RFP Johnson Lane Bridge Replacement
Town of Washington, Vermont
Request for Proposals (RFP) Engineering and Design for Johnson Lane Bridge Replacement
Date Issued: April 27th, 2026
Site Visit: Monday, May 11th @ 8am
Proposal Due Date: Monday, June 1st by 3pm Bid Opening: Monday, June 1st @ the 6:30pm Selectboard Meeting Bid Review and contract awarded: no later than Monday, June 15th
Project Completion: preferred by or before August 15th, 2026
1. Introduction
The Town of Washington, Vermont is seeking proposals from qualified engineering firms for the design and engineering analysis of a replacement of the Johnson Lane Bridge (GPS Coordinates 44.100588, -72.463691), located 250' southwest of MacDonald Road.
The selected firm will be responsible for engineering a replacement bridge structure that meets the 16' clear span by 5' clear height dimensions recommended in the 8.1.23 Hydraulic Study (attached here as APPENDIX A). Drawings for the structure should also contain flared wingwalls on both the inlet and outlet side, matched into the channel banks.
The selected firm will work closely with our FEMA Grants Administrator and Town Road Foreman, as well as regional ANR representative Jaron Borg to ensure that the bridge is designed in accordance with VTrans, ANR, and FEMA project specifications.
In designing the bridge, the selected firm will prepare complete working drawings and specifications for the bridge, wingwalls, and stone-stablised embankments.
This project is being funded through FEMA and is intended to provide a long-lasting, weather adaptive, and cost-effective structure that supports the safe passage of lowvolume vehicular traffic, including emergency and maintenance vehicles.
2. Project Scope
Firms are encouraged to submit, along with their bid, a proposal for any additional elements pertaining to how they would conduct their work in each of the two phases outlined in brief below. Those components indicated beneath each phase represent a minimum scope of work for each stage of the project.
● PRELIMINARY SITE AND STRUCTURE ANALYSIS, AND CONSULTATION WITH TOWN AND STATE OFFICIALS (1) A review of the 8.1.23 Hydraulic Study (included here as APPENDIX A), which provides the dimensions of the replacement bridge, as well as additional considerations for stabilising any disturbed channel banks or roadway slopes surrounding the new structure. (2) A site visit to take necessary measurements and evaluate soils, slopes, and the roadway to assist in designing a bridge integrated into the specific topography and landscape. (3) An evaluation of the necessary environmental and permitting requirements. (4) Consultation with regional ANR represenative, and River Management Engineer Jaron Borg to ensure compliance with state environmental standards. Consultation with the Town's FEMA Grants Administrator Ben Tiefenthaler to ensure the project design is accurately reflected in the project scope of work. Consultation with the Town's Road Foreman Stuart Coburn to ensure the bridge meets the needs of the municipality and the passage of its vehicles in all seasons.
● DESIGN (1) Detailed drawings of the bridge, wingwalls, and embankment stablization will be prepared in accordance with the basic bridge dimensions provided in the 8.1.23 Hydraulic Study (APPENDIX A). As per the Hydraulic Study, the bridge plans will also be provided to the VTrans Bridge Inspection Unit. The bridge and surrounding site design should be in accordance with the codes and standards which the town has agreed to adhere to, as laid out in the VTrans Orange Book.
(2) Specification of materials to be used should also be provided as part of the detailed working plans for the bridge, wingwalls, and bank and channel stablisation.
3. Proposal Requirements Interested firms should submit a proposal that includes:
(1) Firm background and relevant experience designing bridges of similar scale.
(2) Qualifications of key personnel who will be assigned to the project.
(3) Description of how the firm would approach both phases laid out in the Project Scope Above. Here, additional elements that the firm requires or recommends would be especially relevant.
(4) A projected timeline for completing each phase and when final drawings would be completed. Note that the Town's preference would be to have completed drawings by or before August 15th, 2026. An inability to meet this preferred timeline will not disqualify a firm, but a timeline that can meet these preferences will be more favorably judged on that criterion.
(5) A cost estimate in lump sum.
(6) At least two references from similar projects. Best would be projects involving bridges of similar scale.
(7) Proof of Insurance.
4. Evaluation Criteria Proposals will be evaluated based on the following: ● Demonstrated experience and qualifications (10%) ● Understanding of project scope and proposed approach (10%) ● Proposed timeline and availability (20%) ● Cost effectiveness and value (50%) ● References and past performance (10%)
5. Pre-bid Site Visit A pre-bid site visit will be held on Monday, September 11th at 8am. The visit will be held at the bridge site, roughly 250' below where Johnson Lane breaks off from MacDonald Road (GPS Coordinates 44.100588, -72.463691). Any alterations to the RFP made at the site visit will be sent out as addenda to email addresses collected on the sign-in sheet filled out at the beginning of the visit, and to any other firms who contact the town with interest in the project. A failure to attend the site visit or contact the town providing an email address may result in a firm bidding on an unrevised and therefore inaccurate RFP.
6. Optional Bidder Interview and Evaluation Meeting Following the submission deadline, the Selectboard reserves the right to schedule an evaluation meeting and/or to establish a three person committee with representation from the Road Foreman, FEMA Grants Administrator, and 1-2 Selectboard members in order to evaluate all bids and make a recommendation to the Selectboard within seven (7) calendar days. The evaluation meeting, if held, will serve as an opportunity for the Selectboard to: ● Ask clarifying questions of one or more respondents; ● Evaluate presentations or proposals in greater detail; ● Facilitate open discussion on project approach, timeline, and capacity; ● Score and compare bids in accordance with the evaluation criteria outlined in this RFP. Participation in this meeting may be requested of any or all respondents at the Selectboard’s discretion. Respondents will be notified in advance if such a meeting is scheduled and are expected to make appropriate representatives available if invited.
7. Submission Instructions Submit sealed proposals by Tuesday, October 7th at 3:00 pm to: Town of Washington Poor Farm Road Bridge Proposal 2895 VT Route 110 Washington, Vermont 05675 Electronic submissions and late proposals will not be accepted. Qualified small, minority, and veteran-owned businesses, women's business enterprises, and labor surplus area firms are encouraged to submit bids. The Municipality is an Equal Employment Opportunity employer.
8. Contact Information Questions regarding this RFP are to be directed to:Ben Tiefenthaler, FEMA Grants Administrator ben.washingtonroads@gmail.com
9. Additional Information (1) All work shall comply with codes and standards as laid out in the VTrans Orange Book and as indicated by the VTrans Bridge Inspection Unit upon review of the design plans. (2) The selected firm will be required to comply with state and federal contract provisions. (3) The 8.1.23 Hydraulic Study of the bridge site follows here as APPENDIX A. (4) The FEMA Project Report follows here as APPENDIX B.
Issued by: Town of Washington, Vermont