Loading...
HomeMy WebLinkAboutIT07-188 - Original - Advanced Broadcast Solutions - Installation & Integration Digital Cable Upgrade - 08/07/2007 Records Man-Ag`�'e` meril�, KENT -` „,„Gro„ Document a. CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Ptatlaneo cX deed, n ,�� Vendor Number: k3'S'A9 q Solw.k.oa5 JD Edwards Number Contract Number: �T ro7- /8P This is assigned by Mary Simmons Description: Detail: srb;C'aS I Xto ._.Tr,s 11je:,.n Sus 'n M as;c.n 1r ,A Project Name: �', � �1o1Q g re dj. Contract Effective Date: g- 1-O'7 Termination Date: SS6 01 Contract Renewal Notice (Days): n Ja Number of days required notice for termination or renewal or amendment Contract Manager: :O A ` tbr% r" Department: T4;:rmAar'nn �t nol[ q LIB CJ Abstract: ADCL7832 07/02 • N,447KENT GOODS & SERVICES AGREEMENT between the City of Kent and Advanced Broadcast Solutions THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Advanced Broadcast Solutions organized under the laws of the State of Washington and doing business at 8735 South 2121" Street, Kent, WA 98031 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City. Scope Temporary relocation of the modulator and the bulletin/billboard computer system to an adjacent room for the duration of the installation. Removal of existing wiring harnesses and audio mutt-cables from production control room. Install and secure new counter and/or furniture as agreed Install and secure 32" depth rack into production control room. Relocate wireless gear from wall mount to new equipment rack. Install all new digital v ideo components and ensure they're working together properly. Train multimedia staff on new equipment and workflow, i e. getting information to and from non linear editor, pulling files for broadcast through the SAN, etc Vendor agrees to abide by Service Level Agreement (Addendum A) Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and sery ices by September 30, 2007. 11I. COMPENSATION. The City shall pay the Vendor an amount not to exceed $26,136, including travel expenses, applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: GOODS& SERVICES AGREEMENT- 1 (Over S10,000 00, including WSST) '75% will be paid upon execution of this contract. 15% will be paid upon signoff that work is complete and acceptable as defined in Addendum A and 10% thirty days following completion to ensure working condition is maintained If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute In that event, the parties will immediately make every effort to settle the disputed portion A. Defective or Unauthorized Labor. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment- Waiver of Claims. THE MAKING OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement VI. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees GOODS & SERVICES AGREEMENT-2 (Over S10,000 00, including WSST) with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as prodded in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City. the Vendor may file a claim as prov ided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims. or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first Any claim for damages, additional payment for any reason, or extension of time. whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A. items 1 through 5 below. I FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FRONT THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information. i 1. The date of the Vendor's claim; J 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS& SERVICES AGREEMENT-3 (Over S10,000 00 including It 4. T) 'D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WORKMANSHIP WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Fitle 62A, Revised Code of Washington. The Vendor shall correct all defects in workmanship within one (1) year from the date of the City's acceptance of the Contract work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory. mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employ ment relates Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW. SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIL INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit [Insert Exhibit #] attached and incorporated by this reference. GOODS & SERVICES AGREEMENT-4 (Over$$10,000 00, including WSST) XIIL WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work XIV. MISCELLANEOUS PROVISIONS. A. Reevelable Materials Pursuant to Chapter 3 80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue. rules and jurisdiction of the King County Superior Court, King County. Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by lave, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assi ng merit. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior v erbal statements of any officer or other representative of the City. and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail GOODS& SERVICES AGREEMENT-5 (Over SIQ,000 00, including WSST) H. Compliance with Laws The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. VENDOR: CITY OF KENT: r By: ` By: (sig attire) s (signature) Print e• /1 _ Pint N me- Suzette Cooke Its I NMI avor (Title) DATE. C97 DATE: 4/02 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Gary Stratton Dea Drake Advanced Broadcast Solutions City of Kent 8735 South 2121" Street 220 Fourth Avenue South Kent, WA 98031 Kent, WA 98032 206.870.0244 (telephone) (253) 856-4646 (telephone) 206.299.9990 (facsimile) (206) 859-4018 (facsimile) APPROVED AS TO FORM: Kent Law D ment P\Projects\MulttmedtaNCurrent Documents\Miscellaneous DocumentsABS Contract GOODS& SERVICES AGREEMENT-6 (Over S10,000 00, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. All contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to An affirmative response is required on all of the following questions for this Agreement to be valid and binding If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows. 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement 1, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this ( day of 20 By For: Title: Date: ',R— 67 EEO COMPLIANCE DOCUMENTS- 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if hotding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps. 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer, 2, Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS-2 of 3 1 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as 6mnos that was entered into on the 0/-c:�^I(date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this t day of 200 7 . By: For: Title-- Date: EEO COMPLIANCE DOCUMENTS -3 of ADDENDUM A Service Level Agreement This is an agreement between City of Kent (Customer) and Advanced Broadcast Systems (Vendor) defining expectations and shall serve as the basis of communication and understanding between contracting parties. Contacts and Role Assignment The key contacts for this Service Level Agreement are listed below: Vendor r. ,e;�S,� �/!�shall be the single point of contact. Customer: Duane Petersen, Project Manager shall be the single point of contact Communication Vendor shall submit an oral or written update daily covering: 1 Work accomplished for that day 2. Work expected to be done the next day 3. Progress to agreed upon schedule 4 Problems encountered. Performance Expectations: i Work Performed, Site and Schedule Vendor agrees to the following: 1. All site visits to be coordinated with Duane Petersen a Upon entrance inform Duane, sign in at the IT desk and get a badge. b. Upon exit inform Duane, sign out at the IT desk and leave the badge. 2. Vendor shall be responsible for ensuring a safe work en,,ironment. a. No dangerous wires or tools left in regularly accessed areas. b. Work area shall be cleaned before leaving each visit c. Objects for discard shall be left in designated area and clearly labeled "trash". I 3. Work shall proceed according to design agreed to by Customer. EEO COMPLIANCE DOCUMENTS-4 of') 4' 'Schedule shall proceed according to plan agreed to by Customer with variances discussed upon discov ery. 5. Vendor may not modify scope or timeline unless approved by Customer 6. Customer may not modify scope or timeline unless approved by Vendor. These changes shall result in a Change Order with proper cost impact addressed. Acceptance criteria: 1. Cabling and Wiring a. No cables shall lie on the floor without being sheathed or protected. b. No cables may freely hang from the ceiling c. All cable ends shall secure into wall (patch) panels and be properly documented 2. Furniture a. Furniture shall be installed as agreed to by the plan. b. All old furniture and equipment agreed by customer and vendor to be disposed must be removed from the premises and discarded when no longer in use or left in designated area and labeled trash Room shall be complete, clean and ergonomic as discussed. 3. Integration a. All systems must be shown to work together appropriately as defined and per ABS drawings. 4. Training a. The capture, broadcast and all process workflows must be explained and understood. I Review Process Fifteen percent (15%) of billings for each section above shall be retained until signed off described above. Response times for ABS Warranty labor During and following installation. Vendor shall offer support during regular business hours, i e. 8-5 PST: • * One hour response maximum for system outages • * Four hour response time to questions and non system outage problems. EEO COMPLIANCE DOCUMENTS-5 of 3 s EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS 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. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering 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 Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an 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 11 85 or a substitute endorsement providing equivalent coverage. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. i B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident 2. Commercial General Liability insurance shall be written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit. 4 EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2 The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. 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. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 08-07-'07 13:15 FROM-ABS FAX 206-299-9990 T-477 P001/002 F-461 MAC P6526.200 520 Pike Street,Sung 2000 P 0,Box 91 143(ZIP 9*111-9243) Seattle,WA 98101 206.701 5000 CA License#0531007 March 7,2007 WMIS Fargo IMumme Se Kes pgihxtst,Inc. ' Mr. Mark Siegel Advanced Broadcast Solutions $735 S 212t� Street Kent,WA 9803 1 IF: Insurance Portfolio 2007 Dear Mark: Enclosed is your insurance portfolio containing the following: so A Summary of Insurance-outlining the limits and coverage provided by your policies. This summary is intended as a reference guide only. Please read each policy carefully for specific coverage information. so Federal Insurance Company's Auto Policy No. 0773539775 covering the policy period January 6,2007 to January 6,2008. This policy provides liability limits of 11,000,0o0 per accident for non-owned and hired auto coverage. in • Federal Insurance Company's Package Policy No.55850446W[JC_covering the policy period January 6, 9007 to January 6,2008 This policy covers business personal - property,installation and general liability coverage_ - so A section for Certificates of Insurance. so A section for Correspondence. Please take a moment to review your policies and call me if you have questions: Best r ds, D Muhammad Acco t Manager Direct 206 701 5323 Fax R06 7015100 Donna_Muhammad@wellsfargois.com /enclosure _ - _ "Illy I- ,