS) Bridge and Pavement Conditions (PM2) Performance Measures and Targets.
- Resilience and Reliability
- Infrastructure Investment– Maintain critical transportation infrastructure and transit facilities by investing in resilient design and construction practices.
- Risk Assessment and Planning– Identify vulnerabilities within the transportation network and develop proactive strategies to mitigate risks and enhance reliability.
- Integration of Green Infrastructure- Incorporating green infrastructure solutions to manage stormwater runoff and reduce the environmental impacts of surface transportation.
- Travel and Tourism
- Improve Accessibility– Prioritizing investments that improve accessibility to tourist destinations and attractions.
- Enhancing Multi-Modal Options– Offering diverse transportation services that accommodates the needs of different types of travelers, including tourists who prefer to explore the region on foot, bike, or public transportation.
- Supporting Tourism- modernizing transportation hubs and improving access to key attractions to attract more visitors.
- Marketing and Promotion- Strategies for marketing and promoting the Old Colony region as a tourist destination, highlighting unique attractions, cultural heritage, and recreational opportunities.
- Resilience and Reliability
REQUIREMENTS
The response will contain a letter of interest that declares that the Respondent is submitting the response without collusion with any other person or entity submitting a response pursuant to this solicitation. Letters should not contain links to other web pages, are not to exceed one (1) page in length, and will include, at a minimum, the following information in the following format:
- Name, address, and contact information for the submitting person or entity.
- Organizational profile and qualifications: This section of the letter must describe the proposing firm and must also identify the primary individuals responsible for supervising the work, including their titles and/or their classifications.
Letters of Interest shall be signed by a representative of the Respondent who has the authority to negotiate and contractually bind the consultant/firm.
The table of contents should outline, in sequential order, the major areas of the Response Package as shown herein. All pages of the Response Package, excluding attachments, must be clearly and consecutively numbered and correspond to the table of contents.
Provide a complete and concise summary of the Respondent Team’s background, types of expertise and ability to meet the requirements of this RFP. The executive summary should briefly state why the Consultant Team is the best candidate for the project.
Respondents shall include within their submittal a Statement of Organization. The Statement of Organization should include the following information:
- List of Personnel with Stated Qualifications
Respondents must first supply a summary list of personnel who will perform the work for the anticipated contractual services. The individuals listed must have at a minimum:
- Professional licenses/certifications
- Experience in performing transportation planning studies.
- Description of Relevant Experience
Descriptions of relevant experience and other certificates for each of the individuals shall be provided. These descriptions should be limited to one page per individual. The following experiences should be included in the individual personnel descriptions:
- Transportation Planning experience at the MPO, regional, or state level, including work with TIPs, LRTPs, and UPWPs.
- Experience with federal performance-based planning requirements, including knowledge of 23 CFR 450 and 23 U.S.C. 150.
- Demonstrated experience developing project prioritization frameworks, scoring methodologies, and multi-criteria evaluation tools.
- Experience conducting scenario planning and using performance measures such as PM1 (Safety), PM2 (Infrastructure Condition), and PM3 (System Reliability).
- Familiarity with state and federal transportation funding processes, including STIP integration and MassDOT eSTIP systems.
- Proven experience in the development of interactive dashboards, preferably using ArcGIS Online, Tableau, Power BI, or similar platforms.
- Experience managing transportation databases, including TIP/LRTP project lists and performance metrics.
- Capability in website development and data visualization, particularly for public-facing applications.
- Tasks and Timeline
Respondents should provide details on achieving the tasks noted in this RFP and the timeline for providing deliverables, project milestones, reporting, and completion based on the start and end date provided forthwith.
Project Approach – Respondents should describe their approach to the project and requirements for developing a comprehensive prioritization plan that will address the priority objectives, planning phases, and performance measures contained in Section 2.
Identify projects that demonstrate relevant project experience according to the Scope of Services in Section 2 of this RFP. The examples should come from relevant team members’ experience and should have been performed in the last five (5) years. References of transportation plans successfully conducted or underway, are preferred.
Respondents shall provide names and addresses of a representative list of clients/references with which the Respondent has performed similar work. References shall include a contact person, current telephone number, and current email addresses.
Respondents shall comply with all applicable Executive Orders as a condition of this subrecipient agreement, ensuring that all activities, expenditures, and deliverables performed in connection with the Federal award are conducted in accordance with 2 CFR Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards) and applicable agency-specific terms and conditions.
These Executive Orders establish binding Federal policy directives related to lawful, non-discriminatory, and accountable performance, which must be incorporated into all methodologies, analyses, and written work products prepared under this engagement. Respondents shall ensure that all work remains aligned with current Federal priorities, maintains proper stewardship of public funds, and is prepared to withstand Federal audit and review to confirm allowability, allocability, and reasonableness under federal law.
Respondents shall provide a statement in writing signed by a duly authorized representative, staffing the present financial condition of the Respondent, and disclosing information as to Respondent’s involvement in any current bankruptcy proceedings. The Statements of Financial Stability shall be signed by a representative of the Respondent who has the authority to negotiate and contractually bind the consultant/firm.
Respondents shall provide a statement describing any prior or pending litigation or investigation, either civil or criminal, involving a governmental agency or political subdivision thereof or which may affect the performance of the services to be rendered herein, in which the Respondent, any of its employees, subcontractors or subconsultants, is or has been involved within the last five years. The Statement of Litigation History shall be signed by a representative of the Respondent who has authority to negotiate and contractually bind the consultant/firm.
All proposals submitted in response to this RFP will become the property of the Old Colony Planning Council and a matter of public record. The respondent must identify, in writing, all copyrighted material, trade secrets, or other proprietary information that it claims is exempt from disclosure under Massachusetts’ Public Records Laws. Any Respondent claiming such an exemption must also state that it agrees to defend any action brought against Old Colony Planning Council for its refusal to disclose such material, trade secrets or other proprietary information to any party making a request, therefore. Any respondent who fails to include such a statement shall be deemed to have waived its right to an exemption from disclosure as provided by said action.
OCPC seeks meaningful participation by qualified disadvantaged businesses in its procurement process. The proposal shall, as applicable, indicate the minimum percentage of the total contract value that is to be paid to any sub-consultant or supplier for which DBE status is claimed. DBE firms are requested to submit evidence of such classification with the Response Package.
RFP SCHEDULE
All questions regarding this Request for Proposals (RFP) should be directed to:
Charles Kilmer, Deputy Director / Transportation Program Manager
E-Mail: ckilmer@ocpcrpa.org
STAFF CONTACT INFORMATION:
Deputy Director & Transportation Program Manager