Sanilac County Land Bank Authority Request for Proposal Lead Abatement – Mold Remediation
Introduction
The Sanilac County Land Bank Authority (SCLBA) is requesting proposals for Lead Abatement and Mold Remediation for property at 4031 Main Street, Brown City, MI. The Sanilac County Land Bank Authority Blight Elimination Program is administered by the Economic Development Corporation of the County of Huron in partnership with the County of Sanilac. The property requiring abatement is owned by the City of Brown City. This RFP is open to all qualified contractors who are capable of and qualified to meet the objectives and requirements described in this document. Respondents must supply documentation supporting their qualifications for evaluation.
Proposal Evaluation and Contract Award - the Sanilac County Land Bank Authority follows the Procurement Policy of the County of Sanilac. This project is made possible by Federal ARPA funding via the State Land Bank Authority and will also comply with all terms and conditions of the Federal Award policies.
Release Date: September 2, 2025
Pre-bid walk through: August 8, 2:00 – 3:00pm
Bid Due by: September 16, 2025
Award Date: September 19, 2025
At: Sanilac County Land Bank Authority Office, 60 W Sanilac Rd, RM 213 Sandusky MI 48471
Instructions to Bidders
BID PROPOSAL CONTENT
Bid proposals should include, but not limited to, the following:
Bid Proposal
Firm Background / Years in Business / History
Evidence of legal standing with the State of Michigan -- Certificate of Existence (LLC) issued by LARA or Certificate of Good Standing (corporate) or Articles of Organization.
List of all Owners and Officers.
Two references documenting past experience in this area, including: name, company or agency and contact telephone number.
Evidence of required insurance
Copies of current and applicable (state and local) licenses, certifications, trainings completed, etc.
BASIS OF PROPOSAL
Proposals are solicited for the completion of all work as described in the specifications and/or shown on the plans. Proposals may be withdrawn by bidders prior to, but no later than, the time fixed for the award date. Submit bids, labeled as “Lead Abatement – Mold Remediation – 4032 Main St, Brown City, MI”, prior to the due date.
EXAMINATION OF PREMISES
Contractor shall familiarize themselves with local conditions affecting the job. They shall take their own measurements and be responsible for the correctness of same. Any variance of Contract documents from legal requirements and/or field conditions shall be promptly reported to the SCLBA. Contractor shall be responsible for any examination and no allowances will be made on their behalf by reason of error and omission. If the quality of the Contractor’s work depends on existing work or the work of others, the Contractor shall, before beginning, notify the SCLBA of any defects that could affect the outcome. Failure to so notify will constitute their acceptance of the conditions.
CERTIFICATE OF INSURANCE
All bidders shall supply the SCLBA with certificates of all such insurance required as indicated in the table below within seven (7) calendar days after receipt of the notice of award, unless said certificates are already on file. Further insurance and certificates must include an endorsement providing for ten (10) days prior written notice to the SCLBA, of termination, expiration, or material change of terms.
The Contractor shall supply the SCLBA with a list of all Subcontractors showing whether or not they have individual insurance policies and certifying that those Subcontractors without individual insurance policies are insured by the Contractor.
Automobile Liability
$1M Combined Single Limit
General Liability
$1M Each Occurrence
$2M General Agg
$2M Product/Compl/Ops Agg
Workers' Compensation
Statutory
Employers Liability
$1M/$1M/$$1M
Excess Liability (including auto to full limit)
$5M Each Occurrence
$5M Aggregate
$5M Product/Compl/Ops Agg
Contractors Pollution Liability and Professional Liability
$2M per claim
$2M annual policy aggregate
ACCEPTANCE AND REJECTION
A Contract shall be formed between the parties hereto by the SCLBA acceptance of the Respondent's proposal. Upon acceptance by the SCLBA, a copy of the Contract will be returned to the Contractor as their official notification of award. The Contract, however, shall not be in force until the Contractor has complied with all the requirements of insurance from the SCLBA set forth herein. By the execution of the Contract, the Contractor and the SCLBA hereby covenant in respect to any part of this Proposal and Contract. The SCLBA reserves the right to waive irregularities and to reject bids.
PREVAILING WAGE
This contract is subject to the prevailing wage requirements under the Davis-Bacon Act. Davis–Bacon Act, as amended (40 U.S.C. 3141–3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non–Federal entities must include a provision for compliance with the Davis–Bacon Act (40 U.S.C. 3141–3144, and 3146–3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor or the State of Michigan, whichever is higher. In addition, contractors must be required to pay wages not less than once a week. The non–Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non–Federal entity must report all suspended or reported violations to the Federal awarding agency.
"General Decision Number: MI20250149 08/22/2025
Superseded General Decision Number: MI20240149
State: Michigan
Construction Type: Building
County: Sanilac County in Michigan.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
______________________________________________________________
|If the contract is entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $17.75 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2025. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $13.30 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2025. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
1 02/21/2025
2 04/11/2025
3 06/06/2025
4 07/04/2025
5 08/01/2025
6 08/08/2025
7 08/22/2025
BOIL0169-002 07/01/2025
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR........................$ 19.82 7.31
---------------------------------------------------------------
================================================================
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.75) or 13658
($13.30). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
SCOPE OF SERVICES
DESCRIPTION
The purpose of the project is to provide Lead Abatement and Mold Remediation for the preparation of the rehab of the structure. All respondents must possess the necessary qualifications to provide these services. Specific tasks and deliverables expected from the contractor include:
Lead Abatement per the Lead Assessment report (attached)
Mold Remediation per the Mold Investigation Report (attached):
All interior wall and ceiling coverings will be removed to the studs.
All insulation will be removed.
All flooring coverings will be removed.
Deteriorated subflooring in living room and front bedroom will be removed.
All kitchen cabinets and fixtures will be removed.
All bathroom fixtures will be removed.
Abatement/remediation activities are to include, but not necessarily limited to:
Development of a plan for the removal of regulated materials at the site and provide copy to the Sanilac County Land Bank Authority.
Acquisition of all required permits.
Submission of all necessary regulatory notifications.
Complete remediation must pass clearance testing conducted by the SCLBA contracted third-party clearance examiner. The SCLBA will cover the cost of up to two clearance exams. After that, the cost of additional exams will be the responsibility of the abatement/remediation firm.
Remove and package regulated materials for disposal according to regulatory standards, providing documentation of abatement/remediation permits and reconciliation with the Lead Assessment Report and Mold Investigation Report provided.
Dispose of regulated materials in licensed landfills with proper transport.
Provide disposal documentation including copies of abatement waste transportation and disposal records to Sanilac County Land Bank Authority.
Proposals should indicate time frame for completion
Proposals should include a list of subcontractors that will work on the project including name, address, and ownership info.
Time Frame for Completion
Bidder, if awarded this contract, hereby agrees to commence work under this contract on or before and to fully complete on or before
Bidder understands that the Sanilac County Land Bank Authority reserves the right to reject any or all bids and to waive any informalities or irregularities herein. Upon notice of acceptance of this bid, bidder will execute Contract Agreement and deliver properly executed insurance certificates, copies of licenses and City registration to the Sanilac County Land Bank Authority within ten (10) days. The Sanilac County Land Bank Authority reserves the right to omit any residential property address listed in this Request for Proposal in advance of contract signing. Contractor’s quote for any such omission will be deducted from the grand total bid amount.
If you have any questions about this Request for Proposal, please feel free to contact:
Leandra Wolschleger
Economic Development Corporation
250 E Huron Ave Room 303 Bad Axe, MI 48413
989-269-6431