Humboldt County

Resource Conservation District

5630 South Broadway
Eureka, CA 95503

ph: (707) 442-6058 x5

hcrcd@yahoo.com

  • Home
  • About UsClick to open the About Us menu
    • Meetings
    • Board of Directors
    • District Information
    • Contact Us
    • Employment Opportunities
    • Drought and Water Conservation
  • ProjectsClick to open the Projects menu
    • Agricultural Management
    • In-Stream and Habitat Restoration
    • Sediment Reduction and Erosion Prevention
    • White Slough Wetlands Enhancement Project
    • Forest Health/Fire Resiliency
    • Williams Creek
  • Salt River Ecosystem Restoration ProjectClick to open the Salt River Ecosystem Restoration Project menu
    • Salt River Watershed
    • History of Salt River
    • Construction
    • Reports and Documents
    • Partnerships and Funding
    • Salt River Watershed Council
    • Adaptive Management
  • Soil HealthClick to open the Soil Health menu
    • Conservation Carbon Farm Planning

White Slough Wetlands Enhancement Project

The White Slough Unit (WSU) of the Humboldt Bay National Wildlife Refuge (Refuge) provides one of the few remaining opportunities to regain lost salt marsh around Humboldt Bay. The WSU includes approximately ten acres of un-diked wetlands, 65 acres of diked wetlands consisting primarily of brackish marsh (60 acres), as well as small areas of freshwater marsh, and riparian habitat. Diked sections are severely eroded and expected to fail.  Because the area has subsided, dike failure would result in a conversion of brackish marsh to mudflat, and would expose the Tompkins Hill Road-Highway 101 Interchange, which provides access to the College of the Redwoods, to increased threat of flooding.  The threat of dike failure is exacerbated by ongoing sea level rise.

 


  • ADVERTISEMENT FOR BID

    White Slough Wetlands Enhancement Project-2020 Soil Transport Services

    Humboldt County Resource Conservation District invites Bids for WHITE SLOUGH WETLAND ENHANCEMENT PROJECT - 2020 SOIL TRANSPORT SERVICES.

    The work shall include furnishing up to five (5) 10-wheel dump trucks with drivers to support soil transport at the White Slough Wetland Enhancement Project on the Humboldt Bay National Wildlife Refuge’s White Slough Unit for 8 hours/day, Monday-Friday, from August 3, 2020 through September 11, 2020, excluding Monday September 7th Labor Day Holiday. The work generally includes transporting soil on County/State Highway routes from a designated loading site to a designated unloading site both located on the Humboldt Bay National Wildlife Refuge. The soil will be loaded at the designated loading site by Humboldt Bay National Wildlife Refuge staff, hauled and dumped by the awarded contractor at the unload site where it will be spread by Humboldt Bay National Wildlife Refuge staff. The Humboldt County Resource Conservation District intends to enter into a single contract to complete the work.

    White Slough Transport Services Contract Documents

    Bid proposals for the above project must be submitted electronically on the forms contained in the Contract Documents which shall be included as attachment(s) to an email with the subject line “Bid Proposal for White Slough Wetland Enhancement Project – 2020 Soil Transport Services” to HCRCD care of GHD Inc. at jeremy.svehla@ghd.com. The email shall also contain the name of the Bidder, their address, license number, and California Department of Industrial Relations (DIR) registration number. HCRCD shall provide a response email receipt from GHD Inc. to the Contractor showing the date and time the submission was received.

    Bids received after the time specified for opening will not be considered. The Bidder is solely responsible for timely delivery of their bid.

    Bids will be received electronically until 2:00 p.m. on Thursday July 2, 2020 Pacific Daylight Time.

    Parties interested in attending the online bid opening must submit a request via email to jeremy.svehla@ghd.comwith the subject line “Bid Proposal for White Slough Wetland Enhancement Project – 2020 Soil Transport Services” by 1:00 p.m. on Thursday, July 2, 2020 Pacific Daylight Time and respond to the invitation that will be sent via email from GHD Inc.

    Contractors may obtain an electronic copy of the Contract Documents at no cost by emailing jeremy.svehla@ghd.com and requesting the “White Slough Wetland Enhancement Project – 2020 Soil Transport Services”. Contractors are encouraged to carefully read the “Information for Bidders” section in the Contract Documents. The Contract Documents are available online at the Humboldt County Resource Conservation District (Contract Manager) website: http://humboldtrcd.org/and the Humboldt Builders Exchange website: http://humbx.com/.

    Questions concerning these documents must be submitted by email by 5 p.m. Tuesday, June 30, 2020 Pacific Daylight Time to jeremy.svehla@ghd.com

    Each proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond in an amount of not less than 10 percent of the amount bid. Successful bidders will be required to furnish both a Payment Bond and Performance Bond in the full amount of the Contract Price.

    In accordance with Public Contract Code Section 10263 and with concurrence of the project funding agencies, the Contractor may be allowed to substitute securities for monies normally withheld by the Contract Manager to insure performance under this contract.

    This is a Public Works Project funded with CA State and Federal Funds. Therefore CA State and Federal prevailing wage rates will be required on this project.

    In accordance with the provisions of section 1720 et seq. of the Labor Code, the Division of Labor Standards and Research has determined the general prevailing rates or wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in section 1773.8. These wages are set forth in the General Prevailing Wage Rates for this project, and are available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD.

    It shall be mandatory upon the Contractor herein and upon any Subcontractor to pay not less than the said specified rates to all laborers, workers and mechanics employed by them in the execution of the Agreement pursuant to CA Labor Code 1774.

    Attention is directed to the provisions in section 1777.5 and sections 1777.6 of the Labor Code concerning the requirement to employ apprentices by the Contractor or any Subcontractor under it.

    The Contractor shall comply with and shall cause his Subcontractors to comply with all laws and regulations governing the Contractor’s and Subcontractor’s performance on this project including, but not limited to: anti-discrimination laws, workers’ compensation laws, and prevailing wage laws as set forth in CA Labor Code, Sections 1720-1861 et seq. and licensing laws, as well as Federal Labor Standards set forth in the Davis-Bacon Act (40 USC 276(a-a5), the Copeland “Anti-Kickback” Act (40 USC 276(c); and the Contract Work Hours and Safety Standards Act (CWHSSA) (40 USC 327-333). The Contractor is required to include the prevailing wage language in all subcontracts pursuant to CA Labor Code 1775(E)(b)(1). The Contractor shall post, at appropriate conspicuous points on the site of the Project, a schedule showing all the determined general prevailing wage rates.

    The Contractor agrees to comply with Labor Code Section 1775 (Payment of the Prevailing Wage Rates) and Labor Code 1776 (keeping accurate records) and Labor Code 1777.5, placing responsibility for compliance with the statutory requirements for all apprenticeable occupations on the prime Contractor.

    The Contractor shall comply with the requirements imposed by the California Labor Code Sections 1720 through 1861 regarding public works projects and prevailing wage laws and sections 16000-16800 of the CA Code of Regulations.

    Each worker needed to execute the work must be paid travel and subsistence payments as defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.

    Holiday and overtime work when permitted by law shall be paid for at a rate of at least one and one-half times the above specified rate of per diem wages, unless otherwise specified.

    Contractor and any Subcontractors shall be assessed penalties for violating the following labor codes; CA Labor Code 1813 for overtime, 1775 for underpayment of the prevailing wage, and 1776 for inaccurate or incomplete payroll records.

    The Contractor shall be responsible for submitting certified payroll records in accordance with Labor Code 1776 and submit copies to Contract Manager’s Labor Compliance Officer.

    No Contractor or Subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

    No Contractor or Subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

    This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

    Copies of the Prevailing Wage Determinations are available online at http://www.dir.ca.gov/DLSR.

    This is a federally-assisted project and Davis-Bacon (DBRA) requirements will be strictly enforced. Federal Labor Standards will apply. Contractors, including all subcontractors and apprentices, must be eligible to participate. Copies of the Davis Bacon Act Wage Decisions are available online at https://www.wdol.gov/dba.aspx

    If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractor shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.

    Designated loading and unloading sites are located on the Humboldt Bay National Wildlife Refuge and therefore all 2020 Soil Transport Services (trucking) is considered “work on the construction site”. Department of Industrial Relations Prevailing Wage Classification for Group 3 Teamster applies: https://www.dir.ca.gov/OPRL/2019-2/PWD/Determinations/Northern/NC-023-261-1.pdf

    Copies of the prevailing rate applicable to this project are on file at Humboldt County Resource Conservation District office and available upon request. Employers are responsible for paying the straight time prevailing wage rate and to make training fee contributions.

    The Contractor shall not provide brokered truck operator services, and bids for brokered services will be rejected as non-responsive. Use by the Contractor of Subcontractors as truck operators is subject to the Contractor’s full compliance with Labor Code 2750.3 (AB 5). Further, a Contractor using Subcontracted truck operators will remain responsible for performance of the work. Trucks may be subject to documentation requirements including but not limited to: copies of motor carrier permit, current registration, drug program enrollment, insurance, and air quality compliance.

    Contractor and any subcontractors are responsible to comply with all local road and State Highway laws including but not limited to State Truck Tarping Laws and Vehicle Weight Limitations.

    By:          Jill Demers, Executive Director   Dated: June 12, 2020


     

     


  •  COLLEGE OF THE REDWOODS SOIL REUSE AT WHITE SLOUGH-2020

    Bid Results

    June 29, 2020 2pm

    Bidder/Bid

    GR Sundberg, Inc. $435,000.00

    Wahlund Construction $383,428.00

    Innovative Construction Solutions $815,000.00

    Mercer-Fraser Company $733,910.00

    Figas Construction* $378,000.00

    *Apparent Low Bidder


    ADVERTISEMENT FOR BID

     COLLEGE OF THE REDWOODS SOIL REUSE AT WHITE SLOUGH-2020

    Humboldt County Resource Conservation District (HCRCD) invites Bids for College of the Redwoods Soil Reuse at White Slough.

    The work shall include furnishing equipment and staff to excavate soils to lines and grades shown on the plans from the former stadium site at College of the Redwoods, transporting the soil to the White Slough Wetland Enhancement site, and dumping the soil for spreading by US Fish & Wildlife Service staff. The work also includes removal of stumps and debris from the soils to be excavated at the College of the Redwoods site, and hauling off site for appropriate contractor disposal. As an alternative, the contractor may chip stumps and woody debris on site and spread as mulch over the excavated areas. The contractor shall also complete haul route restoration, site stabilization, and installation of temporary and permanent erosion control measures.

    The US Fish & Wildlife Service has secured required permits for the White Slough site including traffic control plans and encroachment permits for ingress and egress to the White Slough Site. The US Fish & Wildlife Service shall provide traffic control at the White Slough Site.

    The Contractor is responsible for obtaining a Humboldt County encroachment permit, if required, for access from Tompkins Hill Road to the College of the Redwoods site. The contractor is also required for preparing and implementing a traffic control plan for access to and from the College of the Redwoods site.

    The Contractor is also responsible for the preparation and management of an appropriate Stormwater Pollution Prevention Plan (SWPPP) for all work completed on the College of the Redwoods site.

    Bid proposals for the above project must be submitted electronically on the forms contained in the Contract Documents which shall be included as attachment(s) to an email with the subject line “Bid Proposal for College of the Redwoods Soil Reuse at White Slough” to HCRCD care of GHD Inc. at michelle.davidson@ghd.com. The email shall also contain the name of the Bidder, their address, license number, and California Department of Industrial Relations (DIR) registration number. HCRCD shall provide a response email receipt from GHD Inc. to the Contractor showing the date and time the submission was received.

    Bids received after the time specified for opening will not be considered. The Bidder is solely responsible for timely delivery of their bid.

    A non-mandatory pre-bid conference and site visit will be held to familiarize potential Bidders with this project and is scheduled for 10:00am, Thursday June 18th, 2020, meet at College of the Redwoods, 7531 Tompkins Hill Road, Eureka, CA 95501.  Applicable COVID-19 public health Orders then in effect will be strictly enforced during the pre-bid conference and site-visit, including at a minimum the requirement that participants wear masks and follow social distance protocols.

    Bids will be received electronically until 2:00 p.m. on Monday June 29, 2020 Pacific Daylight Time.

    Parties interested in attending the online bid opening must submit a request via email to michelle.davidson@ghd.comwith the subject line “Request for Invitation to College of the Redwoods Soil Reuse at White Slough Seal Bid Opening” by 1:00 p.m. on Monday, June 29, 2020 Pacific Daylight Time and respond to the invitation that will be sent via email from GHD Inc.

    Contractors may obtain an electronic copy of the Contract Documents at no cost by emailing michelle.davidson@ghd.com and requesting the “College of the Redwoods Soil Reuse at White Slough Bid Package”. Contractors are encouraged to carefully read the “Information for Bidders” section in the Contract Documents. The Contract Documents are also available online at the Humboldt County Resource Conservation District (Contract Manager) website: http://humboldtrcd.org/and the Humboldt Builders Exchange website: http://humbx.com/.

    CR Soil Reuse at White Slough Contract Documents


    CR Soil Reuse at White Slough Drawings


    Addendum #1

    Addendum #2

    Addendum #3


    Questions concerning these documents must be submitted by email by Thursday, June 25, 2020 to michelle.davidson@ghd.com

    Each proposal must be submitted on the prescribed form and accompanied by a certified check or Bid Bond in an amount of not less than 10 percent of the amount bid. Successful bidders will be required to furnish both a Payment Bond and Performance Bond in the full amount of the Contract Price.

    In accordance with Public Contract Code Section 10263 and with concurrence of the project funding agencies, the Contractor may be allowed to substitute securities for monies normally withheld by the Contract Manager to insure performance under this contract.

    This is a Public Works Project funded with CA State and Federal Funds. Therefore CA State and Federal prevailing wage rates will be required on this project.

    In accordance with the provisions of section 1720 et seq. of the Labor Code, the Division of Labor Standards and Research has determined the general prevailing rates or wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in section 1773.8. These wages are set forth in the General Prevailing Wage Rates for this project, and are available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR.

    It shall be mandatory upon the Contractor herein and upon any Subcontractor to pay not less than the said specified rates to all laborers, workers and mechanics employed by them in the execution of the Agreement pursuant to CA Labor Code 1774.

    Attention is directed to the provisions in section 1777.5 and sections 1777.6 of the Labor Code concerning the requirement to employ apprentices by the Contractor or any Subcontractor under it.

    The Contractor shall comply with and shall cause their Subcontractors to comply with all laws and regulations governing the Contractor’s and Subcontractor’s performance on this project including, but not limited to: anti-discrimination laws, workers’ compensation laws, and prevailing wage laws as set forth in CA Labor Code, Sections 1720-1861 et seq. and licensing laws, as well as Federal Labor Standards set forth in the Davis-Bacon Act (40 USC 276(a-a5), the Copeland “Anti-Kickback” Act (40 USC 276(c); and the Contract Work Hours and Safety Standards Act (CWHSSA) (40 USC 327-333). The Contractor is required to include the prevailing wage language in all subcontracts pursuant to CA Labor Code 1775(E)(b)(1). The Contractor shall post, at appropriate conspicuous points on the site of the Project, a schedule showing all the determined general prevailing wage rates.

    The Contractor agrees to comply with Labor Code Section 1775 (Payment of the Prevailing Wage Rates) and Labor Code 1776 (keeping accurate records) and Labor Code 1777.5, placing responsibility for compliance with the statutory requirements for all apprenticeable occupations on the prime Contractor.

    The Contractor shall comply with the requirements imposed by the California Labor Code Sections 1720 through 1861 regarding public works projects and prevailing wage laws and sections 16000-16800 of the CA Code of Regulations.

    Each worker needed to execute the work must be paid travel and subsistence payments as defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.

    Holiday and overtime work when permitted by law shall be paid for at a rate of at least one and one-half times the above specified rate of per diem wages, unless otherwise specified.

    Contractor and any Subcontractors shall be assessed penalties for violating the following labor codes; CA Labor Code 1813 for overtime, 1775 for underpayment of the prevailing wage, and 1776 for inaccurate or incomplete payroll records.

    The Contractor shall be responsible for submitting certified payroll records in accordance with Labor Code 1776 and submit copies to Contract Manager’s Labor Compliance Officer.

    No Contractor or Subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

    No Contractor or Subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

    This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

    This is a federally-assisted project and Davis-Bacon (DBRA) requirements will be strictly enforced. Federal Labor Standards will apply. Contractors, including all subcontractors and apprentices, must be eligible to participate.

    Copies of the Davis Bacon Act Wage Decisions are available online athttps://www.wdol.gov/dba.aspx

    If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractor shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.

    Designated soil loading and unloading sites are located on the College of the Redwoods Site and the White Slough Restoration Site and therefore all 2020 Soil Transport Services (trucking) is considered “work on the construction site”. Department of Industrial Relations Prevailing Wage Classification for Group 3 Teamster applies:   https://www.dir.ca.gov/OPRL/2019-2/PWD/Determinations/Northern/NC-023-261-1.pdf

    Copies of the prevailing rate applicable to this project are on file at Humboldt County Resource Conservation District office and available upon request. Employers are responsible for paying the straight time prevailing wage rate and to make training fee contributions.

    The Contractor shall not provide brokered truck operator services, and bids for brokered services will be rejected as non-responsive. Use by the Contractor of Subcontractors as truck operators is subject to the Contractor’s full compliance with Labor Code 2750.3 (AB 5). Further, a Contractor using Subcontracted truck operators will remain responsible for performance of the work. Trucks may be subject to documentation requirements including but not limited to: copies of motor carrier permit, current registration, drug program enrollment, insurance, and air quality compliance.

    Contractor and any subcontractors are responsible to comply with all local road and State Highway laws including but not limited to State Truck Tarping Laws and Vehicle Weight Limitations.

     

    By:          Jill Demers, Executive Director                  Dated: May 28, 2020




  •              

    WHITE SLOUGH WETLANDS ENHANCEMENT PROJECT-2019 SOIL TRANSPORT SERVICES

     The bid opening for the White Slough Wetland Enhancement Project-2019 Soil Transportation Services occured at 3pm on Tuesday June 4th, 2019 at the USFWS Humboldt Bay National Wildlife Refuge Visitors Center.  Three (3) bids were received and opened.  The apparent low bidder is : Nicholls Trucking Inc.


    Below is a summay of the bids received and opened:

    BIDDER-BID

    John's Group LLC-$145/hr

    Nicholls Trucking Inc.-$123.75/hr

    Frank Zabel Trucking Inc.-$129/hr

     


  • WHITE SLOUGH WETLAND ENHANCEMENT PROJECT - 2018 SOIL TRANSPORT SERVICES 

    The work shall include furnishing a minimum of five (5) and up to six (6) 10-wheel dump trucks with drivers to support soil transport at the White Slough Wetland Enhancement Project on the Humboldt Bay National Wildlife Refuge’s White Slough Unit for 8 hours/day, Monday-Friday, from July 9, 2018 through August 17, 2018. The work generally includes transporting soil on County/State Highway routes from a designated loading site to a designated unloading site both located on the Humboldt Bay National Wildlife Refuge. The soil will be loaded at the designated loading site by Humboldt Bay National Wildlife Refuge staff, hauled and dumped by the awarded contractor at the unload site where it will be spread by Humboldt Bay National Wildlife Refuge staff. The Humboldt County Resource Conservation District intends to enter into a single contract to complete the work.

    White Slough Wetland Enhancement Project Bidding Closed Monday July 2, 2018.

    Bid Results:

    Contractor-Base Bid

    Frank Zabel Trucking, Inc.-$124.00/Hour Per Truck and Driver

     

Copyright 2018  All rights reserved.

Site Up Dated  11/05/2020

Web Hosting by Aabaco

5630 South Broadway
Eureka, CA 95503

ph: (707) 442-6058 x5

hcrcd@yahoo.com