HomeMy WebLinkAboutAGR-7559.A -PREMIER FIRST RESPONDER PSYCHOLOGICAL SERVICES - POLICE PSYCHOLOGICAL SERVICES FY 2024-25DocuSign Envelope ID:GF3EC105-630A-4E10-8D7E-556BFOA8U619
DS
AGR-7559.A I -
PROFESSIONAL SERVICES AGREEMENT
Psychological Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 12th day of June 2024 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and PREMIER FIRST
RESPONDER PSYCHOLOGICAL SERVICES, a sole proprietor ("Contractor"), who agree as
follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A,"
which is attached hereto and incorporated herein by reference. As a material inducement to City
to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated
and considered the scope of services and fully understands the difficulties and restrictions in
performing the work. The services which are the subject of this Agreement are not in the usual
course of City's business and City relies on Contractor's representation that it is independently
engaged in the business of providing such services and is experienced in performing the work.
Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner
in conformance with the standards of quality normally observed by an entity providing such
services to a municipal agency. All services provided shall conform to all federal, state and local
laws, rules and regulations and to the best professional standards and practices. The terms and
conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A"
to the contrary.
Chris Moten, Sergeant("City's Project Manager"),shall be the person to whom Contractor
will report for the performance of services hereunder. It is understood that Contractor's
performance hereunder shall be under the supervision of City's Project Manager (or his/her
designee), that Contractor shall coordinate its services hereunder with City's Project Manager to
the extent required by City's Project Manager, and that all performances required hereunder by
Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager.
2. Compensation, Fees and Term.
a.Contractor's total compensation for all services performed under this
Agreement, shall not exceed TWENTY-FIVE THOUSAND DOLLARS and 00/100 ($25,000.00)
without the prior written authorization of City.
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
c.The term of this Agreement shall commence on July 1, 2024 and terminate
on June 30, 2025.
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
3. Payment.
a. As scheduled services are completed, Contractor shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
b. All such invoices shall state the basis for the amount invoiced, including
services completed,the number of hours spent and any extra work performed.
c.City will pay Contractor the amount invoiced within thirty (30) days of
receipt of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager, City Manager or City Council, as applicable.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City,including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life, dental, long-term disability or workers' compensation insurance benefits.
2
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager, or as designated in Exhibit"A,"shall perform work provided for under this Agreement.
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor
shall commence the work provided for in this Agreement in accordance with the time period set
forth in Exhibit "A" hereto] or as otherwise agreed to by and between the representatives of the
parties.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay,Contractor must document any delay and request an extension of time in writing
at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Contractor's control. If Contractor believes that delays caused by City
will cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No
additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above,
absent a written amendment to this Agreement.
14. Products of Contractor. The documents, studies, evaluations, assessments,
reports, plans, citations, materials, manuals,technical data, logs, files, designs and other products
produced or provided by Contractor for this Agreement are confidential within the bounds of a
psychologist's legal and ethical practice.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color,religion, sex, national origin, mental or physical disability, or
3
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BFOA8C619
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex, national origin, mental or physical disability, or any other basis prohibited by applicable law.
Such actions shall include,but not be limited to the following: employment,upgrading, demotion
or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms
of compensation and selection for training, including apprenticeship. Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
c.Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
17. Indemnity.
a. To the fullest extent permitted by law, Contractor agrees to indemnify,
defend and hold City, its City Council and each member thereof, and the officers, officials, agents
and employees of City(collectively the "Indemnitees") entirely harmless from all liability arising
out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's
employees arising out of Contractor's work under this Agreement, including any and all claims
under any law pertaining to Contractor or its employees' status as an independent contractor and
any and all claims under Labor Code section 1720 related to the payment of prevailing wages for
public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation
employed by Contractor, either directly or by independent contract, including all damages due to
loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of
them, arising out of, or in any way connected with the work or services which are the subject of
this Agreement, including injury or damage either on or off City's property; but not for any loss,
injury,death or damage caused by the active negligence or willful misconduct of City. Contractor,
at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other
proceedings that may be brought or instituted against the Indemnitees on any such claim or liability
4
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against
the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage
under this subparagraph.
b. To the fullest extent permitted by law, and as limited by California Civil
Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability
arising out of any claim, loss, injury to or death of persons or damage to property to the extent
caused by its negligent professional act or omission in the performance of professional services
pursuant to this Agreement.
c.Except for the Indemnitees, the indemnifications provided in this
Agreement shall not be construed to extend any third party indemnification rights of any kind to
any person or entity which is not a signatory to this Agreement.
d. The indemnities set forth in this section shall survive any closing,
rescission,or termination of this Agreement,and shall continue to be binding and in full force and
effect in perpetuity with respect to Contractor and its successors.
18. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law
for the protection of its employees during the progress of the work. Contractor understands that it
is an independent contractor and not entitled to any workers' compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c.Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned, non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
5
DocuSign Envelope ID:CF3EG105-630A-4E10-8D7E-556BFOA8C619
of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
insurance that is provided as part of the general or automobile liability minimums set forth herein
shall be maintained for the duration of the Agreement.
f.Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions arising out of the performance of this Agreement
with a minimum limit of One Million Dollars ($1,000,000) per claim. Contractor agrees to keep
such policy in force and effect for at least five (5) years from the date of completion of this
Agreement.
g. The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procurement of insurance to cover liabilities other than
as stated above.
h. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
evidencing the aforementioned minimum insurance coverages on forms acceptable to City, which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten (10) days' prior written notice to City.
i.Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
j Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
6
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-5568F0A8C619
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
19. Termination. City may for any reason terminate this Agreement by giving
Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such
notice, Contractor shall immediately cease work, unless the notice from City provides otherwise.
Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily
provided and all allowable reimbursements incurred to the date of termination in compliance with
this Agreement, unless termination by City shall be for cause, in which event City may withhold
any disputed compensation. City shall not be liable for any claim of lost profits.
20. Maintenance and Inspection of Records. In accordance with generally accepted
accounting principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collectively, the
records")pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized representatives shall have access to and the right to audit and reproduce
any of Contractor's records regarding the services provided under this Agreement. Contractor shall
maintain all such records for a period of at least three(3)years after termination or completion of
this Agreement. Contractor agrees to make available all such records for inspection or audit at its
offices during normal business hours and upon three(3)days' notice from City,and copies thereof
shall be furnished if requested.
21. Compliance with all Laws/Immi2ration Laws.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
b. If the work provided for in this Agreement constitutes a"public works," as
that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must
be paid, to the extent Contractor's employees will perform any work that falls within any of the
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it,
shall pay not less than the specified prevailing rates of wages to all such workers. The general
prevailing wage determinations for crafts can be located on the website of the Department of
Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract,
Contractor must meet all State registration requirements and criteria,including project compliance
monitoring.
c.Contractor represents and warrants that it:
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
7
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e.Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss, including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
8
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
24. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail,
postage prepaid, to each party at the address listed below. Either party may change the notice
address by notifying the other party in writing. Notices shall be deemed received upon receipt of
same or within three (3)days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e-
mail shall be deemed received on the date of the e-mail transmission.
CONTRACTOR" CITY"
Premier First Responder City of Orange
Psychological Services 300 E. Chapman Avenue
19361 Willowbrook Ave. Orange, CA 92866-1591
Yorba Linda, CA 92886
Attn.: Heather Williams Attn.: Sgt. Chris Moten
Telephone: (714)485-3236 Telephone: (714) 744-7406
E-Mail: heather@premierl stresponder.corn E-Mail: cmoten@orangepd.org
25. Counterparts. This Agreement may be executed in one or more counterparts,each
of which shall be deemed an original, but all of which together shall constitute one and the same
instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as
original signatures.
Remainder of page intentionally left blank; signatures on next page]
9
DocuSign Envelope ID:CF3EG105-630A-4E10-8D7E-5566F0A8C619
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
PREMIER FIRST RESPONDR CITY OF ORANGE, a municipal corporation
PSYCHOLOGICAL SERVICES, a sole DocuSigned by:
I .prop uslgeed by: aS G. ist,I.a
I j., _ft , ,,, R t By: BFAAF5B83oA1d88
By: r so,ao6 6 Thomas C. Kisela, City Manager
Printed Name: Heather Williams
Title: Psychologist, CEO
ATTEST:
By: DocuSigned by:
Printed Name:
Title: p,nr ,,,ige
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
Mike Vigliotta, City Attorney
DocuSigned by:
By: CSaWC—guadC1/1
rnrar17nrnm can
Nathalie Adourian
Senior Assistant City Attorney
NOTE:City requires the following signature(s)on behalf of the Contractor:
1)the Chairman of the Board,the President or a Vice-President,AND (2)the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office,please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement,must be provided to
City.
INA
10
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
yt RESPo,y„_
itemia
Gbh
qoG t.s1
Scope of Services 2024
Orange Police Department
Critical Incident Response-available 24/7-$200.00/hr.
Dr. Williams will do her best to respond in person within 1.5 hours of the request. If
unavailable (out of town or teaching), she will send a designated culturally competent mental
health provider/crisis response professional at the department's request.
Premier offers 24/7, 365-day response to critical incidents
A critical incident is any situation faced by public safety personnel that causes strong emotional or
physiological reactions. These reactions may have the potential to interfere with the responder's ability to
function either at the scene, days, weeks, months or even years later. If first responders are not given an
opportunity to debrief and discuss these events it can potentially lead to an accumulation of trauma
experienced by personnel over time, tension, and frequency of exposure. This in effect can lead to Post-
Traumatic Stress Injury.One of the greatest ways to reduce the accumulation of trauma and build resilience
in personnel is to give them the opportunity to debrief these events with a member of peer support and a
culturally competent mental health provider. Processing or debriefing critical incidents is talking about and
making sense of their reactions (thoughts and feelings)connected to the memories of the incident.
Types of incidents that may qualify for an immediate in person response:
Officer involved shooting
Traffic fatality, baby/child death, homicide, suicide, active shooter, etc.
Line of duty death
Witnessing death
Knowing the victim(s)
Physical or sexual assault
Major injury to personnel (on or off duty)
Employee suicide or suicide of a family member of personnel
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-5566F0A8C619
Accidental/sudden or medically caused death of an employee
SWAT or CNT incident where major injury or death occur
Active Shooter or large-scale incident
Services include,but are not limited to:
1. One on one debriefing with personnel directly involved.
2. Group Diffusing-Once the incident or scene is processed and responders have cleared the call
there is an opportunity to do a quick diffusing in a secure location. Dr. Williams will work in
partnership with the police Peer Support Team to ensure basic needs are met and provide
education on normal stress reactions before personnel leave to go home.
The goal of diffusing is to front-load the process and explain beforehand what reactions they
may experience following exposure to a traumatic event. The diffusing also sets the stage for
peer support outreach, follow-up, communicating with family,mental health resources and the
critical incident debriefing.
3. Assessment of community resources-Given the type of incident, an assessment will be
conducted to see if the department would like to access other crisis resources for victims,
witnesses, or the community.
Group Critical Incident Debriefing
200.00/hr.
A critical incident debriefing should be conducted on major incidents where personnel
experience critical incident stress reactions or a unique incident that is not a normal day
on the job. One of many functions of peer support is to assess the need for a debrief.
On average, the first 3 days after a major incident is oftentimes when people experience
shock and disbelief. The brain needs time to start processing what happened. It is
recommended that a group critical incident debriefing occur no sooner than 3 days after,
but ideally within a week of the incident. Given schedules and types of incidents (e.g.,
OIS) it may take longer to schedule.
Dr. Williams will facilitate the debriefing and work in collaboration with the peer support
team, chaplains, and crisis trauma dog (as approved).
Dr. Williams was trained in the Critical Incident Stress Debriefing (CISD) as well as the
National Office for Victim Assistance (NOVA) debriefing models. As a result of working
with law enforcement she developed and facilitates a modified 2-step model specifically
for public safety populations.
Based on research conducted during Dr. Williams doctoral project(dissertation) and
years of experience working with law enforcement she found that outcomes of this two-
step model are to put the pieces of the case/incident back together,normalization and
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
validation of reactions to the incident,reduce second guessing, increase a sense of
comradery, provoke healing and closure.
On average a critical incident debriefing will take between 1-2 hours,however the length
of the debriefing is influenced by the number of personnel involved and type of incident.
In the aftermath of a large-scale critical incident, such as an Active Shooter incident, it
may be required to facilitate more than one critical incident debriefing given the number
of personnel who will be impacted by such an event.
Post Critical Incident Counseling- $150.00/session
There may be incidents when the Chief or designated person at the department requests and
authorizes their personnel to check-in with a mental health professional. This is NOT a fitness
for duty evaluation,but an opportunity for a confidential therapist-client interaction to talk about
the impact of the incident.
Dr. Williams will work with department personnel to ensure that each person has an
opportunity to check-in in a timely manner following a critical incident such as an officer
involved shooting and/or other incidents.
The check-in includes but is not limited to; education and assessment on normal reactions
following a critical incident, assessment and development of healthy coping strategies,
assertive communication skills with family and loved ones, and discussion to make sense
of thoughts and reactions to the incident and its connection to other incidents that can
become triggered.
Follow up Counseling-$150.00/session
There will be times when personnel impacted by work related incidents/cases may benefit from
additional individual sessions. The goal of these sessions is to further address their concerns,
symptoms and process the incident. These sessions may include EMDR therapy. EMDR is
scientifically validated to reprocess stressful and traumatic incidents that public safety personnel
are exposed to. For more information on EMDR http://www.emdr.com/what-is-emdr/
In Person/telehealth Counseling: Individua /couples/EMDR-$150.00/session
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BF0A8C619
Peer Support Development & Consultation
Phone or email consultation-No cost. For departments looking to start a program: Dr.
Williams will send all forms via email and be available to walk them through the process
of program and team development.
Forms and handouts include, but are not limited to (No cost):
1. One page"How to Develop a Peer Support Program"
2. Copies of policy
3. Confidentiality form
4. Interview questions
5. Recruitment email/flyer
6. Interest Form
7. Statistics form and explanation of categories
8. Handouts on various topics related to trauma, stress management, grief, suicide
9. Articles and other resources as they become available
10. Email language for critical incident debriefs
In person peer support consultation,peer support interviews and meetings-$200.00/hour
Basic Peer Support Training-2 days
Heather provides this service through Embassy Consulting Services
Training prepares personnel to be active members of their peer support team. Topics
include,but are not limited to:
1. Creating a program-marketing, buy-in, dealing with the stigma and cultural
challenges within the city or department
2. Proactive vs. reactive peer support
3. Peer Support roles and purpose, expectations
4. Stress,burnout, anger
5. Depression, anxiety,post-traumatic stress injury
6. Suicide prevention and intervention
7. Relationship health and infidelity
8. Organizational stress and difficult personalities in the workplace
9. Line of duty and/or traumatic/sudden death of a peer or family member
10. Building resiliency/self-care for peer supporters
DocuSign Envelope ID:CF3EG105-630A-4E10-8D7E-556BF0A8C619
Personalized Training & Presentations -$250.00
Topics include, but are not limited to:
Stress
Burnout
Anger
Compassion fatigue
Vicarious trauma
Mental health issues (depression, anxiety)
Marriage/Relationship-navigating a law enforcement relationship.
Impact of trauma and strategies for coping after a critical incident.
Post-traumatic stress injury prevention
Peer Support Team building and updates.
Communication Tactics for a Healthy Relationship
Suicide prevention and intervention
Healthy coping strategies
Active Shooter Response and Recovery
No Cost Services
Resource and referrals
Peer Support development/guidance/consultation via phone or email.
Supervisor/Command consultation via phone or email.
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-556BFOA8C619
Annual Wellness Check-In
Annual Wellness Check-In- $150.00/per person
The goal of the Annual Wellness Check-In: Is to provide an opportunity to process events and
gain the tools to effectively cope with stressors and traumas of the job. The objective is to create
awareness and provide the tools needed to build resiliency. It is not that something is wrong, but
an opportunity to introduce and normalize the concept of checking in with a culturally competent
mental health professional at least one time a year.
The Annual Wellness Check-In sends a message:
The department cares
Nobody is being singled out
The department is creating a culture from the top down that mental wellness is important
for sustainability and longevity in a very stress occupation
In return, this service can positively affect:
Job satisfaction and morale
Job performance
Decision making
Customer service and community engagement
Physical, mental and relationship health
Reduce liability
The Annual Wellness Check-In includes:
Personnel signing a consent form to understand the scope of confidentiality and purpose
of the Annual Wellness Check-In
Operational Police Stress Questionnaire
Sleep Disorder Questionnaire
PCL5 (trauma questionnaire)
RISC (resiliency questionnaire)
Discussion of mental, physical, organizational and relationship stressors
Processing trauma
Discussion of coping strategies to increase resilience
Resources and referrals based on the presenting challenges
DocuSign Envelope ID:CF3EC105-630A-4E10-8D7E-5568F0A8C619
The department agrees that:
Each employee will have confidentiality (within the bounds of a psychologist's legal and
ethical practice)
Employees will obtain a number for invoicing
No notes will be taken or kept
Personnel will be allowed to attend the appointment while on duty or at the discretion of
the department
To track attendance- Premier will notify point of contact (Peer Support Coordinator or
assigned personnel that employee attended the AWC only).
Pre-Employment Psychological Evaluation
Cost is $400.00/per candidate
Dr. Rick Zumwalt is retired law enforcement, POST certified to provide pre-employment and fit
for duty evaluations. He will work with your department to make sure that you hire the type of
officers you are seeking. Dr. Zumwalt is in Huntington Beach, working in person and virtually.
For more information, please contact him directly at 805-552-6339
or rick(a premierlstresponder.com.
DocuSign Envelope ID:CF3EG105-630A-4E10-8D7E-556BF0A8C619
1 itESP
MEL
Numpr, e
4GICAI.s
Year 2 of 3 years Starting July 1st, 2024
Fiscal years
2024-2025
2025-2026
Upon signing this contract between the Orange Police Department and Premier First Responder
Psychological Services, Premier shall provide the following services on a fee for service basis:
1. Critical Incident Response- Available 24/7 to respond to personnel- $200.00/hr.
250/out of county.
2. Critical Incident Debriefing facilitation and peer support collaboration- $200.00/hr.
3. Individual Post Incident Counseling, Individual Follow up Counseling, Individual/Couples
Counseling- $150.00/session
Personnel are approved for 3 sessions supported by the police department. If there is a need
for additional sessions Dr. Williams will request for more based on the assessment of need.
Confidentiality will be upheld, and no identifying information will be shared.
5. Dr. Williams will attend briefing/roll call and supervisory meetings to discuss services and
partnership with the peer support team 1 time a year or as needed-$200.00/hour
6. Supervisory or Command Consultation (by phone or email)-Dr. Williams will be available to
assist and advise supervisors and command with difficult personnel issues or concerns- NO
COST
7. Peer Support Meetings and other Consultations (in-person)- $200.00/hour
8. Premier will attend health fairs or other events requested by the department at NO COST
9. Training for personnel- $250.00/hour
10. Annual Wellness Check-in- $150.00/session
City Representative: Date:
Title:
Heather Williams, PsyD: Date:
Psychologist/Owner-Premier First Responder Psychological Services (Psy 31232)
PREMIER FIRST RESPONDER PSYCHOLOGICAL SERVICES
PremierlstResponder.com•714-485-3236(work)•949-246-6869(cell)• License Number: 31232