HomeMy WebLinkAbout23-097 - Sound Mental Health - Co-Responder Program (1st co-responder)City of Tukwila Agreement Number: 23-097(x)
Council Approval 12/9/24
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and Sound
That portion of Contract No. 23-097 between the City of Tukwila and Sound (f/k/a Sound Mental
Health) is hereby amended as follows:
Section 4: Duration of agreement:
This agreement is in full force and effect commencing January 1, 2025 and ending
December 31, 2025, unless sooner terminated under the provisions herein after
specified.
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, 2025.
2. The Contractor shall invoice the City by the 10th day of each month following the
month of service.
3. The Contractor and City Agree to conduct a mid -contract review to occur
approximately May 2025 to evaluate filings and compensation.
All other provisions of the contract shall remain in full force and effect.
CA Reviewed May 2020 Page 1 of 2
157
wk,- I City of Tukwila
ki�1
6200 Southc�enter Boulevard, Tukwila WA 98188i
4L . . . . . . . . . Rk.
Dated this 23rd - day of
CITY OF TUKWILA
Signed by:
Thomas McLeod, Mayor
ATTE SPAUTH E NTI CATE D:
DocuSigned by:
ma';a'� mc'e�
-67
y 34
FOR Andy YMM, T ler'..
Signed by:
0-4. aa;(
1I
Office o the I y tt&hey
December 2024.
Title: President & CEO
M
C'A Reviewed May 2020 Page 2 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number: 23-097
Council Approval 5/15/23
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 January 1,
2023 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
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:
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
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.
3„ 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
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 31st day of May , 2023.
CITY OF TUKWILA
E DS DacuSigned by-
Eaa `ru
1F89FE69132B402_..
Allan Ekberg, Mayor 5/31/2023 1 3:46 PM PDT
ATTEST/AUTHENTICATED:
DacuSigned by:
sfy11-fr a�u,v�
SS678483G8594E7__
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
cusigned by:E�Do
C
499CA4165E4§2...
Office of the City Attorney
CONTRACTOR
DocuSigned by:
6hiIn.A. f ftn t r
By. ARRAflf 1RFS7AflR
Katrina Egner
Printed Name and Title:
interim CEO
6400 Southcenter Blvd
Address:
Tukwila, WA 98188
CA Revised May 2020 Page 4 of 4
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.
{EFM2796034.DOCX;1/13175.000001/1
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.
{EFM2796034.DOCX;1/13175.000001/1
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.
{EFM2796034.DOCX;1/13175.000001/1
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.