HomeMy WebLinkAboutPR 18410: ONE YEAR AGREEMENT WITH FARRWEST ENVIRONMENTAL SUPPLY, INC. PORT ARTHUR FIRE DEPARTMENT
MEMORANDUM
To: John A. Comeaux, P.E., Interim City Manager
From: John Avery, Deputy Fire Chief
Re: Proposed Resolution 18410
Date: 6/30/2014
Comment
RECOMMENDATION:
The Fire Department recommends the adoption of Proposed Resolution 18410, providing for a contract
between the City and FarrWest Environmental Supply, Inc. of Shertz, Texas in an amount not to exceed
$33,152.80.
BACKGROUND:
The Fire Department owns and uses a variety of air monitoring, radiation, and chemical detection
equipment to manage hazardous materials incidents and respond to citizen complaints.
In order to calibrate, service, and maintain the department's monitoring and detection equipment, the
department currently must engage a number of different vendors.
Additionally, due to evolving technologies and the age of the equipment, the Fire Department is faced
from time to time with the need to purchase replacement equipment.
The department intends to consolidate the calibration, servicing, maintenance, and training costs of the
department's monitoring and detection equipment to a sole vendor. The department also intends,
through a transition period,to retire equipment that has reached the end of its service life (either due to
age or technological obsolescence) and replace it with leased equipment that utilizes state of the art
technology, from the sole vendor. In subsequent years, when it becomes necessary, the leased
equipment will be upgraded by the vendor per the terms of the agreement. This will provide the Fire
Department with up-to-date tools to protect the environment and safeguard the citizens of Port Arthur
without having to purchase new equipment.
The proposed agreement provides for the lease, calibration, servicing, and maintenance of equipment
provided by the vendor. The agreement also provides for the calibration and servicing of certain
equipment currently owned by the City, until its retirement from service. Some City owned detection
equipment will be calibrated, but repairs to those will remain outside the scope of the proposed
agreement. Additionally, the vendor will provide annual refresher training for the care and use of the
detection equipment.
The vendor has quoted a cost of$33,152.80 for the covered services. The department has expended an
average of$39,107 per year over the last two years for calibration and repair. We anticipate that with
both the cost of the covered services, and the uncovered repair of a few of the City owned assets
(Smiths detectors),the total costs will be approximately equal to what we are currently spending.
Staffing Effect: none Budget Effect:funds are provided in account 001-1121-522.42-00
P.R. 18410
6/30/2014 jda
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE A ONE YEAR AGREEMENT WITH FARRWEST
ENVIRONMENTAL SUPPLY, INC. OF SHERTZ, TEXAS, IN
AN AMOUNT NOT TO EXCEED $33,152 . 80 FOR THE LEASE,
CALIBRATION AND SERVICING OF HAZARDOUS MATERIALS
DETECTION EQUIPMENT. FUNDING FROM ACCOUNT NO. 001-
1121-522 .42-00 .
WHEREAS, the Port Arthur Fire Department owns and
operates a number of hazardous materials detection
equipment; and
WHEREAS, the cost of calibrating and repairing this
equipment has averaged $39, 107 per year over the past two
years; and
WHEREAS, some of this equipment is nearing the end of
its service life, either due to age or technological
advances; and
WHEREAS, the administration of the Fire Department
believes that rather than purchase replacement equipment in
the future and continue to contract for its servicing that
a more prudent approach would be to enter into a lease
agreement which includes equipment, calibration and
servicing; and
WHEREAS, the proposed contract will cover all
calibration and servicing for both currently owned and
proposed leased equipment with the exception of repairs to
Smiths Detection equipment; and
WHEREAS, the Purchasing Division advertised for lease,
calibration, and maintenance services in the Port Arthur
News on June 1, 2014 and June 8, 2014 and contacted four
vendors and advertised via the City' s website and Public
Purchase; and
WHEREAS, FarrWest Environmental Supply, Inc. was the
only respondent to the RFP and quoted what the Fire
P.R. 18410
6/30/2014 jda
Department considers reasonable rates based upon our
current cost experience (see Proposal Evaluation Matrix
attached as Exhibit "A") .
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF PORT ARTHUR:
Section 1 . That the facts and opinions in the
preamble are true and correct .
Section 2 . That the City Manager is hereby
authorized and directed to execute a one-year contract,
with the option to renew for two (2) additional one-year
periods, with FarrWest Environmental Supply, Inc. , in
substantially the same form as attached hereto as Exhibit
"B", in an amount not to exceed $33, 152 . 80 .
Section 3 . That a copy of the caption of this
resolution shall be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED on this day of
2014, at a Regular Meeting of the City Council of the City
of Port Arthur, Texas, by the following vote: AYES:
Mayor:
Councilmembers :
NOES :
Deloris Prince, Mayor
ATTEST:
Sherri Bellard, City Secretary
P.R. 18410
6/30/2014 jda
APPROVED AS TO FORM:
V: ze o, C ty // torney
o-.... A.4.1 111111////
APPROVED FOR ADMINISTRATION:
John A. Comeaux, P.E. ,
Interim City Manager
APPROVED AS TO AVAILABILITY OF FUNDS:
OkdA-41,
Deborah Echols, Finance Director
S-4-4..c.A._)'--k (-,-.. CL."--L-1
Shawna Tubbs, Purchasing Manager
EXHIBIT "A"
City of Port Arthur
Detection Equipment
Proposal Evaluation Matrix
Farrwest
Environmental
Weight Supply, Inc.
Experience 1800 1575
References 1000 925
Price 1000 825
Quality of Response 200 130
Total 4000 3455
)I .11 Ak1 2-7/ /4:k
Y anda Scypion-Goudeaux, Purchasing Assistant Date
EXHIBIT "B"
CONTRACT FOR THE LEASE OF HAZARDOUS
MATERIALS DETECTION EQUIPMENT AND FOR THE
CALIBRATION AND MAINTENANCE BOTH LEASED AND
CITY OWNED DETECTION EQUIPMENT AND FOR
ANNUAL TRAINING ON THE USE OF LEASED AND
OWNED EQUIIPMENT
THIS AGREEMENT, made this day of , 2014 by and between the City of Port
Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called
"Owner" or "City" and FarrWest Environmental Supply, Inc., a Corporation herein acting by
and through its agent Travis Brown, hereinafter called "Contractor".
WITNESSETH: That for and in consideration of the payments, terms, conditions, and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1) The Port Arthur Fire Department owns and operates a number of hazardous materials
detection equipment which requires calibration and maintenance. The Contractor agrees,
in accordance with its response to the City's Request for Proposal, attached hereto, to
provide for the calibration and maintenance of the department's owned equipment subject
to the limitations outlined in the Contractor's response.
2) The Contractor will provide for the leased equipment, and servicing thereof, in
accordance with its response to the City's Request for Proposal, attached hereto.
3) The Contractor will provide annual refresher training to Fire Department personnel on the
in accordance with its response to the City's Request for Proposal, attached hereto.
4) The term of the Contract is for a one year period with an option to renew for two
additional one-year periods, subject each year to the mutual agreement of the parties.
5) The term "Contract" means and includes the following:
1. Agreement
2. Specifications and other terms and conditions as outlined in the Request
for Proposals
3. Quote
6) This agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
7) IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two copies, each of which shall be
deemed an original on the date first written above.
Executed on the day of , 2014.
CITY OF PORT ARTHUR
By:
John A. Comeaux, P.E.,
Interim City Manager
ATTEST:
By:
CITY SECETARY
Executed on the day of , 2014.
FARRWEST ENVIRONMENTAL
SUPPLY,INC.
By:
Print Name:
Title:
WITNESS:
By:
Print Name:
Title:
DELORIS"BOBBIE"PRINCE,MAYOR JOHN A.COMEAUX,P.E.
DERRICK FREEMAN,MAYOR PRO TEM INTERIM CITY MANAGER
COUNCIL MEMBERS: Cut Ciry t SHERRI BELLARD,TRAM
RAYMOND SCOTT,JR. CITY SECRETARY
ELIZABETH"LIZ"SEGLER
MORRIS ALBRIGHT VALECIA R.TIZENO
STEPHEN A.MOSELI' O Yt ► 1/1 tt—_�1�� CITY ATTORNEY
WILLIE"BAE"LEWIS,JR.
ROBERT E.WILLIAMSON TrAtb
KAPRINA RICHARDSON FRANK
June 3, 2014
REQUEST FOR PROPOSAL
DETECTION EQUIPMENT CALIBRATION, MAINTENANCE,AND TRAINING PROGRAM
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard
Time, Wednesday, June 18, 2014. (The clock located in the City Secretary's office will be the official time.)
All proposals received will be read aloud at 3:15 p.m. on Wednesday, June 18, 2014 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public
disclosure of contents; however, only the names of proposers will be read aloud.
MARK ENVELOPE: Detection
DELIVERY ADDRESS: Please submit one (1) original and five (3) exact duplicate copies of your RFP to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Request for Proposal should be directed in writing to:
City of Port Arthur, TX
Yolanda Scypion-Goudeaux, Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
Yolanda(i portarthur.net.
Deadline for submission of questions is Wednesday,June 11,2014 by 5:00 pm.
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 I 409.983.8160 I Fax 409.983.8291
The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions arc for your
convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed
in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the
above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically
transmitted RFP submittals will not be accepted.
_ L.
Shawna Tubbs, CPPO, CPPB
Purchasing Manager
Page 2 of 20
REQUESTS FOR PROPOSALS
DETECTION EQUIPMENT CALIBRATION,MAINTENANCE,AND TRAINING PROGRAM
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN
REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s).
Your assistance in completing and returning this form in an envelope marked with the enclosed bid
would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City,State, Zip Code: Date:
Page 3 of 20
City of Port Arthur
Request for Proposals
Detection Equipment Calibration, Maintenance, and Training Program
OBJECTIVE:
The intent of this Request for Proposal (RFP) is to obtain the services of a qualified contractor to provide a
combination program which involves the lease of certain detection/monitoring equipment, its maintenance and
calibration; and the maintenance and calibration of the City's existing detection/monitoring equipment; and
annual monitoring and equipment training classes for three fire department shifts.
PROPOSED PROJECT:
The scope of work for this project includes four(4)separate but complementary service provisions:
1) The lease of specified hazardous materials detection/monitoring equipment; and
2) The maintenance and calibration of the leased equipment; and
3) The maintenance and calibration of other specified hazardous materials detection/monitoring equipment
belonging to the City; and
4) The annual monitoring and equipment training to Fire Department personnel.
The following outlines the equipment and services expected from the contractor:
A. Contractor Leased Equipment: The Contractor will provide the following specified hazardous
materials detection/monitoring equipment items:
1. Nine(9) MultiRAE Lite, wireless portable multi-gas monitors,
a) Configuration: LR PID/LEL/O2/CO+H2S/S02 sensors
2. One(1) Mu1tiRAE PRO,wireless portable multi-gas monitor,
a) Configuration: HR PID/LEL/O2/CO+H2S/Gamma sensors
3. One(1) MultiRAE PRO, wireless portable multi-gas monitor,
a) Configuration: HR PID/LEL/02/SO2/Gamma sensors
4. One(1) Mu1tiRAE, wireless portable multi-gas monitor,
a) Configuration: HR PID/LEL/02/CO+H2S/SO2 sensors
5. Two (2) RAE Link 3 Wireless MESH Modem Kits
6. Twelve(12) custom vehicle mounts
Page 4 of 20
B. City Of Port Arthur Owned Equipment: The following pieces of equipment are currently owned by the
City of Port Arthur and will be serviced and maintained by the Contractor:
1. Six (6)AreaRAE (PID/LEL/O2/H2S/SO2 sensors), wireless multi-gas monitors
2. Six(6) RAE Link 3 modems
3. Two (2) MiniRAE 2000 Photoionization Detector(PID)monitors
4. Six (6) Ludlum 2241-3RK Rapid Deployment Kit radiation monitors
5. Ten (10) Canberra UltraRadiac radiation monitors
6. One(1) Smiths Detection HazmatlD 360 Fourier-Transform Infrared Spectroscopy(FTIR) Solid &
Liquid Chemical Identifier
7. One(1) Smiths Detection GasID Portable FTIR Gas &Vapor Chemical Identifier
8. One(1) Smiths Detection Responder R Raman Chemical Identifier
C. Calibration, Maintenance, & Repairs: The Contractor will meet the following service and
maintenance responsibilities:
1. Rae Systems Equipment:
a) All Rae Systems equipment will be serviced,inspected, cleaned, maintained and calibrated every
ninety(90) days in accordance with the manufacturer's recommendations in preparation for the
next ninety(90) day service cycle.
b) The Contractor will be responsible for all sensor replacement for the RAE Systems equipment
(whether leased or owned by the City) should a sensor fail to calibrate, including exotic sensors.
c) The Contractor will supply equipment and calibration gas for the user to perform routine
qualitative function checks ("bump test")of all Rae System air monitoring equipment.
d) The Contractor will maintain that it is a factory-authorized service facility and will maintain
RAE Systems Advanced certified technicians on staff at all times.
e) The Contractor will provide ProRAE Guardian Wireless Software support
2. Radiation Equipment:
a) All City owned radiation equipment that requires calibration will be sent to a manufacturer's
approved radiation lab for annual calibration and adjustment, at the expense of the Contractor.
b) All radiation equipment will be verified for proper working order during the quarterly
maintenance schedule.
c) Any replacement or repair costs, with the prior approval of the City, will be billed separately
from the standard maintenance program.
Page 5 of 20
3. Smith Detection Equipment
a) City owned Smiths Detection equipment will be verified to proper working order during the
scheduled maintenance visits.
b) Any replacement or repair costs, with the prior approval of the City, will be billed separately
from the standard maintenance program.
4. Service&Maintenance: Additional Requirements
a) The Contractor will perform repairs for damage or failure occurring during normal usage of the
Contractor's leased equipment.
b) All associated costs,parts and labor with these repairs will be the responsibility of the
Contractor.
c) In the event that the City's employees are responsible for the total loss or complete destruction of
a unit, or a unit is stolen while in the City's possession, the Contractor will be entitled to charge
the City for a replacement, and the amount of such charge shall be stated in the Contractor's
proposal.
d) The Contractor will provide loaner units, typically within twenty-four(24)hours of notice, in the
event of unit failure between service intervals.
e) The Contractor will provide twenty-four(24)hour, seven(7) days per week, service support for
equipment or technical problems or application emergencies.
f) The Contractor will perform these services on-site at the Fire Station(s) to which the equipment
is assigned.
g) The Contractor will maintain all service records and provide a copy of those records to the City
of Port Arthur Fire Department.
h) If the Contractor maintains an online service reporting portal or website, the Contractor will also
provide a log-in to the Contractor's server in order that the City may obtain copies of calibration
and repair documents.
5. Event/Incident Monitoring Support
a) The Contractor will provide additional Event/Incident monitoring support, as needed.
b) The Contractor will maintain a Pro-Board or IFAC credentialed Hazardous Materials
Technician(s) on staff for Event/Incident monitoring support and to address any technical
questions.
D. Training:
1. The Contractor will provide annual refresher training to Fire Department personnel on the care, use,
and maintenance of all monitoring/detection equipment identified in sections A and B of this
proposal.
2. Annual gas monitoring and equipment training classes will be facilitated on all 3 shifts.
Page 6 of 20
3. Training dates and times will be coordinated through the Fire Department Training Office and/or the
Hazardous Materials Response Team Coordinator.
4. The minimum refresher training curricula must address the following instructional components:
a) Equipment overview.
b) Basics of gas detection including all sensor technologies, correction factors and combustible gas
identification theory.
c) Wireless integration and use of Rae Systems equipment with ProRae Guardian monitoring
software.
d) Wireless software capabilities for public venue monitoring.
e) Compatibility of RAE Systems and Smiths Detection equipment and their use in typical and non-
typical hazmat scenarios.
f) Proper air monitoring procedures for various applications including overhaul,decon and
identification of hazardous materials.
g) Hazardous Materials collection and sampling procedures for investigation purposes.
h) Field maintenance and trouble shooting of monitors.
E. Services Not Required
1. The replacement of non-leased detection/monitoring equipment that may be damaged beyond repair
does not fall under the terms of this contract.
F. Contract Terms
1. The contract will be for a one(1)-year period with the option to renew for two (2) additional one-
year periods at the agreed contract price(s).
2. At the termination of any agreement reached between the City of Port Arthur and the Contractor, the
City will return all of the equipment leased under the terms of the agreement, either at the conclusion
of the contract period or earlier under agreed to terms of cancellation.
Page 7 of 20
G. Locations
1. The Contractor will perform these services on-site at the Fire Station(s)to which the equipment is
assigned.
2. Fire Station locations and proposed equipment assignment locations are listed below:
Port Arthur Fire Department Fire Stations
Address Station/District Apparatus Detection/Monitoring Equipment Assigned
Assigned
Central Fire Admin&
C 300 Waco Ave Station Fire Two(2)MiniRAE 2000 Photoionization Detector(PID)monitors
Prevention
Three(3) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEUO2/CO+H2S/SO2 sensors configuration
One(1)MultiRAE PRO,wireless portable multi-gas monitor w/HR
PID/LEU02/CO+H2S/Gamma sensor configuration
One(1)MuItiRAE PRO,wireless portable multi-gas monitor w/HR
PID/LEUO2/SO2/Gamma sensor configuration
One(1)MultiRAE,wireless portable multi-gas monitor w/HR
Unit 3, PID/LEUO2/CO+H2S/SO2 sensor configuration
1 1215 Woodworth Fire Station#1 Engine 1, Two(2) RAE Link 3 Wireless MESH Modem Kits Six(6)AreaRAE
Blvd Ladder 1, (PID/LEL/O2/H2S/SO2 sensors),wireless multi-gas monitors
HR 1 Six(6)RAE Link 3 modems
Six(6)Ludlum 2241-3RK Rapid Deployment Kit radiation monitors
Ten(10)Canberra UltraRadiac radiation monitors
One(1)Smiths Detection HazmatlD 360 FTIR Solid&Liquid Chemical
Identifier
One(1)Smiths Detection GasID Portable FTIR Gas&Vapor Chemical
Identifier
One(1) Smiths Detection Responder R Raman Chemical Identifier
2 1201 Grannis Fire Station#2 Engine 2 One(1) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEUO2/CO+H2S/SO2 sensor configuration
3 2232 Canal Fire Station#3 Engine 3 One(1) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEU02/CO+H2S/SO2 sensor configuration
4 5030 S.Gulfway Fire Station#4 Engine 4 One(1) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEU02/CO+H2S/SO2 sensor configuration
5 6099 Lewis Foster Dr Fire Station#5 Engine 5
One
PID/LEU(I) MultiRAE O2/CO+H2S/SO2 Lite,wireless sensor portable configuration multi-gas monitors,w/LR
6 4448 9th Ave Fire Station#6 Engine 6 One(1) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEUO2/CO+H2S/SO2 sensor configuration
8 7800 9th Ave Fire Station#8 Engine 8 One(1) MultiRAE Lite,wireless portable multi-gas monitors,w/LR
PID/LEUO2/CO+H2S/SO2 sensor configuration
3. The City reserves the right to assign/reassign any equipment to another station/location within the
City as may be deemed necessary.
Page 8 of 20
The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness
and clarity of content are emphasized and encouraged. Vague and general proposals will be considered
non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall
follow the described proposal format. The intent of the proposal format requirements is to expedite
review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that
the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review
and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the
proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages
of the proposal must be numbered and the proposal must contain an organized, paginated table of
contents corresponding to the sections and pages of the proposal.
A. EXPERIENCE
1. Provide a profile of experience for the Proposer and all members of the firm. This section shall include,
but not be limited to, the following:
a. Experience of team — number of years in field, number of Pro-Board or IFAC Hazardous Materials
Technician(s) on staff. Include a brief description of responsibilities and summary resumes of key
professional personnel emphasizing experience directly related to responsibilities of this project.
Include any specialty certification, which demonstrates special qualification as it relates to this
project. Indicate any additional personnel your firm would anticipate needing to hire, as required, to
take on the work for which this response is requested.
b. Experience of firm — number of years in existence and number of employees. Include a brief
overview of the accomplishments of the firm. Include names, titles, work addresses, and work
telephone numbers of the responsible corporate officer(s) in the proposed office location.
B. REFERENCES
1. Include five(5)references for which similar services have been provided. Include the following:
a. The time period work was performed
b. A brief description of the scope of work; and
c. Contact name, title, address, and telephone number.
The Contractor hereby authorize(s) and request(s) any person, firm, corporation and/or government entity to
furnish any information requested by the City in verification of the references provided and for determining
the quality and timeliness of providing the services.
Page 9 of 20
C. PRICE
1. Provide a replacement cost for the total loss or complete destruction of any leased unit(s).
2. Provide a Total Annual Fee for Equipment and Services to be provided per this RFP.
3. For items that must be serviced or repaired by a third party, materials to be charged at cost plus a
percentage markup as bid. Proof of materials cost must be provided with invoicing.
D. QUALITY OF RESPONSE
Completeness of the response to this RFQ including submission of all checklist documents.
Page 10 of 20
EVALUATION AND SELECTION PROCESS
All proposals will be screened by an evaluation committee and those proposals selected for a short list may be
invited to attend an interview, at the proposers own expense. Any invitation for an oral presentation will be
solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any
decision on the part of the evaluation committee as to the selection of a successful proposer.
The City will evaluate all responses based on the experience, qualifications, project approach, price, and quality
of response. The City reserves the right to negotiate the final fee prior to recommending any Vendor for a
contract.
The City's process is as follows:
1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation
ratings will be on a 100 point scale and shall be based on the following criteria:
a. Experience 45 points
b. Reference 25 points
c. Pricing 25 points
e. Quality of Response 5 points
2. City staff shall recommend the most qualified Vendor to the City Council and request authority to
enter into contract negotiations.
3. When services and fees are agreed upon, the selected Vendor shall be offered a contract subject to
City Council approval.
4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next, highest
ranked Vendor. The process shall continue until an agreement is reached with a qualified Vendor.
5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the
preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in
preparing for, traveling to and attending interviews.
The City reserves the right to use all pertinent information(also learned from sources other than disclosed in the
RFP process) that might affect the City's judgment as to the appropriateness of an award to the best evaluated
proposer. This information may be appended to the proposal evaluation process results.
Page 11 of 20
GENERAL INFORMATION:
Proposers are cautioned to read the information contained in this RFP carefully and to submit a
complete response to all requirements and questions as directed.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be
equivalent.
AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these
specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance
with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request,
over the signature of an authorized individual, to the Purchasing Division any time prior to the submission
deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal
of the proposal in any mariner, oral or written, will not be considered if submitted after the deadline.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with
Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
_ :;-MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must
affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: _ _
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty service
required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48
hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be
vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's
failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may
be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might
have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning
with 1.
Page 12 of 20
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port
Arthur as its principal place of business must have an official business address (office location and office
personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or
the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or
interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each
item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful
bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Fire Department, P.O. Box
1089,Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or
services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f
V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the
invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise
Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and
rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any
portion of these requirements.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, -
orders,regulations and codes of the federal, state and local governments relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer,
employee or agent of the City who exercises any functions or responsibilities in connection with the planning
and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract;
and,the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or
any money to the City until such debts are paid or until satisfactory arrangements for payment has been made.
Bidders must complete and sign the AFFIDAVIT included as part of this RFP.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It
is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities
less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law
to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced
Page 13 of 20
as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is
not correctly inserted the Contract shall be amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all
work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option
of selecting goods which may be considered more suitable for the purpose involved.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by
giving written notice to the Contractor of such termination and specifying the effective date thereof, at least
fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall
not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract
by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until
such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least
thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein,
the Contractor will be paid for the service that it has performed up to the termination date. If this contract is
terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor
to furnish releases or receipts for any or all persons performing work and supplying material or service to the
Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its
interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a
result of his fault or negligence in connection with the work performed until completion and final acceptance by
the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any
sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur
written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas,
unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in
force insurance that will protect against injury and/or damages which may arise out of or result from operations
Page 14 of 20
under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or
indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following
types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents,
and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles
coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
- - b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per
occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required
(including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates
and expiration dates) and to date and sign and do all other things necessary to complete and make into valid
certificates of insurance and pertaining to the above listed items, and before commencing any of the work and
within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except as
herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that
coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days
prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port
Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the
Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event
be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period;
the time may be extended by mutual agreement between OWNER and CONTRACTOR.
Page 15 of 20
Appendices
Page 16 of 20
APPENDIX A
LETTER OF INTEREST
RFP—DETECTION EQUIPMENT CALIBRATION,MAINTENANCE,AND TRAINING PROGRAM
DEADLINE:JUNE 18,2014
The undersigned firm submits the following information (this RFP submittal) in response to the Request for
Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply Detection
Equipment Calibration, Maintenance, And Training Program . Enclosed, And By this reference incorporated
herein and made a part of this RFP,are the following:
• Completed RFP Letter of Interest Form
• Completed Affidavit
• Completed Conflict of Interest Form
+ Non-Collusion Affidavit
Finn understands that the City is not bound to select any firm for the final pre-qualified list and may reject any
responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this
process will be borne solely by the firm, and that the required materials to be submitted will become the
property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete
..statements in this-RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and
making the RFP submittal.
This RFP shall be governed by and construed in all respects according to the laws of the State of Texas.
Fanwest Environme Supply, Inc. 6/6/2014
,7Firm Date
General Manager
orized Signature Title
Travis Brown 210-566-1857
Name(please print) Telephone
tb rown Afa nweste n v.co m
Email
Page 17 of 20
APPENDIX B
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation,
partnership or Institution represented by the signatory or anyone acting for the firm bidding this project
-has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and
Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made
to any competitor or any other person engaged in the same line of business, nor has the signatory or
anyone acting for the firm, corporation or Institution submitting a bid committed any other act of
collusion related to the developme i : • submission of this bid proposal.
Signature:
.. Printed Name: Travis Brown • . • - • • - - - -
T General Manager
Company: Farrwest En ironmental Supply, Inc.
...-- _ Date: 6 2r..)// .. ••• _ 4.---
SUBSCRIBED and sworn to before me the undersigned authority by Tume the Co of, 1 Li on
behalf of said bidder.
Notary Public in an v. the/
State of Texas
DEBRA KAY BYRD
ri Notary Puab�c,stare of xaa My commission expires: ��7/�res
< ,• Mmy.Commission Expl
February 27.2016
Page 18 of 20
APPENDIX C
AFFIDAVIT
All pages in Offeror's Responses containing statements,letters,etc.,shall be signed by a duly authorized officer
of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay
succeeding debts as they become due.
I h e r e b y c e r t i f y. that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to•execution of this agreement: I further agree to pay succeeding debts as they become due.,. • `•
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an •
agreement for the payment of said debts. I further agree to pay succeeding debts as become due.
Farrwest Environ• ental Su• •I , Inc. 6/-2
Firm Name Date
General Manager
uthorized Signature Title
Travis Brown 210-566-1857
Name(please-print) Telephone
thrown @farrwestenv.com
Email
r DEBRA KAY BYRD
STATE: Pica, _ • Notary Pubftc.State of TeXOE
My CornmtssRon Expires
COUNTY: . . February 27,2016 _
. SUBSCRIBED AND SWORN to before me by the above named I c.L' s B62.4.1
on this the ( p day of ,20 ) .
ak _a
No Public a °U
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 19 of 20
APPENDIX D
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vendor or other person doing business with local governmental entity
This questiotmaire reflects changes made to the law by H.B.1491,8Or Leg.,Regular Session.
This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business ielationship
as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a).
By law ties questionnaire must be filed with the records administrator of the local governmental entity not later than the 7m business
day after the date the person becomes aware of fads that require the statement to be filed.See Section 176.006,Local Government
Code. .
A person oammiis an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this
section is a Class C misdemeanor.
1.Name of person who has a bnsiaeas relationship with local governmental entity.
2. ❑ Cheek this box If you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appaoapriate filing authority not later than
7°business day after the date the originally fled questionnaire becomes incomplete or imamate.)
3.Name of a local government officer with whom filer has employment or business relationship.
Name of Officer
.. This section(item a iooluding subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment
- or other burin relationship as defined by Section 176.001(1-a),Local Government C ode.Attach additional pages to this Form
CIQ as necessary.
- - A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment
income,from the filer of the questionnaire?
❑ Yes ❑ No
B. Is the filer of the questionnaire receiving or Rely to teceiye taxable income,other than investment income,f rum or at the
direction of the local government officer named in this section AND the taxable income is not received from tine local
governmental entity?
El Yes ❑ No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves as an officer or director,or holds an ownership of 10 percent or more?
LYes D No
D. Descn'be each.. .... .I or business relationship with the local government officer named in this section.
4. 6/6/2a1V
Signature of person doing business with the governmental entity Date
Page 20 of 20
�� �
—ARRWEST �� ���U|���k�����/ �� (&]e,
Bid Content Prepared By
Travis Brown-General Manager
Farrwest Environmental Supply, Inc.
tbrown@farrwestenv.com
(210)566-1857: phone
(210)566-1897:fax
d~d���7F�����
"���n� . °.o� , ~�
A) Monitor Lease Program; Leased and Supplied Equipment Overview pg. 1
B) Service and Maintenance Performance Standards pg. 2
C) Program Pricing and Renewal pg. 3
D) Company and Team Experience pg. 4
E) Event Monitoring and Special Projects pg. 5
F) References pg. 6-7
G) Training Class Outline
ARR " r " i ' ! F iLl 4
•
Multi-Year Monitor Lease Program
This monitor lease and maintenance program is made according to the following terms
beginning (DATE) j for a period of no less than 12 months with 2, 1-yr extension options,
between CITY OF PORT ARTHUR FIRE DEPARTMENT and FarrWest Environmental Supply, Inc.The
following outlines the equipment and services contemplated under this agreement by FarrWest in
addition to the responsibilities assigned to CITY OF PORT ARTHUR FIRE DEPARTMENT.
FarrWest-List of Supplied Equipment
a) 9 x MultiRAE Lite (LR PID/LEL/02/CO+H2S/S02 sensors), wireless
b) 1 x MultiRAE PRO (HR PID/LEL/02/CO+H2S/Gamma sensors), wireless
c) 1 x MuItiRAE PRO (HR PID/LEL/02/S02/Gamma sensors), wireless
d) 1 x MultiRAE (HR PID/LEL/02/CO+H2S/S02 sensors), wireless
e) 2 x RAE Link 3 Wireless MESH Modem Kits
f) 12 x Farrwest custom vehicle mounts —
g) 90 day on-site service and calibration '°
h) Calibration Bump Gas for all equipment; leased and owned --
i) Event monitoring support, as needed
j) Annual gas monitoring and equipment training class for all 3 shifts
FarrWest-List of Maintained Equipment
a) 6 x AreaRAE (PID/LEL/02/H2S/S02 sensors), wireless
b) 6 x RAE Link 3 modems
c) 2 x MiniRAE 2000 PID monitors
d) 6 x Ludlum 2241-3RK radiation monitors, annual factory calibration
e) 10 x Canberra UltrRadiac radiation monitors, annual factory calibration
f) 1 x Smiths Detection Hazmat ID 360
g) 1 x Smiths Detection GasID
h) 1 x Smiths Detection Responder R —
i) ProRAE Guardian Wireless Software support
1
Service and Maintenance responsibilities: "Performance Standards"
(a) Every 90 days FarrWest will come on-site to a specified location to inspect,clean, maintain
and calibrate the instrumentation outlined above. The monitors will be serviced on-site in
preparation for the next 90 day service cycle.
- All radiation equipment that requires calibration will be sent to a 3`d party,approved
radiation lab for annual calibration and adjustment, at the expense of FarrWest.All
equipment will be verified for proper working order during quarterly maintenance
schedule.
- All chemical and biological equipment(Smiths Detection)will be verified to proper
working order during scheduled maintenance visits.Any replacement or repair costs will
be billed separately from the standard maintenance program.
(b) FarrWest will maintain all service records and provide a copy of those records to CITY OF
PORT ARTHUR FIRE DEPARTMENT. Farrwest will also provide a log-in to our server in order •
to obtain copies of calibration and repair documents.
(c) FarrWest will be responsible for any and all sensor replacement,should a sensor fail to
calibrate,including exotic sensors(ie. HCN or any sensor that doesn't have a 2 year
warranty).
(d) FarrWest will provide loaner units,typically within 24hrs of notice, in the event of unit
failure between service intervals. Farrwest also will provide 24/7/365 support for
equipment or technical problems or application emergencies. ,
(e) FarrWest will maintain that it is a factory-authorized service facility and will maintain RAE
Systems Advanced certified technicians on staff at all times. Farrwest will also maintain a
Pro-Board Certified Hazmat technician on staff for any technical questions.
2
PRICING
CITY OF PORT ARTHUR FIRE DEPARTMENT
1. Annual Fee for Equipment and Service
An annual payment of $33,152.80 will be made to FarrWest for the
above mentioned lease program.
A fee of 1 3%per month may be charged to any invoice outstanding over 60 doys
2) FarrWest will perform repairs for damage or failure occurring during normal usage of
equipment. All associated costs, parts and labor with these repairs will be the responsibility of
FarrWest. Total loss or complete destruction of a LEASED unit will result in replacement charge
of$2500.00.
3) Responsible for lost, stolen or destroyed equipment
(a) CITY OF PORT ARTHUR FIRE DEPARTMENT agrees to be responsible for the replacement
costs of any supplied equipment that is lost, stolen or destroyed while in its possession.
FarrWest will repair or replace equipment that is damaged in the normal course of use.
4) Return of equipment at the termination of this agreement
(a) CITY OF PORT ARTHUR FIRE DEPARTMENT agrees to promptly return ALL of the equipment
supplied under the terms of this agreement following the termination of said agreement.
This may occur at the conclusion of the contract or under written terms of cancellation
agreed upon by both parties.
5) Renewal Option
a) Included with this is the option for CITY OF PORT ARTHUR FIRE DEPARTMENT to extend this
program with 2, 1-year renewal options at the same price as stated above. At the end of the
4 years,the CITY OF PORT ARTHUR FIRE DEPARTMENT will be given the opportunity to
renew the lease program for an additional term. If the program is renewed, Farrwest will
collect all current equipment and provide all new equipment of the latest technology to the
CITY OF PORT ARTHUR FIRE DEPARTMENT.
3
EXPERIENCE
1) EXPERIENCE OF TEAM-Farrwest Environmental Supply, Inc.currently employees 10 full-time
employees and 3 part-time employees that are full-time,career firefighters and hazmat techs.
We have a total of 7 certified hazardous materials technicians on staff,4 members of Texas Task
Force I,5 certified firefighters on staff and 11 RAE Systems certified technicians on staff.
a) Travis Brown-General Manger; Oversees general operation of Farrwest Environmental
Supply with special regards to the fire, hazmat and first responder market.
- ProBoard-Certified WMD/Hazardous Materials Technician II
- Firefighter II,Cibolo Fire Department
- Hazmat Sampling Technician, ProBoard-Certified
- WMD/Hazmat Instructor II, ProBoard-Certified
- Certified on oil/gas well incident management for first responders,Wild Well Control
- RAE Systems Certified Technician
- RAE Systems Certified Trainer/Instructor
- Texas A&M University,Class of 2003
- Over 7 years working with and training first responders on air monitoring and gas
detection
b) Paul Tarter-Director of Business Development;oversees interior day to day operations will
planning for the future of Farrwest with regards to staffing,distribution and training.
- Over 30 years of experience in the safety field as a first responder and trainer.
- 15 years of sales and training experience in the safety and Homeland Security markets
as account manager for RAE Systems, Fischer Scientific and Airgas companies
- SFFMA Hazardous Materials Technician
- SFFMA Advanced Firefighter/EMT
- SFFMA Incident Safety Officer
- Certified Swiftwater, High Angle Rescue and Confined Space Technician and Instructor
- New Mexico Tech Instructor for Terrorist Bombing Awareness
- Member of Texas Task Force I, Hazmat,Swiftwater
c) Jim Farr-Vice President;With over 30 years in the environmental and safety industries, Mr.
Farr has built the Farrwest company philosophy of training,customer support and service
and only providing the very top quality in safety products.
- Has worked in many countries oversees on various defense agency projects
- OSHA 40-hour hazardous materials and radiation safety instructor
- Designer and project manager for various environmental deep well drilling sites in the
Pacific Ocean and across the United States
**More resumes and copies of certifications are available by request.
4
Event Monitoring Support and Special Projects
a) 2010 NBA All-Star Game-Provided monitoring services and technical support for Dallas Fire
Rescue and Arlington Fire covering Dallas Convention Center and Cowboys Stadium
simultaneously for period of 4 days for All-Star Week.
b) 2010 World Series-Provided technical support for Arlington Hazmat covering select games
at Ranger's ballpark.
c) 2011 NFL Super Bowl-Provided full monitoring services and support during 5 day period
leading up to and during the Super Bowl.Worked with RAE System's support(manufacturer)
to provide complete CBRNE monitoring,24hrs.per day,for Dallas Cowboys Stadium
reporting to Arlington Fire.Worked side by side with Texas DPS, Homeland Security, FBI, ICE,
CST's and local law enforcement.
d) 2011 World Series-Provided full monitoring services and support during each home game of
2011 World Series.Worked with RAE System's support(manufacturer)to provide complete
CBRNE monitoring for Dallas Cowboys Stadium and Ranger's Ballpark simultaneously
covering a crowd of over 150,000 people.Worked side by side with Texas DPS, FBI,CST's
and local law enforcement.
e) 2012 US Grand Prix-Formula 1-Contracted for full Hazmat/WMD operations including
monitoring, background data and response and to oversee Civil Support team and various
local agency operations.Obligations included monitoring for more than 300,000 over a 4
day period and international dignitary protection.
5
REFERENCES
1) San Antonio Fire Department-Hazmat
- Farrwest provides maintenance, support and sales of all PPE (level A),chemical
detection, radiation and gas monitoring equipment on a monthly basis.All work is
performed on-site at 2 different fire/hazmat stations.This is a multi-year contract also
providing event monitoring support for large scale events.
- Contact: Captain Troy Teague,
(210)464-8874
SAFD Station#1; 515 N.Cherry Street,San Antonio,TX 78202
troydee.teague@sanantonio.gov
2) Harris County Fire Marshal's Office-Hazmat Team
- Farrwest provides maintenance,support and sales of all radiation and gas monitoring
equipment on a quarterly basis.All work is performed on-site at the fire/hazmat station.
This is a multi-year contract also providing event monitoring support for large scale
events.
- Contact:Chief Bob Royal'
(281)436-8160
2318 Atascocita Rd., Humble,TX 77396
Bob.royall@fmo.hctx.net
3) Oklahoma Department of Homeland Security
- Farrwest maintains a multi-year contract for all hazmat equipment service,calibration
and maintenance to include radiation, chemical identification and gas detection
equipment. Farrwest provides on-site service to over 32 different cities in Oklahoma on
a quarterly basis maintaining documentation and accountability for Homeland Security.
- Contact:Johnny Vaughn- DHS Regional Response Coordinator
(405)425-7274
3600 N. Martin Luther King Blvd.,Oklahoma City,OK
ivaughn @dps.state.ok.gov
4) Pasadena Fire Department
- Farrwest an all-inclusive lease program for chemical and gas detection monitoring
equipment.All work is performed on-site at the fire/hazmat station.This is a multi-year
contract also providing event monitoring support for large scale events.
- Contact:Chief Chris Roberts,Safety Chief
(832)540-6388
1001 Shaw Ave, Pasadena,TX 77506
safetypfd @yahoo.com
6
5) Texas Commission on Environmental Quality
- Farrwest maintains a multi-year contract for all emergency response sampling
equipment to include service,calibration and maintenance of radiation, chemical
identification and gas detection equipment. Farrwest provides on-site service to over 12
different regions across Texas on a quarterly basis maintaining documentation and
accountability for TCEQ
- Contact: Kelly Crunk, Emergency Response Coordinator
(512)789-0434
12100 Park Circle,Austin,TX 78759
Kelly.crunk@tceci.texas.gov
**MORE REFERENCES AND CONTACTS ARE AVAILABLE BY REQUEST
7
Air Monitoring Class
• LEL
o What does LEL mean and how is it measured
o How LEL sensors work, detect gas
o Common problems of LEL sensors in confined space
o Understanding LEL correction factors and different combustible gases
o Understanding%LEL vs%VOL vs PPM
o Why can we smell gas but nothing is showing on my monitor?
o LEL meters vs. leak detecors
o Why do we use methane (CH4) as a standard for LEL sensors?
• Electro-chemical (Toxic)Sensors
o What are electro-chemical sensors and what do they detect?
o How does an electro-chemical sensor work?
o What does it mean to keep a sensor hot and why?
o Understanding response times with toxic sensors
o Understanding cross-sensitivities
o How to conduct air monitoring in general
o Oxygen sensors and the rule of'5,000'
• PID
o What is a PID and what does it detect?
o How does a PID work?
o PID lamp types
o Common problems with a PID
o PPM, PPB and %VOL
o Correction factors relating to a PID
o Uses and techniques for PID's
Gas Detection Equipment
• MuItiRAE and/or PRO
o Features and options of the MuItIRAE
o Sampling with the MultiRAE
o Changing sensors or setup with the MultiRAE
o Using the Multi RAE in wireless monitoring
o Hazardous Materials sampling procedures
o Field maintenance and trouble shooting
o Compatability of different detection equipment and monitors
• Wireless Systems
o ProRAE Guardian Software Platform familiarization and demo
o MultiRAE wireless capability
o ProRAE Guardian uses for public venue monitoring
• Q&A, Hands-on equipment demo and familiarization