Business to Business - Vermont Department of Economic Development_ThinkVermont.com_
_ Home _
To print, go to File on the menu bar and select Print.

Cross Brothers Archaeological Survey Request Date: 9/30/2025 12:26:09 PM
Open Date: 9/30/2025
Closing Date: 10/15/2025 4:00 PM
Intent To Bid Deadline: 
Est. Dollar Value: $0.00
RFQ Number: 
Close Window

Town of Northfield

51 South Main Street, Northfield, Vermont
NorthfieldVT 05663

Bid Type:
Request for Proposal

Locations:
Washington
Keywords:
Environmental Consultant Services

Bid Description:
REQUEST FOR PROPOSALS Northfield, Vermont Project Schedule: September 30, 2025 Request for Proposals Released October 15, 2025 @ 4:00 pm Deadline for submission of proposal via email October 20, 2025 Contract execution November 15, 2025 Project completion Questions can be sent via email to Karina Dailey at kdailey@vnrc.org or phone at (802) 881-3423. Submission Requirements One (1) electronic Adobe (PDF) file shall be received on/before 4:00pm on October 15, 2025 and must be email to kdailey@vnrc.org. Project Title: Cross Brothers Dam Removal Project, (HMGP-DR-4532- VT), Phase II Archaeological survey, Town of Northfield, Washington County, Vermont Project Location and Site Summary The project site is located on the Dog River approximately 400 feet below the Main Street Bridge in Northfield, VT. (Attachment A: Figure 1 prepared by RGA). Cross Brothers Dam complex (VT-WA-0204) comprises a former industrial complex dating from the early portion of the nineteenth century and operated well into the twentieth century that housed the Paine factory, Orcutt slate finishing shop, and Cross Brothers granite works. The 2021 assessment identified foundation remains of non-extant structures and provided map-documented locations for several others. These structures include Paine’s Woolen Mill (ca. 1812-1895), office/laundry building (pre-1858), a saw and grist mill (pre-1870-1892), an engine house (1872-1892), a foundry and associated outbuildings (1885-1901), straight granite shed (1901-1996) and the Cross Brothers Dam (1924/1974). Given these findings, the site was recommended eligible under Criterion A and potentially eligible under Criterion D. In addition to the historic period resources, the ARA, utilizing the VDHP Environmental Predictive Model (EPM), identified a small area along the Dog River to be sensitive pre- contact archaeological resources. Background Research Background research will incorporate much of the historic context presented in the on UVM CAP’s 2021 ARA with additional research utilizing the VDHP ORC to form a comparative basis regarding industrial complexes within the region and state. Archaeological Fieldwork Evaluation-level (i.e., Phase II) fieldwork methods will be completed within the two site locations and will include: Completion of a One-Call utility mark out request will be conducted prior to fieldwork commencement. Subsurface testing to include the hand excavation of up to thirty-seven (37) shovel test pits (STPs) plotted at 5-meter intervals to further sample the proposed access road and staging/stockpile area located between the Dollar General and Dog River (Attachment A: Figure 2). Ten of the 37 STPs, are proposed as judgmental STPs and are to be utilized at the PI’s discretion. Shovel test pits will measure 50 centimeters square and will be excavated into the BC-horizon or to 20 centimeters below the deepest recovered artifact, whichever is reached first. Stratigraphy encountered will be separately excavated and screened through ¼-inch wire mesh to facilitate artifact recovery. Soil profiles in each STP will be recorded, and a log will be prepared. Recovered artifacts will be placed in resealable polyethylene bags with a tag that lists the appropriate provenience information. Following STP excavation, six (6), 1m by 2m Test Units (TUs) will be strategically placed in areas that would potentially bisect foundation remains associated with the map-documented structures located within the APE (Paine factory, forge, engine house, 1902 shed, and tail races), (see Attachment A: Figure 2). Based on the coring probes conducted by UVM CAP, the area south of the Dollar General contained 1 to 2 feet of fill overlain either concrete slabs or rubble. As a result, the excavation of the TUs will be machine-assisted to remove the upper layers of fill, thereby exposing potential cultural deposits or features. Historic fill layers or natural stratigraphy will be excavated in 10-centimeter levels. Arbitrary level will extend 20 centimeters below the deepest recovered artifact or into the BC-horizon. Retained artifacts will be recorded in arbitrary levels (10 cm) and placed in resealable polyethylene bags with an associated tag that lists the appropriate provenience information. All soils encountered will be documented. Test unit stratigraphic profiles will be recorded via digital photography and scaled line drawings and soil characteristics will be documented. Upon completion, each TU will be backfilled. While open overnight, TUs will be capped with plywood and surrounded by orange snow fencing with caution tape. No soil samples will be retained for flotation. Identified cultural features, if present, will be exposed within the confines of each TU and bisected along their long axis to enable profile documentation. Soils from pre-Contact features will be retained in toto for laboratory processing, with the potential for paleobotanical and paleofaunal analyses. Should a significant number of features be identified, or are large, coordination with VDHP will be undertaken to determine possible field sampling strategies. Fifty (50%) percent of each historic cultural feature (measuring less than three feet in diameter) will be archaeologically sampled to facilitate feature profile exposure and the ability to define the feature’s function and temporal association, if possible. Should foundation or structural remains be identified, the feature will be sampled within the TU(s). Shaft features will be sampled through the excavation of a TU, or will be bisected depending on size, to a depth of three feet. Excavation will then proceed via the placement of an STP for an additional two feet or until an impasse is encountered. Coordination with the VDHP will occur to discuss an approach to further sampling such features, if necessary. Excavation of the capped shaft features will not be undertaken. Excavated feature soils will be screened through ¼-inch wire mesh to facilitate artifact recovery. Exposed feature soil profiles will be documented via digital photography and scaled line drawings. Soil attributes will be recorded according to soil depth, texture, and color on standardized forms. Laboratory Processing and Analyses Recovered artifacts will be processed, analyzed, and cataloged in RGA’s laboratory in Cranbury, New Jersey. An artifact inventory will be produced and appended to the Phase II archaeological survey report. Retained artifacts will be prepared for curation in accordance with VDHP and Vermont Archaeology Heritage Center (VAHC) guidelines. RGA assumes the recovery of up to 5,000 artifacts, and two artifact boxes for submission to the VDHP. End of Fieldwork Letter and Report Preparation An End of Fieldwork (EOF) letter will be prepared, in accordance with the 2017 reporting standards of the VDHP. Following the EOF, a technical report will be prepared that meets the 2017 reporting standards of the VDHP. The report will include a discussion of the undertaking, relevant regulations, the APE, research results, fieldwork methods, results of archaeological testing and artifact analysis, and descriptions of identified archaeological resources. Recommendations will be made regarding the Site's determination of eligibility for listing on the NRHP. The report will include recommendations about if the proposed project constitutes an adverse effect on historic properties. Figures and photographs that support the results of the recommendations will be included in the report. If requested by FEMA a redacted copy of the report will be produced to exclude all site location information. A Historic Preservation Project Review Cover Form will be completed. Transmission of raw data, including GIS shapefiles of the APE, testing and archaeological site boundaries, digital photography, STP logs, site maps, site forms, and artifact analysis, in a digital format to CDM Smith and FEMA. BID REQUIREMENTS Submission Requirements All responses to the request for bids shall include the following: 1. Cover Letter - A cover letter and general description of recommended approaches 2. Scope of Work – Provide a scope of work to complete items detailed above 3. Proposed Schedule – Provide a schedule of start and end date. 4. Project Budget – Provide a budget, including estimated project hours and materials. 5. References - A minimum of three (3) references for whom a similar project has been completed within the last three (3) years. All information submitted becomes property of the Town of Northfield upon submission. The municipality Northfield reserves the right to issue supplemental information or guidelines relating to the request for bids as well as make modifications to the request or withdraw the request. The cost of preparing, submitting, and presenting a proposal is the sole expense of the consultant. The Town of Northfield reserves the right to reject any and all proposals received as a result of this solicitation, to negotiate with any qualified source, to waive any formality and any technicalities or to cancel the request for bids in part or in its entirety if it is in the best interest of the Town of Northfield. This solicitation of proposals in no way obligates the Town of Northfield to award a contract. Contract Requirements The Town of Northfield will negotiate contract terms upon selection. The contract shall not start construction until the successful applicant enters into a written contract with the municipality. The Town of Northfield is not liable for any cost incurred by consultant prior to issuance of a contract. The contractor shall provide proof of Insurance Coverage such that All contractors, and any sub-contractors must carry adequate insurance coverage (not less than $1,000,000-per occurrence). $1,000,000 - General Aggregate Applying, in total, $1,000,000 - Products/Completed Operations Aggregate, $50,000 – Fire/Legal/Liability, and $1,000,000 – Automotive Liability), and must affirm being an equal opportunity employer with an affirmative action plan.

Special Instructions:

Awardees