Loading...
HomeMy WebLinkAboutCAG2024-149 - Original - Bravura Consulting, PLLC - Police Department Mental Health Wellness - 03/21/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KEN T This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Christy Warren Police Date Sent: Date Required: 0 03/21/2024 3/31/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Q Interlocal Agreement Uploaded to Website Budc)et Account Number: Grant? Yes Nom See details Budget? Yes E]No Type: N/A ■ Vendor Name: Category: Bravura Counseling, PLLC Contract Vendor Number: Sub-Category: 2430576 Original 0 Project Name: Police Department Mental Health Wellness Project Details: ,moo Provide mental health wellness sessions to police personnel on an as-needed or requested basis Agreement Amount: $29,934.39 Basis for Selection of Contractor: Other Memo to Mayor must be attached A- Start Date: On execution Termination Date: 3/31/2025 >T Q Local Business? Yes F-]No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑YesEl In-Process ElExempt(KCC 5.01.045) ElAuthorized Signer Verified Notice required prior to disclosure? Contract Number: F—]YesFv—]No CAG2024-149 Comments: a, PD = 10002100.64150.3110 Risk Management = 56701450.64150.1761 c c 3 0 l a, cc Date Received:City Attorney: 3/21/24 Date Routed:Mayor's Office City Clerk's Office3/21/2024 ad«W22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT w.s�iNoo PROFESSIONAL SERVICES AGREEMENT between the City of Kent and Bravura Counseling, PLCC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Bravura Counseling, PLCC organized under the laws of the State of Washington, located and doing business at 19410 HWY 99, Ste A-124, Lynnwood, Washington (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. This may include the Contractor updating Kent PD liaison/Commander to advise as it develops and may bill additionally per quarter. 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. PROFESSIONAL SERVICES AGREEMENT- 1 (Over$20,000) 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 details and interventions provided; referrals and follow-up as needed; session scheduling; and communication with the City. 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. 11. 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, 2025. 111. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $29,934.39 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 Contractor shall invoice the City for that quarter. The City will remit payment on Contractor's invoice within 30 days of its receipt of a proper invoice. Contractor's hourly rate is $180 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. PROFESSIONAL SERVICES AGREEMENT- 2 (Over$20,000) 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. VI. FORCE MAJEURE. 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 PROFESSIONAL SERVICES AGREEMENT- 3 (Over$20,000) behalf of the Contractor or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. 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. X. CONTRACTOR'S WORK AND RISK. 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, PROFESSIONAL SERVICES AGREEMENT- 4 (Over$20,000) 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. ]. 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. PROFESSIONAL SERVICES AGREEMENT- 5 (Over$20,000) CONTRACTOR: CITY OF KENT: By: Print Name: Johanna Wender Print Name: Dana Ralph Its: President and LMHC Its Mayor DATE: March 19, 2024 DATE: 03/21/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Johanna Wender, MA, LMHC, LPC Eric Tung, Commander Bravura Counseling, PLLC City of Kent 19410 Hwy 99, Ste A-124 220 Fourth Avenue South Lynnwood, WA 98036 Kent, WA 98032 206-715-5230 (telephone) (253) 856-5831 (telephone) johanna@bravuracounseling.com (email) etuna@kentwa.aov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: eu� �AO Kent City Clerk PROFESSIONAL SERVICES AGREEMENT- 6 (Over$20,000) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964); and • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations." The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the EEO COMPLIANCE DOCUMENTS - 7 contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); EEO COMPLIANCE DOCUMENTS - 8 iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq); and xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: Johanna Wender, MA, LMHC For: Bravura Counseling, PLLC Title: President and LMHC Date: March 19, 2024 EEO COMPLIANCE DOCUMENTS - 9 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator and perform 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 - 10 EXHIBIT A Bravura Counseling, PLLC Budget Summary ro �' �vse�`� Q2 2024 Q3 2024 Q4 2024 Q1 2025 Budget Category Totals $5,760.0 $5,760.0 $5,760.0 $5,760.0 Labor($180/hr) 0 0 0 0 $23,040.00 Travel $0.00 $0.00 $0.00 $0.00 $0.00 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 Subawards $0.00 $0.00 $0.00 $0.00 $0.00 Procurement Contracts $0.00 $0.00 $0.00 $0.00 $0.00 Other $207.51 $100.00 $100.00 $100.00 $507.51 $6,067.5 $5,960.0 $5,960.0 $5,960.0 Total Direct Costs 1 0 0 0 $23,947.51 $1,516.8 $1,490.0 $1,490.0 $1,490.0 Indirect Costs 8 0 0 0 $5,986.88 $7,584.3 $7,450.0 $7,450.0 $7,450.0 Total Project Costs 1 9 1 0 1 0 1 0 1 $29,934.39 EXHIBIT A - 1 Project Budget EXHIBIT B Insurance Requirements A. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance as described below to ensure against negligence which may arise from or in connection with the performance of the work hereunder by the Contractor. B. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Professional Liability insurance appropriate to the Contractor'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: 1. 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 reserves the right to receive a certified copy of all required insurance policies. 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. Subconsultants Contractor shall include all subconsultants as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subconsultants shall be subject to all of the same insurance requirements as stated herein for the Contractor. lae U PFII ELPHIES `:tiL:RANCE ANCE COMPANIESE3cph1 _rr 44 A101..bv�d Ili IV—M—Gm :l,l I X c I Certificate of Liability Insurance Date Issued:05123f2023 Underwritten by: Philadelphia Indemnity Inrsuranca Company One Bala Plaza,Suite 100 Bala Cynwyd.PA 19004 NAIC#:19D58 Administered by:CPH Instlrar"-711 S.Dearbom St.Ste 205-Chicago,IL 60605-P 800.875.1911-F 312.987.9902-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 insurarls),authorized representative or produoer,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.+19i''2023 to 08119I2024 19410 H wy 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 NIA NIA Liability NIA NIA Fi.re,'Water Legal Liability Business Personal Property NIA NIA Cyber Liability (Claims Made Form) $ 15 000 $ 15.000 Retroactive Date: 08119I2020 CcmmentsfSpecial Descriptlans: Certificate Holder PROOF of COVERAGE It the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on[his certificate does not confer rights to the certificate holder in lieu of such endorsements).Notice of Cancellation will only be provided to the first named insured in accordance with policy provisions,who shall act an behalf of all additional insureds with respect to giving notice of cancellation. J Authorized Representative C.Philip Hodson EXHIBIT B - 1 Insurance Requirements a - a City of Kent ^� b KENT a General Business License 2024 a License Number 2230171 UBI 6046443360010001 City of Kent Licensee: 220 4th Avenue S Bravura Counseling, PLLC Kent, WA 98032 Bravura Counseling, PLLC " 253-856-5200 19410 Highway 99 Ste A-124 Kentwa.gov Lynnwood, WA 98036-5102 s customerservice@kentwa.gov License is issued for this pC application r� www.FileLocal.org Issued: 12/18/2023 Expires: 12/31/2024 Not Transferable Post Conspicuously