HomeMy WebLinkAboutCSS 2023-04-24 Item 1E - Contracts - Co-Responders with Sound HealthCity of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Community Services and Safety Committee
FROM: Police Chief Eric Dreyer
BY: Police Chief Eric Dreyer
CC: Mayor Ekberg
DATE: April 13, 2023
SUBJECT: Sound Health Contracts For Co -Responder Program
ISSUE
The Tukwila Police Department is seeking committee approval to authorize the Mayor to sign
the two co -responder contracts with Sound Health.
BACKGROUND
In accordance with the City' s goals of a High -Performing & Effective Organization and a
Positive Community Identity & Image for all Tukwila community members, the Police
Department recognized that there was a need for collaboration of services when it comes to
mental health and chemical addiction issues within the City of Tukwila. Our objective was to
reduce the number of mentally ill and chemically dependent interventions that requires jail and
hospitalizations. We also recognized the need for diversion of mentally ill and chemically
dependent youth and adults from entering the criminal justice system. Co -responder programs
throughout the nation have been effective in reducing the number of people entering the
criminal justice system, while providing appropriate resources for their illness. The department
needs to provide services that provide the appropriate high-quality services for our community
members.
DISCUSSION
The Tukwila Police Department co -responder program is a collaborative approach designed to
address the City of Tukwila' s desire to ensure Tukwila' s mentally ill and chemically -
dependent community members have access to community treatment in lieu of incarceration for
non-violent misdemeanor offenses, where the individual is identified by officers and confirmed
by a co -responder to be demonstrating behaviors symptomatic of a mental disorder
and/ or co-occurring disorder (combining mental health behavioral disorders with substance use
disorders). The program accomplishes this goal by: 1) embedding mental health professionals
(aka co -responders) within the police department who respond to calls when officers ask for
professional (consultive) assistance by the MHP's; 2) working with and educating officers in
traditional methods employed by mental health professionals to de-escalate individuals
demonstrating behavioral health concerns as well as assist in providing support to identify
symptoms stemming from mental illness versus chemically altered behaviors; 3) ensuring
appropriate community services are accessed to facilitate diversion, including community after-
care services are available to individuals diverted from incarceration.
{EFM2727195.DOCX;2/13175.000001/
51
INFORMATIONAL MEMO
Page 2
The program was first implemented as a pilot program in 2021 and has proven to be a great
asset for both the Police Department and the community. The Police Department and Sound
Health have since re-evaluated the program for funding and continuation of the program and
have decided to move forward with contracts for two co -responders. Contract for the current co -
responder will be good through December 31, 2024 and contract for the second co -responder,
who's scheduled to start his employment on April 24, 2023, will be good through December 31,
2023.
To ensure coverage for every day of the week, the first co -responder will work from Wednesday
thru Saturday 12pm to 10pm while the second co -responder will work from Sunday thru
Wednesday from 12pm to 10pm.
FINANCIAL IMPACT
The Tukwila Police Department will be utilizing federal forfeiture funds to pay for the current co -
responder in the amount of $102,000 per year through December 31, 2024. Since the second
co -responder will not start until April 24, 2023, his salary will be prorated from that start date and
will be calculated based on the salary of $102,000 per year. The Department will be utilizing a
grant to pay the second co -responder from April 24, 2023 through June 30, 2023, and the Police
Department funds from July 1, 2023 through December 31, 2023. We will explore other
financing options to cover the second co -responder position beyond the end of 2023.
RECOM MENDATION
The Police Department would like to request the Committee to authorize the Mayor to sign the
two co -responder contracts and forward to the May 8, 2023 Council Of The Whole meeting and
May 15, 2023 Regular meeting.
ATTACH MENTS
Tukwila Police Department/Sound Health contract for first/current MHP with exhibits A and B
Tukwila Police Department/Sound Health contract for second MHP with exhibits A and B
{EFM2727195.DOCX;2/13175.000001/}https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/Council Agenda Items/Police/Sound Health co -responder
contracts Info memo 4-2023.docx
52
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Sound (f/k/a Sound Mental Health),
hereinafter referred to as "the Contractor," whose principal office is
located at 6400 Southcenter Blvd, Tukwila, WA 98188.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and
the handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $102,000.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement is in full force and effect commencing on
and ending December 31, 2024, unless sooner terminated under the
provisions hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers,
officials, employees and volunteers from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of either party.
CA Revised May 2020 Page 1 of 4
53
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the Public
Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be
only to the extent of the Contractor's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Contractor's waiver of immunity under
Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
7. 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. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the full
available limits of Commercial General and Excess or Umbrella liability maintained by the
Contractor, irrespective of whether such limits maintained by the Contractor are greater than
those required by this Contract or whether any certificate of insurance furnished to the Public
Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to 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.
CA Revised May 2020 Page 2 of 4
54
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
E. 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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of
such notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute a material breach of contract, upon which the City may, after giving
five business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance
of this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products
on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for
any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
CA Revised May 2020 Page 3 of 4
55
represents the entire and integrated Agreement between the City and the Contractor and supersedes
all prior negotiations, representations, or agreements written or oral. No amendment or modification
of this Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the following address:
6400 Southcenter Blvd
Tukwila WA 98188
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this day of , 2023.
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
By:
Printed Name and Title:
Address:
CA Revised May 2020 Page 4 of 4
56
City of Tukwila / Sound
Exhibit A — Scope of Work
The Contractor will provide de-escalation, diversions and referrals to appropriate services as
further described herein by providing a mental health professional, hereafter referred to as
"CoResponder", to assist Tukwila Police Department ("TPD") officers.
The Contractor shall provide a CoResponder Wednesday through Saturday from 12pm-10pm to
ride along with TPD officers.
Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will
be to respond to the following types / nature of calls;
• Intoxication
• Substance Use / Abuse
• Welfare Check
• Suicide Prevention, Assessment, and Intervention
• Indecent Exposure
• Trespass / Unwanted Person
• Syringe Disposal / HRAC
• Disturbance
• Public Nuisance / Mental Health Crisis
• Domestic Violence
• Integrated Child Welfare
It is understood that a TPD Officer may have to respond to other types of calls when the
CoResponder is in the vehicle.
The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails
and hospitalizations.
CoResponder will follow-up with previously engaged individuals to track progress and efficacy.
• Follow the direction of the officer at all times.
• Provide history checks for individuals identified in calls for service and advise officer of
any safety or mental health concerns prior to making contact. This will occur preferably
before contact but at a minimum before determining a resolution.
• Conduct In -field Assessments:
o The TPD officer will instruct the CoResponder, as required, to remain in the
patrol car or assist with initial contact. The CoResponder will not initiate contact
with an individual until the TPD officer identifies the scene is safe and it is
appropriate to do so.
o CoResponder will conduct an initial assessment including a safety evaluation.
{E F M2796034. DOCX;1 /13175.000001 / }
57
o CoResponder will collaborate with the officer and coordinate a resolution and
defer any legal decisions to the officer.
o CoResponder will provide a follow up plan as needed.
o CoResponder will insure that all documentation is completed daily.
• Resolution:
o Should a referral/drop-off to a facility (voluntary or involuntary) be deemed
warranted, the following shall occur:
• CoResponder is to contact identified facility to conduct a warm hand-off,
speak to staff directly upon arrival.
• CoResponder will document name and details of conversation with staff
person receiving warm hand-off.
• CoResponder will assist and coach the officer (as needed) in filling out
any paperwork required by the facility.
o Safety Plan:
• If it is determined that the individual is appropriate for a safety plan the
CoResponder will collaborate with the officer (as appropriate), the
individual, and anyone the individual identifies (as appropriate).
o CoResponder's use of a Custody Authorization:
• CoResponders use of a Custody Authorization in the absence of
completing a detention is to be avoided unless there is sufficient and
imminent risk that if the individual is not taken in to custody that there is
likely and expected harm. When a Custody Authorization is completed the
CoResponder will coordinate with the officer to arrange transport. In most
cases this will include having an ambulance dispatched but is at the
discretion of the officer to provide transportation. CoResponder will arrive
at destination facility with or shortly after the arrival of the individual to
coordinate with an identified social worker. CoResponder is responsible
for coordinating follow up for continued investigation pending medical
clearance. Complete DCR investigation as required/indicated by including
documentation, paperwork, and coordination with medical personnel.
o In the event a CoResponder is expected to be off shift before the
investigation can be concluded they will coordinate with the drop off/referral
facility to establish appropriate coordination of care and document the identified
Social Worker and clinician.
• CoResponder will submit additional documentation of contact in a Word
document that will later be provided to an officer. The officer will enter the
document into the TPD's record keeping system (Spillman).
• CoResponder and TPD officer will determine if and when the
CoResponder should be returned to the TPD so that the TPD officer can
continue normal patrol duties.
• CoResonder Detaining in the Field:
o CoResponder is to follow all the policies and procedures of conducting and
completing a mental health detention as is expected, this includes:
• Arriving with or shortly after the detained individual at the identified facility
to coordinate with that facility's social worker.
{E F M2796034. DOCX;1 /13175.000001 / }
58
■ It is to be clearly stated that the individual is detained and follow up is to
occur by contacting the CoResponder directly.
■ In the event a CoResponder is expected to be off shift before the
conclusion of a mental health detention the CoResponder will coordinate
with the facility and MOCT to establish appropriate coordination of care.
Document the identified Social Worker and Crisis Team clinician and the
CoResponder will submit additional documentation of contact in Spillman.
• TPD Officers may request follow ups for CoResponders.
o CoResponders will prioritize follow ups by assessed need and provide an update
to referring officer as appropriate.
o Follow ups are intended to identify the best resources for clients to be referred to
and to assist with coordinating those resources.
o CoResponders do not carry a case load and ongoing follow up is at clinician
discretion.
{E F M2796034. DOCX;1 /13175.000001 / }
59
Exhibit B- Compensation and Method of Payment
1. For all co -responder services set forth in Exhibit A, the Contractor will
be paid a total of $102,000 per year ending on December 31, 2024.
2. The Contractor shall invoice the city by the 10th day of each month
following the month of service.
3. The Contractor and the City agree to conduct a mid -contract review to
occur approximately January 2024 to evaluate filings and
compensation.
60
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Sound (f/k/a Sound Mental Health),
hereinafter referred to as "the Contractor," whose principal office is located
at 6400 Southcenter Blvd, Tukwila, WA 98188.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $102,000.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement is in full force and effect commencing and
ending December 31, 2023, unless sooner terminated under the provisions hereinafter
specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers,
officials, employees and volunteers from any and all claims, injuries, damages, losses or suits including
attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries
and damages caused by the sole negligence of either party.
CA Revised May 2020 Page 1 of 4
61
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to property
caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. 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. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
CA Revised May 2020 Page 2 of 4
62
E. 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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
CA Revised May 2020 Page 3 of 4
63
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, WA 98188
Notices to the Contractor shall be sent to the following address:
Sound Health
6400 Southcenter Blvd
Tukwila WA 98188
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this day of , 2023.
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
By:
Printed Name and Title:
Address:
CA Revised May 2020 Page 4 of 4
64
City of Tukwila / Sound
Exhibit A — Scope of Work
The Contractor will provide de-escalation, diversions and referrals to appropriate services as
further described herein by providing a mental health professional, hereafter referred to as
"CoResponder", to assist Tukwila Police Department ("TPD") officers.
The Contractor shall provide a CoResponder Sunday through Wednesday from 12pm-10pm to
ride along with TPD officers.
Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will
be to respond to the following types / nature of calls;
• Intoxication
• Substance Use / Abuse
• Welfare Check
• Suicide Prevention, Assessment, and Intervention
• Indecent Exposure
• Trespass / Unwanted Person
• Syringe Disposal / HRAC
• Disturbance
• Public Nuisance / Mental Health Crisis
• Domestic Violence
• Integrated Child Welfare
It is understood that a TPD Officer may have to respond to other types of calls when the
CoResponder is in the vehicle.
The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails
and hospitalizations.
CoResponder will follow-up with previously engaged individuals to track progress and efficacy.
• Follow the direction of the officer at all times.
• Provide history checks for individuals identified in calls for service and advise officer of
any safety or mental health concerns prior to making contact. This will occur preferably
before contact but at a minimum before determining a resolution.
• Conduct In -field Assessments:
o The TPD officer will instruct the CoResponder, as required, to remain in the
patrol car or assist with initial contact. The CoResponder will not initiate contact
with an individual until the TPD officer identifies the scene is safe and it is
appropriate to do so.
o CoResponder will conduct an initial assessment including a safety evaluation.
{E F M2796034. DOCX;1 /13175.000001 / }
65
o CoResponder will collaborate with the officer and coordinate a resolution and
defer any legal decisions to the officer.
o CoResponder will provide a follow up plan as needed.
o CoResponder will insure that all documentation is completed daily.
• Resolution:
o Should a referral/drop-off to a facility (voluntary or involuntary) be deemed
warranted, the following shall occur:
• CoResponder is to contact identified facility to conduct a warm hand-off,
speak to staff directly upon arrival.
• CoResponder will document name and details of conversation with staff
person receiving warm hand-off.
• CoResponder will assist and coach the officer (as needed) in filling out
any paperwork required by the facility.
o Safety Plan:
• If it is determined that the individual is appropriate for a safety plan the
CoResponder will collaborate with the officer (as appropriate), the
individual, and anyone the individual identifies (as appropriate).
o CoResponder's use of a Custody Authorization:
• CoResponders use of a Custody Authorization in the absence of
completing a detention is to be avoided unless there is sufficient and
imminent risk that if the individual is not taken in to custody that there is
likely and expected harm. When a Custody Authorization is completed the
CoResponder will coordinate with the officer to arrange transport. In most
cases this will include having an ambulance dispatched but is at the
discretion of the officer to provide transportation. CoResponder will arrive
at destination facility with or shortly after the arrival of the individual to
coordinate with an identified social worker. CoResponder is responsible
for coordinating follow up for continued investigation pending medical
clearance. Complete DCR investigation as required/indicated by including
documentation, paperwork, and coordination with medical personnel.
o In the event a CoResponder is expected to be off shift before the
investigation can be concluded they will coordinate with the drop off/referral
facility to establish appropriate coordination of care and document the identified
Social Worker and clinician.
• CoResponder will submit additional documentation of contact in a Word
document that will later be provided to an officer. The officer will enter the
document into the TPD's record keeping system (Spillman).
• CoResponder and TPD officer will determine if and when the
CoResponder should be returned to the TPD so that the TPD officer can
continue normal patrol duties.
• CoResonder Detaining in the Field:
o CoResponder is to follow all the policies and procedures of conducting and
completing a mental health detention as is expected, this includes:
• Arriving with or shortly after the detained individual at the identified facility
to coordinate with that facility's social worker.
{E F M2796034. DOCX;1 /13175.000001 / }
66
■ It is to be clearly stated that the individual is detained and follow up is to
occur by contacting the CoResponder directly.
■ In the event a CoResponder is expected to be off shift before the
conclusion of a mental health detention the CoResponder will coordinate
with the facility and MOCT to establish appropriate coordination of care.
Document the identified Social Worker and Crisis Team clinician and the
CoResponder will submit additional documentation of contact in Spillman.
• TPD Officers may request follow ups for CoResponders.
o CoResponders will prioritize follow ups by assessed need and provide an update
to referring officer as appropriate.
o Follow ups are intended to identify the best resources for clients to be referred to
and to assist with coordinating those resources.
o CoResponders do not carry a case load and ongoing follow up is at clinician
discretion.
{E F M2796034. DOCX;1 /13175.000001 / }
67
Exhibit B- Compensation and Method of Payment
1. For all co -responder services set forth in Exhibit A, the Contractor will
be paid a prorated amount from April 24, 2023 to December 31, 2023,
based on the full year contract rate of $102,000 per year for 2023.
2. The Contractor shall invoice the city by the 10th day of each month
following the month of service.
68