Loading...
HomeMy WebLinkAboutCAG2022-179 - Original - Bravura Counseling, PLLC - Police Department Mental Health Wellness - 05/05/2022K. Finn for M. O'Reilly Police 05/05/2022 N/A N/A Bravura Counseling, PLLC Contract 2430576 Original Police Department Mental Health Wellness Provide mental health wellness sessions to police personnel on an as-needed or requested basis. $27, 400.00 Other Approved for signature by T. White. 5/5/22 CAG2022-179 5/6/22 KENT W A S H I N O T O n PROFESSIONAL SERVICES AGREEMENT between the City of Kent and Bravura Counseling, PLLC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Bravura Counseling, PLLC organized under the laws of the State of Washington, located and doing business at 19410 Hwy 99, Ste A-124 Lynnwood (hereinafter the "Contractor"). I. DESCRIPTION OF WORK. The Contractor shall provide mental health wellness sessions to police personnel within the Kent Police Department on an as -needed or requested basis as follows: Contractor shall make available up to 16 clinical -hour sessions (50 minutes each) per quarter to police personnel. If regular or on -going treatment is recommended by Contractor, Contractor may refer personnel to other mental health treatment providers, including Contractor, and those additional sessions will fall outside of this Agreement and shall be governed by each police personnel member's individual health insurance coverage. The City and Contractor will mutually agree on a block of hours Contractor will reserve solely for the City's police personnel on a rotating schedule. The length and frequency of these blocks shall be adjusted by the City and Contractor as they may mutually agree. If the demand for Contractor's services requires the availability of additional mental health wellness sessions, the parties will negotiate in good faith an amendment to this Agreement. Toward this end, the City and Contractor will meet once per quarter to assess the program and make any changes as are necessary to support the program's success and the well-being of police personnel. All wellness sessions Contractor has with police personnel are strictly confidential. Contractor shall not disclose the name or other identifying information of any police personnel who utilize Contractor's services. When reporting to the City, Contractor shall only disclose the number of appointments scheduled per quarter. This confidentiality, however, is subject to other legal responsibilities, including any mandatory reporting Contractor may be bound to under the law. Contractor's services will originally be offered to sworn police personnel beginning April 1, 2022. Additional police personnel may be added in the future as the City and Contractor may agree. Contractor will additionally have one hour of administrative time available for every clinical hour of services Contractor provides under this Agreement, up to a maximum of 16 administrative hours per quarter. Administrative hours are used by Contractor to complete all necessary recordkeeping, documentation of session derails and interventions provided; referrals and follow-up as needed; session scheduling; and communication with the City. PROFESSIONAL SERVICES AGREEMENT - (Over $20, 000) The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement, and the Contractor shall complete the work by March 31, 2023. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $27,400 for the services described in this Agreement. This compensation includes a paid retainer for Contractor to hold open the scheduled time blocks as provided for by this Agreement, plus funds sufficient for all costs associated with Contractor's work under this Agreement. As such, this compensation will be due to Contractor regardless of whether any police personnel schedule a wellness session with Contractor. At the beginning of each quarter, the Consultant shall invoice the City $ 6,850 for that quarter. The City will remit payment on Consultant's invoice within 30 days of its receipt of a proper invoice. Contractor's hourly rate is $165 and the budget available for time and materials is attached and incorporated as Exhibit A. All hourly rates charged shall remain locked at the negotiated rates throughout the term of this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) calendar days written notice at its address set forth on the signature block of this Agreement. PROFESSIONAL SERVICES AGREEMENT - (Over $20,000) VI. FORCE MA]EURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Contractor, its subcontractors, or any person acting on behalf of the Contractor or subcontractor shall not discriminate against any person who is qualified and available to perform the work to which the employment relates as provided for by the City of Kent's Equal Employment Opportunity Policy. The Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. The provisions of this section shall survive the expiration or termination of this Agreement. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. IX. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. PROFESSIONAL SERVICES AGREEMENT - (Over $20,000) X. CONTRACTOR'S WORK AND RISK. During the term of this Agreement, the Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those services. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non -assigning party shall be void. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. Should any language in any of the exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. I. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PROFESSIONAL SERVICES AGREEMENT - 4 (Over $20,000) J. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: BRAVURA COUNSELING, PLLC BY: --_ Print Name: r f01'1C1r1ijC� Its: 4 DATE: .'d61tl L'I� NOTICES TO BE SENT TO: CONTRACTOR: Johanna Wender, MA, LMHC, Bravura Counseling, PLLC 19410 Hwy 99, Ste A-124 Lynwood, WA 98036 CITY: CITY OF KENT Print Name: Dana Ralph Its DATE: 05/05/2022 NOTICES TO BE SENT TO: CITY OF KENT: LPC Michael O'Reilly, Commander City of Kent Police Department 220 Fourth Avenue South Kent, WA 98032 206-715-5230 (telephone) (253) 856-5800 (telephone) n/a (facsimile) (253) 856-6800 (facsimile) johanna@bravuracounseling.com (email) MOReilly@kentwa.gov APP7ROVED AS TO FORM: e t L w Department ATTEST: L�l 64 Kent City Clerk PROFESSIONAL SERVICES AGREEMENT - 5 (Over $20,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this r y. day of Y`d tB iV , 20 2 l- . Y. For: 1 inct'ltic,, 1vE,ILur" �j3ti�.6��V�� :► ���r��i�nu� �'LLL Title: P( o i cif 91t Date: 6l qc� Gj1 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before -mentioned company was the prime contractor for the Agreement known as the Kent. that was entered into on (date), between the firm I represent and the City of I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before -mentioned Agreement. Dated this By: For: Title: Date: day of 20 EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT B Insurance Reauirements A. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. B. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Professional Liability insurance appropriate to the Consultant's profession. C. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. D. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. E. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. F. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. E. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. EXHIBIT B - 1 Insurance Requirements EXHIBIT A Project Budget Bravura Counseling, PLLC Budget Summary Q2 2022 1 QB 2022 1 Q4 2022 1 Q1 2023 Budget Category Totals Labor ($165/hr) $51280.00 $5,280.00 $5,280.00 $5,280.00 $21,120.00 (Travel $0.00 $0.00 $0.00 $0.00 $0.00 I Equipment $0.00 $0.00 $0.00 $0.00 $0.00 (Supplies $100.00 $100.00 $100.00 $100.00 $400.00 Construction $0.00 $0.00 $0.00 $0.00 $0.00 5u ba►nJa rds $0.00 $0.00 $0.00 $0.00 $0.00 Procurement Contracts $0.00 $0.00 $0.00 $0.00 $0.00 10ther $100.00 $100.00 $100.00 $100.00 $400.00 Total Direct Costs $57480.00 $5,480.00 $5,480.00 $5,480.00 $21,920.00 ( Indirect Costs $11370.00 $1,370.00 $1,370.00 $1,370.00 $5,480.00 Total Project Costs 1$6,850.00 $61850.00 $61850.00 $61850.00 $27,400.00 EXHIBIT A - 1 Project Budget CPH UNNURANCE PHICO PI-iIA C0M1'ANIIiS & ASSOCIATES Certificate of Liability Insurance Date Issued: 06/11/2021 Underwritten by: Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 - NAIC #: 18058 Administered by: CPH & Associates - 711 S. Dearborn St. Ste 205 - Chicago, IL 60605 - P 800.875.1911 F 312.987.0902 - info@cphins.com DISCLAIMER: This certificate is issued as a matter of information only and confers no rights upon the certificate holder. The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend, or alter the coverage afforded by the policies listed thereon. Insured: Bravura Counseling Policy Number: AR142775 Johanna Wender Policy Term: 08/19/2021 to 08/19/2022 19410 Hwy 99 Ste A #124 Lynnwood, WA 98036 Covered Locations Professional Liability: Portable coverage, not location specific Coverage Type Per Incident Aggregate (Occurrence Form) (Per individual claim) (Total amount per year) Professional Liability $ 1,000,000 $ 3,000,000 Supplemental Liability $ 1,000,000 $ 3,000,000 Licensing Board Defense $ 35,000 $ 35,000 Commercial General N/A N/A Liability N/A N/A Fire/Water Legal Liability Business Personal Property N/A N/A Cyber Liability (Claims Made Form) $ 15,000 $ 15,000 Retroactive Date: 08/19/2020 Comments/ special Descriptions: Certificate Holder PROOF OF COVERAGE If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). Notice of Cancellation will only be provided to the first named insured in accordance with policy provisions, who shall act on behalf of all additional insureds with respect to giving notice of cancellation. Authorized Representative C. Philip Hodson