Skip to content

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. 

TOTAL PROJECT COST
0

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

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:

  1. Name, address, and contact information for the submitting person or entity.
  2. 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:

  1. 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.

  1. 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.

  1. 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

November 5, 2025
RFP Released
November 14, 2025
by 4:00PM
Questions Due

All questions regarding this Request for Proposals (RFP) should be directed to:
Charles Kilmer, Deputy Director / Transportation Program Manager

E-Mail: ckilmer@ocpcrpa.org

November 21, 2025
by 4:00PM
Answers to Questions Posted
December 5, 2025
by 4:00PM
Proposals Due
December 15, 2025
Potential Interviews with Consultants
January 5, 2026
Contract Window

STAFF CONTACT INFORMATION:

Deputy Director & Transportation Program Manager

(774) 539-5126

Accessibility Toolbar