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