Request for Proposals
Community Development

Site Demolition Activities at Former Dexter City School Building - Noble County, OH

Opened on: July 7, 2025
Deadline: July 25, 2025 3:00 pm

Table of Contents

Project Introduction

Buckeye Hills Regional Council was awarded an Ohio Department of Development (ODOD) Brownfield Remediation Program (BRP) Grant for remediation, demolition, and site restoration at the former Old Dexter City school in Noble County, Ohio. T&M Associates (T&M), an environmental consulting/engineering company, was selected by Buckeye Hills Regional Council to implement the ODOD BPR grant.

T&M is issuing this Request for Proposal (RFP) to select a Contractor to perform the necessary site clearing and demolition activities under the ODOD grant as described in Section III of this RFP.

Property Structures Description

The Noble County Auditor’s website has the following information for the Property:

Property Address Parcel # Property Size (acres)
130 Jefferson St.,
Dexter City, OH 45727 18-0021026.001 0.24

A Property map and photographs are provided in Attachment A. Please note only the older former school building will be demolished.

  • The former Dexter City school in Noble County, Ohio is made up to two buildings, historically it was used as a school building for Dexter City.
  • The original pre-1940s, building is vacant and to be demolished.
  • The 1950s addition is the location of the Dexter City Antique Mall and Auction Gallery. Located within the newer side of the school and is to remain unchanging (i.e., not to be demolished).

Asbestos Survey and Abatement

An asbestos survey of the Property was completed by Turn-Key Environmental Consultants, Inc. (TKEC) of Troy, Ohio. Abatement will be completed under a separate contract prior to demolition. Copies of the asbestos survey and abatement reports will be provided to the Contractor upon request.

Scope of Services

The requested scope of demotion services will include:

Demolition and Debris Removal

  • Proper Removal of all Hazardous Materials (HAZMAT) before demolition. Turn-Key Environmental Consultants, Inc. (TKEC) surveyed the property and identified hazardous materials. Specifications and quantities of material for removal are provided in the TKEC report located in Appendix B.
  • Demolish and completely remove the old school building structure on the property (including any basement, crawl space, concrete slab/driveway, foundation, and footer materials). This includes any materials, if present, abandoned inside the structure or on the property such as litter, furniture, appliances, loose carpeting, garbage, brush and other such items.
  • Bricks and concrete may be ground up to less than or equal to 3 inches in any dimension and reused as backfill in the excavation. The potential for offsite reuse of crushed brick material is discussed in a subsequent section
  • Off-site transport and disposal of the demolition debris at licensed facilities in compliance with all applicable regulations. Waste manifests/haul tickets will be required as proof of proper disposal.
  • Contractor will be responsible for securing all permits required to execute the scope of services detailed in this RFP.

Dust Control

If conditions exist whereby fugitive dust occurs, Contractor shall provide water spraying or other acceptable methods to control such dust.

Utilities Disconnect

It shall be the responsibility of the Contractor to notify all utilities serving the property where the demolition is proposed of their intent to demolish. No demolition operations may proceed until water service, sewer, gas and electric and any other services to the property have been discontinued.

Backfill, Compaction and Grading

  • Backfill all excavation cavities with general fill. A certificate attesting to the origin/testing of the fill material will be required.
  • General soil fill shall be obtained from a clean source: no materials from environmental cleanup sites nor petroleum-contaminated, reclaimed, recycled or treated soils shall be used. Contractor shall provide certification verifying the source and attesting that the soil is clean.
  • General fill shall not contain any rock or gravel larger than three inches in any dimension. General fill shall also be free of debris, waste, frozen materials, organic material, and other deleterious matter.
  • The soil backfill shall be placed in 12-inch lifts and compacted using appropriate equipment; Contractor shall provide proposed compaction equipment for approval. Geotechnical testing will not be required provided field observations indicate that the compacted fill is firm enough to support equipment and vehicles with little deflection. Backfill to match the existing parking lot elevations and restore positive drainage to the extent practicable.
  • The final 6” lift shall be ODOT #304 aggregate. Compact with a minimum of 4 passes with approved compaction equipment until the surface is firm and will support vehicles with little deflection.

C&DD Management

All construction & demolition debris (C&DD) generated from the property shall be disposed at a licensed Construction Demolition Debris Landfill or Municipal Solid Waste Landfill. Contractors must identify the landfill where the C&DD waste will be disposed in their response and provide manifests and/or receipts documenting the final disposition of the material.

If the Contractor intends to reuse brick material offsite, they must identify the proposed location and obtain prior approval.

Prevailing Wage

Prevailing wage is a requirement of this project. Prevailing wage rates for Noble County are provided in Attachment C.

Contract and Insurance Requirements

The selected Contractor will be required to execute T&M’s Subcontractor Agreement for Professional Services; a copy of this is provided as Attachment D.

The minimum Insurance Requirements are specified in Section 4.0 and Exhibit III of the T&M Subcontractor Agreement provided in Attachment D.

Schedule

The scope of services detailed in this RFP are required to be completed by the selected Contractor within sixty (60) days of execution of the Agreement for Professional Services with T&M.

Content and Format of Proposals

Contractors interested in this project shall submit a bid proposal package in the form of one (1) PDF. The proposal package shall include, but is not limited to, the following:

  1. Provide a bid for the requested services on the attached Bid Sheet in Attachment E. Any suggested additional services may be listed separately with reasons for suggestion clearly stated.
  2. Provide a written statement outlining the proposed schedule, including an estimated completion date.
  3. Please list at least three (3) clients, including name and addresses, for which your company has completed similar work in the last two years.
  4. Include a brief background information on your company, including the closest office location to this project site.
  5. Provide license numbers or copies of registration certificates, as appropriate, for the services requested in this RFP.

Pre-bid Meeting and Proposal Due Date

A mandatory pre-bid meeting will be held at the site on Friday, July 11, 2025, at 10:30 a.m. The meeting will be followed by a site walkthrough of the Property to allow for questions by the Contractors.

Proposals are due Friday, July 25, 2025, at 3:00 p.m. Proposals should be emailed to Donald Pinto, PE at dpinto@tandmassociates.com.

Questions may be directed by email to Donald Pinto at dpinto@tandmassociates.com.

Responses to questions will be emailed to all participants who sign-in and provide their email address at the pre-bid meeting.

Questions & Answers

Advice Line

Older Adults & Caregivers

We connect older adults, individuals with disabilities, and their caregivers with relevant program and enrollment information.

Need immediate help for yourself or a loved one?

Community Leaders

We provide local community leaders with up-to-date strategic data, program information, and funding opportunities.

Need funding for a project in your community?

Are you a service provider?