Loading...
HomeMy WebLinkAboutStaff Report 454-09CITY FROM: MANAGER DEPARTMENT: DECEMBER 7, 2009 CMR: 454:09 Approval of Agreement tbe Palo Apprenticeship Committee (CFFJAC) Transportability Study Physical Ability Professional Services RECOfdfdENDATION Staff recol11lnends that City Council approve and authorize the Purchasing Manager to execute the attached agreement with the California Fire Fighter Joint Apprenticeship Committee (CFFJAC) to conduct a transportability study. This study will allow the City to accept the Candidate Physical Ability Test (CPAT). CPAT is a testing process to ensure critical and physical fire fighting tasks can be performed to set standards. BACKGROUND The Candidate Physical Ability Test (CPAT) is an internationally recognized physical ability standard for entry-level firefighters. CPAT is a test to n1easure a candidate's abilities to perform the physically demanding tasks of firefighting. The program involves comprehensive recruitment of a diverse candidate pool, a Inentoring and training process to help candidates prepare for the demands of the CPAT, and a rigorous assessment of the physical abilities of the candidates. The CP AT contains the most contemporary and essential elements of a firefighter candidate physical ability test. It includes validation and transport procedures, specially designed equipment and props, entry-level firefighter physical abilities test components, orientation and administration instructions, and appropriate support infonnation to provide for successful administration. Majority of fire agencies in Santa Clara County subscribe to the CPAT process for their entry-level firefighters. In order for Palo Alto to subscribe, the Fire Department must first complete the transportability study to analyze whether the components of the CPAT are consistent and compatible with duties required of Palo Alto firefighters. Project Description The components and validation process of the CPAT are published and copyrighted as "The Fire Service Joint Labor Managen1ent Wellness/Fitness Initiative Candidate Physical Ability Test" CMR 454:09 PAGE10F3 (CPAT Manual) by the International Association of Fire Fighters (IAFF). grants licenses for the administration of the CPAT, as established in the CPAT Manual. The CPAT program is also endorsed by the International Association of Chiefs (IAPC). The California Fire Fighter Joint Apprenticeship COlnmittee (CFFJAC) is a unique collaboration (Health and Safety Code §13159.9) of the Office of the California State Fire Marshal, representing fire Inanagenlent, and the California Professional Firefighters, representing labor. A transpoliability study is required before a fire department can accept a CP AT card from a candidate when considering for hire. CFFJAC is licensed by to administer the CPAT and conduct a Transportability Study that documents the validation process and determines whether the CPAT provides an accurate simulation of the task critical to entry-level firefighters at the City's Fire DepaIilnent. The cost of such a study can run between $6,000 and $10,000 depending on consultaIlt used. CFFJAC will serve as consultant for the Transportability Study, however, if the City agrees to accept the CP AT card for a period of seven years, CFFJ AC will waive the cost of completing the study. If we do not agree to accept the CP AT card, or if the transportability study results show that CPAT tests are not applicable or appropriate for the City, the City will have to pay for the transportability study. Staff is recolIDllending this agreelnent with CFFJAC because the current practice of conducting our own Physical Agility test is costly, time consuming and would require our own validation process and would result in a greater amount of staff time and Fire Department overtinle. RESOURCE IMPACT Data gathering as a part of the process will involve minimal Fire Department staff and personnel time. The cost of the Transportability Study is approximately $7,000, however this cost will be waived when the City accepts the tenns of the agreement to accept the CFFJAC CPAT card. If the study indicates that the City should not accept the CP AT card, or if the City decides to tenninate the agreelnent before the end of the seven year period (see rate schedule provisions in Exhibit B of Attaclunent A), a pro rata share of the contract cost will be incurred. This contract is for a seven year period and requires Council approval. POLICY IMPLICATIONS This recommendation is consistent \vith existing City policies. The actions recommended in this report do not constitute a proj ect under the California Enviromnental Quality Act (CEQA). Attachment A: Agreement Between the City of Palo Alto and California Fire Fighter Joint Apprenticeship Committee for Professional Services (CP AT Card of Completion and Transportability Study) CMR 454:09 PAGE 2 OF 3 PREPARED BY: Deputy Chief, Fire Support Services DEPARTMENT HEAD: NIJkMlk~ Fire Chief CITY MANAGER APPROVAL: J CMR 454:09 PAGE30F3 CITY OF PALO ALTO CONTRACT NO. CI01337-H AGREE-'IENT BET\\'EEN THE CITY OF P~~LO ALTO A~D CALIFOR~IA FIRE FIGf-ITER JOINT APPRE~CTICESHIP CON1\IITTEE FOR PROFESSIONAL S . RVICES (CPAT CARD OF COl'v1PLETION AND TRANSPORTABILITY STUDY) This AGREEMENT is entered into October 6, 2009 by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California (,'CITY"), and California Fire Fighter Joint Apprenticeship Con1mittee, located at 1780 Creekside Oaks, Suite 201, Sacramento, CA 95833 ("CON SULTANT"). In consideration of the covenants, terms, and conditions set forth In this Agreement, the parties agree: SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perforn1 the Services described in Exhibit "A" (attached to and lnade a part of this Agreelnent) in accordance with the tern1S and conditions contained in this Agreement. The perforrnance of all Services shall be to the reg..sonable satisfaction of CITY. CONSULTANT's project director for this Agreelnent is Kevin, White, Field Services Director. SECTION 2. TERM. The tenn of this Agreement shall be for a seven year period frol11 the date of its full execution through November 30, 2016 unless terminated earlier pursuant to Section 18 of this Agreelnent. SECTION 3. SCI-IEDULE OF PERFORMANCE. Tilne is of the essence in the performance of Services under this Agreen1ent. 17 CONSULTANT shall complete the Services in accordance with the schedule set fOlih in Exhibit "A". SECTION 4. NOT TO EXCEED COMPENSATION. CITY shall pay CONSULTANT for perfonnance of the Services, including both paYlnent for professional services and, if authorized, reilnbursable expenses, an an10unt not to exceed seven thousand Dollars ($7,000.00). No Additional Services are authorized. a. PaYlnent for Services. City shall pay CONSULTANT for Services perfonned in accordance with this Agreen1ent: (OPTION 1) r ' The totallnaxilTIUlTI lUlTIp sun1 cOlTIpensation of __ _ (OPTION 2, IF lVIORE TIIAN ONE RATE USE OPTIO~ 3) " The sun1 of _____ dollars ($ ~ per hour. (OPTIO.:"I 3 -) P A S1.1n1 calculated in accordance with the fee schedule set fOlih in Exhibit "B" attached to and Inade a pari of this Agreen1ent. 1 8261034 b. expenses reimbursen1ent c. (Optional) dollars ($ -_-.---' only by advanced, COKSULTANT shall scope of services, expenses, for such Agreement, CONSULTANT an10unt set forth be reilnbursed perfonnance of the set forth in Exhibit ~~B~~. and necessary \vith the expense Additional Services. The City set the sun1 of --~- Services. CONSULTANT provide Additional Services fron1 the City's project .lLlULLll.lp:;.,"-'.l. At the CITY~s request, a proposal for Additional a description of the and proposed 1naxinluDl including reimbursable Conlpensation shall be based on current rates set f01ih in are not rates or lU111p sum. Additional Services paYlnent 'would exceed all invoices to Blooln, Depm1n1ent: Proj ect IVlanager. 650-329-2265. (Option 1) for cOlnpletion of all Services. Invoices shall provide a detailed statenlent of Services fJ ...... .1..1.v.J..J..J..l'-,'-< and the fee for such Services. If reinlburse1nent is authorized, the invoice include supporting doclllnentation of the expense. (Option 2) be sublni tted Services """''''· ... 1-'' ... '''''' be subnlitted in arrears than 1110nthly. invoice period and shall include r)"",1,,"'A1""" subcol1sultants have "'J.J.U .. U.l~'-'-.1..l.l during the tenn of this to perfonn the Services. perfonned. Invoices shall not provide a detailed statenlent services. If reinlbursenlent of the expense. qualifications to licenses, pernlits, CONSULTANT's services shall be perfornled in '-'-'-'l,.tv'-"J and principles and shall nleet accordance \vith generally professional stand ard and '-'.til.LlU""'" knowledge and skill in the san1e discipline California under the sanle or -.Ju"" ... , ....... shall cOlnply Inay affect v1.1.;::;<'<';:;\,-"_l to perform such docunlentmion is prepared. CONSULTANT shall COlTect at no COS1 to CIT'{~ any and all elTors, Olnissions, or anlbiguities in the \vork product submitted to CITY, provided CITY gives notice to CONSULTANT. This obligation shall survive tennination of the Agreernent. SECTION 9. INDEPENDE~T CONTRACTOR. In perfonning the Services CONSUL TA.NT is an independent contractor. Neither CONSULTANT nor any of CONSULTANT's officers, enlployees, agents or subcontractors, if any, is an agent or enlployee of the CITY by virtue of this Agreelnent or performance of any Services under this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreenlent nor the perfonnance of any of CONSULTANT's obligations hereunder without the prior written consent of the city Inanager. SECTION 11. SUBCONTRi-\CTING. CONSULTANT Inay subcontract with Initiative Partners Group (IPG, LLC to c0111plete the Transportability Study described in Exhibit A to this agreelnent but shall not subcontract any other portion of the work to be perfonned under this Agreement without the prior written authorization of the city manager or designee. CONSULTANT shall be responsible for directing the work of any subconsultants and for any conlpensation due to subconsultants. CONSULTANT shall be fully responsible to CITY for all acts and Olnissions of a subconsultant. SECTION 12. OWNERSHIP OF MATERIALS. All vvork product, including without linlitation, drawings, plans, reports, specifications, calculations, dOCl1l11ents, and other nlaterials developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perfornl the Services, and copyright interests in the work product (including all copyrightable interests arising under the 1990 Architectural Works Copyright Protection Act), are the property of the CITY. CITY acknowledges that its use of the work product is lilnited to the purposes contenlplated by the scope of -work and that the C01-JSULTA1'-JT ITlakes no representation of the suitability of the work product for use in or application to circunlstances not contelnplated by the scope of vvork. Neither CONSULTANT nor its contractors, if any, shall nlake any of such nlaterials available to any individual or organization without the prior written approval of the city nlanager or designee. CONSULTANT vvill permit CITY to audit, at any reasonable tilne during the tenl} of this Agreelnent and for three (3) years thereafter, CONSULTANT's records pertaining to nlatters covered by this Agreenlent. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or' earlier ternlination of this Agreenlent. To the fullest extent penyjtted by law, CONSULTANT shall protect, indemnify, defend and hold harnlless CITY, its Council melnbers, ofIicers, enlployees and agents (each an "Indemnified Pmiy") frOln and against any and all denlands, clainls, or liabilities of any nature, including death or injury to any person, propeliy damage or 3 8261034 any other loss, including all costs and expenses of vvhatever nature including investigation and adn1inistrative expenses, attorneys fees, experts fees~ costs of alternativ-e dispute resolution, court costs and disbursectents (,Claims") resulting from, arising out of or in any manner related to perfonnance or nonperfonnance by CONSULTANT, its officers, en1ployees, agents or contractors under this Agreelnent, regardless of whether or not it is caused in part or contributed to by an Indemnified Party. The foregoing indenlnity obligation shall not apply to Clail11s caused by the sole negligence or w-illfull11isconduct of an Indemnified Party. The acceptance of CONSULTANT's services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of Section 16 relating to insurance do not linlit the provisions of this Section 14. The provisions of this Section 14 shall survive the expiration or early ten11ination of this Agreen1ent. SECTI ON 15. NO IiVIPLIED \VAIVER. CITY's paYlllent or partial payment for, or acceptance or partial acceptance of, CONSULTANT's services shall not operate as a waiver by CITY of any of its rights under this Agreement. SECTION 16. INSURANCE. INSURANCE REQUIREMENTS 'VAlVED (a) Requirelnent. C01'JSULTANT, at its sole cost, shall purchase and 111aintain in full f-eree El-tH.IDg-the tenn of this Agreement, the insurance Goverage describeEl--i~it "e", attache4-te aB:E!--m-aEl~ of this }\:greement. Insurance must be provided by cOl11}7ftE:ies v·lith a Best's Key rati-ng of A, :\TII or higher, lvvl-rich-are--aEl-mitted to transact in-sBffiilce bU-s-i-BeS-S---i-H----tl1e--&t-at-e-ef G~l1iefr-a-re-e-1-flePNise accepta-e±e to the City's Risk }y1anager. The--Gity's RislE Ma·Ha-g-er-m-l.1st approve deductibles and self insured reteBtions. IH aEl-El-i-tion, al-l---p-el-iei-es, efiders-elTIefi ts, c ertificate-s-aB.~i-l-1fler-s-al:e--s-ubj ect to approval by th-e-RislrM-anage-F-a-S--t-e-ferm aH:El-€-OR-t-eB:k tbj-el1.aor-S-CHl6-Fl ts . C 01'J&Yb+AN-=f-s-li:a-l-l-e-btaffi-a-13e±-i.-cy--ei18,0·FSei1-1-6-Ht-B.-a-ming-:H1C--C-i-t-y-ef-l2al-e Alto--as an additiOl18:l--insured unEler-any-general Iffiel-ti-ty or a'<--tt-etB-eB-i-l-e-IJo-l-it-y. CONSULT-AN-J: s-hal-±----eB-1i-n-a~ment stattng-tftat-the-i-fisurance is---fH:fffmFyr--Be-veroge-and \vil-l-rte-t--be c-at-1c-eI-etl-Bf-ffi-atelq-a-l-l-y-retl-u€eEl--iR--€6-Veffi-g-e-e'F--l-i-Hl-i+s-tl-n{-i1--a-H6-r13rev-i~G-8:a-Y-5-IJ-l:fer---wr.itt-en HB-t:-ice--e-f-t-11e-GU:H-eci-l-a-tte1-1-BI-meB-i-ficatien--te-tl:re-Gtty-:.s-Pcis-lE:-M-a-l1a-g-er.- Et-~evi-El-eHce Regaired. C01'JSULTAl'JT-s-l'l-al-l provide cert-i-fH3-ales of s'cl€-h-130i-ic~-es--e-F-et-fler evid-eB€e of cev-erage sa-tisfactOlT-4o CITY's Fisk },1anager, t&g€ther 'ivith t:fie----reEtuired enElel~einerrts--anEl evidence of paY111~reFB-i-um-s-;-t-&-GI-H-OOl1€ttFreffil-y-wi-tB-{ne executien--ef t!-1-i-s-AgFeeH'le-l1t-aUfl-sllB:l-l-t-h:fG-Hg+1EH:l+-tll e-t-er :n-ef4fii-s-Agree-m.eH ~-re v i Ele-c HlTent--refti-fi-€-ates evi-B-encl--ng-tfle-reEtt--H-Fed-tfl5Uf-RBBe-C-e.:verages-anEl--e:nEl-erse±-11ents to the CITY's R-is-k-M-anag-e'l":- EEl~l3-c-en-1-rac-t 0 rs. C GNWLTA:1'tI-sl1ali--i-Hc-l-OO-e-a-l-l-su-b€0-n1-ra€-te-fs-as-ins-ureci-ttBB-el=-i-t-s-pei-ie-ies or--sh-al-l--eB-ta-i-n----afttl1 7ro-v-itl:e-tB CITY s ep arate c ertifi-€-ates~nd-ertder-semeffi~fur each s-uboon1rooter-t-l1at-meet-al-l---1-fle-rettttireiTIents-ef-4fti-s--s-eaiBB-:- (-e-)-Ne-L-i-ln-i-ta-t-iet-1-BfG-l?-ij-ga-tie-n-5-:-1'fie---t3 f68:! 1~eft-FeEttti-recl-f1ei-iaes-e-H-n5\:l1:.aRC e shall Ret G-per-a-te--te--l-i-rnit C01'JWLTAJ:JT's li-a-b-i-l-i-1-y or ohl-iga-t-i-eH-to--inElenmify CITY aRder this Ag-r-eemefl-h 4 8261034 CONSlTLTA.NT, by executing Agreement, certifies it is avvare of provisions of the Labor Code of State of California vvhich require en1ployer to insured against liability for vvorkers' con1pensation or to undertake self-insurance accordance vvith provisions of Code, and certifies that it vvill cOlnply such provisions, as applicable, before commencing and the of Services. city n1anager n1ay tern1inate this Agreement or abandon any pOliion the Services, giving ten (10) days' prior written notice to CONSULTANT. of such notice, CONSULTANT vvill perforn1 no fllliher Services except as specified Before the date tennination or abandonlnent CONSULTANT shall deliver Manager all work product related to the Services vvhether or not con1pleted, not othenvise previously delivered. City shall CONSULTANT for Services perforn1ed in accordance vvith this Agreen1ent before the of tern1ination. If paYlnent is to be 111ade on a hunp SUln for Services or by and tennination or abandonn1ent occurs before cOlnpletion the services or any defined task which was con11nenced the notice of termination, the for services perfol1ned shall be based on an amount Inutually agreed to by the and Consultant performed in confoDnance with Agreen1ent before the of termination. In addition, the CITY reilnburse CONSULTANT authorized expenses incurred and not previously reimbursed. The City shall not be for fees or costs associated with the tern1ination or abandOlunent except the and reimbursement of authorized expenses, payable pursuant to section (b) ~=-:...:::::-=:::::..;=-=-::...=:::::...~..::::........;:..:::..:.o= CONSULTANT, not in default or breach, Inay tenninate its obligation to provide further Services under this Agreelnent giving thiliy days prior written to but only in event of a default by which has not been cured within days the notice. be given in writing and Inailed, postage prepaid, by celiified n1ail, addressed as To CITY: Office City of Palo Alto Post Office 10250 Palo CA 94303 a to the Purchasing 1vianager the Proj ect Manager. To CONSULTANT: Attention the project at address of above 5 U I.l-l.l'-'U'Hu '''<lLl.'L1.~U, contractors .,...,0"",,,,,,\ who has or will any financial interest under this CITY; this interpreted accordance the Governnlent of the CONSUL T AKT is a as that tenn is by the Practices C01TInlission, CONSULTANT be required and ivlunicipal to file the appropriate financial disclosure dOCUlTIents required by the Palo Alto and the Political '-'-'-'-'-, ........ "'""'" Act. agrees that or applicant national V.1. .1.';;"l..L1., ·weight or i-l'-'l.I=',.LlL performance of enlploynlent of housing status, CONSULTANT agrees to nleet Ll-UJ,Hi-lF, to nondiscrilnination In set forth in Exhibit of the State Alto ivluncipal c01TIpleting the ,-,,-,",1"-",-",","Ll,-," will govern Agreenlent. --'----'==-=-' In the event an action is brought, parties agree of such action exclusively in the state courts of California or in the United Disnict Court District of California the County of Clara, State of California. connection entire and 11-.1'.on"-,,,Te,ri negotiations, representations, and Agreenlent is This Agreement tenTIS and conditions the parties this Agreenlent. consent of I..ULl"'J.l.L, which is without the a written to the fiscal of the Charter 6 sexual their This City by 61034 ---~--. of Palo Alto and the Palo A.lto Municipal Code. This Agreement will terminate without any penalty (i) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the ev nt that funds are only appropriated for a portion of tha fiscal year and funds for this Agreement are no longer available. This Section 22(f) shall take precedence in the event of a conflict with any other covenant, term, conditio~ or provision of this Agreement IN ~SS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date fit~t above writteIL CITY OF PALO ALTO APPROVED AS TO FORM! Deputy City Attorney APPROVED: ~Contract Administrator _Purchasing Manager ~Assistant City Manager Attachments~ EXHIBIT I'A": EXHIBIT nB": SCOPE OF WORK COM'PENSATION ~RNIA FIRE FIGHTER JOINT ~~HJPCOMMITI'EE ~~~~ """ Name: DAN TERliY Title: Chair IAdminis tratQt 7 8261034 Background EXHIBIT' A' SCOPE OF SERVICE S The Inten1ational Association of Fire Fighters (IAFF) and the International Association of fire Chiefs (IAFC) developed the fire Service Joint Labor rvlanagen1ent Candidate Physical Abilities Test (CPAT). The United States Depm1n1ent of Labor, labor attorneys, exercise physiologists, occupational health physicians, industrial psychologists, firefighters and fire officers, and statisticians further strengthened the CP AT development through cOlnprehensive revie'w and test validation processes. The CPAT contains the most contemporary and essential elelnents of a firefighter candidate physical ability test. It includes validation and transport procedures, specially designed equipn1ent and props, entry-level firefighter physical abilities test cOlnponents, orientation and adlninistration instructions, and appropriate supp0l1 inforn1ation to provide for successful adlninistration. The con1ponents and validation process of the CP AT are published and copywrited as "The Fire Service Joint Labor Managelnent Wellness/Fitness Initiative Candidate Physical Ability Test" (CPAT rv1anual) by the IAFF. The IAFF grants licenses for the adn1inistration of the CPAT, as established in the CPAT Manual. The California Fire Fighter Joint Apprenticeship Con1n1ittee (CFFJAC) is a unique collaboration (Health and Safety Code § 13159.9) of the Office of the California State Fire Marshal, representing fire n1anagelnent and the California Professional Firefighters, representing labor. This pminership creates a balance with labor and n1anagelnent that benefits all California fire departlnents and firefighters. This partnership places the CFFJAC in the position to transport the validation of the CPAT to the operations of the interested fire departlnents and to con1ply with the CP AT standards as published in the CPA T Manual. The California Fire Fighter Joint Apprenticeship Con1n1ittee (CFFJAC) is licensed by the IAFF to adrninister the CPAT. The CFFJi~C also has the 'written pern1ission and authorization fron1 the IAFF to reproduce, reprint and use the CP AT materials in their entirety. This license is granted to CFFJAC upon the express conditions that the CFFJAC Inust use the CPAT in whole and only for the purpose of candidate testing. With that trust, CFFJA.C is dedicated to the in1plementation and ad1l1inistration of the CP AT standard throughout the state of California, as printed in the CP AT Manual. Scope of Services CONSULTANT shall work with City to con1plete a Transportability Study that provides a con-elation of in1portance and physicality of the tasks included in the CPAT vvith the tasks performed by elnployees in City's Fire Departn1ent. The Transportability study shall include the following cOlnponents: 8 8261034 1. a. Equipn1ent Survev: To determine -vvhether the equipment City~s Fire Department uses is c0111parable to the equipn1ent used as pm1 of the CP A T~ CO)JSULT A~T shall provide City -vvith a complete equiplnent survey and instructions for properly completing the survey. b. Job Analvsis Survey: CONSuLTANT shall provide City -vvith instructions and materials for completing an accurate job analysis, including but not lin1ited to detern1ining the appropriate number of survey participants, selecting survey pmiicipants, and adlninistering the surveys. c. Incumbent Survey and Evaluation of CPA T: CONSULTANT shall provide City with instructions and materials for selecting the nun1ber and identity of City firefighters to evaluate the elelnents of CP AT. 2. Transportability Consultant shall produce a final Transportability Study report that docun1ents the validation process and results and analyzes and detennines whether the CPA T provides an accurate sin1ulation of the tasks critical to entry-level firefighters at the City's Fire Depmiment. The TranspOliability Study report shall cOlnply ,;yith the Equal En1ploYlnent 0ppOliunity Con1n1ission's Guidelines on Employee Selection (29 CFR 1607.15) and shall contain (1) an explanation of the study Inethods used, (2) the data obtained by the study, (3) an explanation and analysis of that data, and (4) a validation and conclusion as to whether the CPAT provides an accurate silTIulation of tasks required of City of Palo Alto firefighters. 9 8261034 EXHIBIT "B" Rc\TE SCI-IED LLE CITY shall pay CONSULTANT up to a total not to exceed mnount of seven thousand dollars ($7,000.00), including all expenses and reimbursables, calculated as set forth below for providing the City vvith a full Transportability Study and Report as set forth in Exhibit "A." In executing this Agreement, City agrees to exclusively accept the CFF J AC issued CPA T Card of Completion as proof of a candidate's physical ability for a period of 7 years from the date of the completed TranspOliability Study. If the TranspOliability Study does not validate the CPAT test as applied to the City's Fire DepaJiment, or if the City cancels the agreen1ent to exclusively accept CFFJAC issued CPAT card before the conclusion of the seven-year period, the City agrees to pay CFFJAC eighty-five dollars ($85.00) per n10nth for the nun1ber of full lTIonths of the seven years relTIaining, up to a total not to exceed an10unt of seven thousand dollars ($7,000.00), including all expenses and rein1bursables. 1 0 8261034