Loading...
HomeMy WebLinkAboutAccent Electronics Inc; 2025-11-04; PWM26-3945FACPWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 1 City Attorney Approved 6/5/24 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS; CONT. NO. 4723 This contract is made on the ______________ day of _________________________, 2025 (“Contract”), by the City of Carlsbad, California, a municipal corporation ("City") and Accent Electronics, Inc., a California corporation d.b.a. Standard Electronics, whose principal place of business is 613 West Main Street, El Cajon, California 92020 ("Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Charles Balteria (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, installation, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute “public works” under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 November4th PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 2 City Attorney Approved 6/5/24 certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations (‘DIR’), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor’s required certification is provided in Exhibit C. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 3 City Attorney Approved 6/5/24 FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: _________Brent Dusenberry____________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than……..$2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 4 City Attorney Approved 6/5/24 The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Workers’ Compensation limits as required by the California Labor Code. Workers’ Compensation will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ninety (90) working days after receipt of Notice to Proceed. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 5 City Attorney Approved 6/5/24 CONTRACTOR’S INFORMATION. Accent Electronics Inc. d.b.a. Standard Electronics 613 W. Main Street (name of Contractor) 590876 (street address) El Cajon, California 92020 (Contractor’s license number) C-7, C10, B, C16 06/30/2026 (city/state/zip) 619- 596-9950 (license class. and exp. date) 1000004303 06/30/2026 (telephone no.) nedwards@sciensbuildingsolutions.com (DIR registration number and exp. date) (e-mail address) AUTHORITY. The individuals executing this Contract and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Contract. [signatures on following page] Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 6 City Attorney Approved 6/5/24 CONTRACTOR ACCENT ELECTRONICS, INC., a California corporation, d.b.a. Standard Electronics CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Brent Dusenberry, President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name, title) By: ATTEST: SHERRY FREISINGER, City Clerk (sign here) Michael Grigsby, Chief Financial Officer By: (print name, title) Deputy / Assistant City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Assistant City Attorney Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 7 City Attorney Approved 6/5/24 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to be Subcontracted Business Name and Address DIR Registration No. & Expiration Date License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 nonenonenonenonenone none PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 8 City Attorney Approved 6/5/24 EXHIBIT B STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Contractor to provide all tools, materials and labor to replace the existing Simplex 4100u fire alarm systems and replace with new Silent Knight 6700 (or equivalent) fire alarm systems at the following locations: Stagecoach Community Center Calavera Community Center 3240 Camino de los Coaches 2997 Glasgow Drive Carlsbad CA, 92009 Carlsbad CA, 92010 All work and materials to be consistent with the Contractor’s proposals dated August 22, 2025, which is attached to this agreement as Exhibit E, to complete a one-for-one replacement of the existing fire alarm systems. Project Notes General: • Contractor to pay for and obtain all permits, approvals, fees, and charges required for this project. • Contractor to maintain the worksite in a clean and workmanlike manner. • Existing wiring, conduit and raceways are to be re-used. • Contractor’s warranty period shall commence on the date of system acceptance by the authorities having jurisdiction (AHJ). • MX-2002 Agent Release Control Panel in room for system trouble and alarm signals. • New system to be monitored by Rancho Santa Fe Security. Closeout Documents: • Before acceptance of work and final completion, the record set of prints shall be used to prepare “As-Built” drawings in AutoCAD 2014 or newer version, reflecting any and all changes and deviations made to the fire alarm system. The drawings shall indicate, at the minimum, the following: o As-built physical routing of wires to devices, including junction box locations. o As-built riser diagram showing the zoning of signaling line circuits. o As-built panel wiring diagrams of the fire alarm control panel(s). o As-built address list showing, for each device, the address, device type, location, and field custom message. o Floor plan showing each alarm-initiating device, notification appliance, control and monitoring point with their respective address identification number (i.e., an address of (5-24) for the 24th device on circuit 5). • Upon the City’s review and acceptance of the record “As-Bult” drawings, one copy of the drawings are to be provided in AutoCAD 2014 or newer version, one copy of the drawings is to be provided in PDF format, and two (2) additional sets of printed drawings shall be delivered. • Contractor to provide a complete set of "as-built" data sheets for all equipment connected to the system. • Contractor to provide a copy (USB thumb drive) of the software used to program the system. • Contractor to provide NFPA 72 completion certificate, signed by the AHJ. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 9 City Attorney Approved 6/5/24 JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Stagecoach Fire Alarm Replacement $8,317 2 LS 1 Calavera Fire Alarm Replacement $8,317 TOTAL* $16,634 *Includes taxes, fees, expenses and all other costs. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 10 City Attorney Approved 6/5/24 EXHIBIT C In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a “Public Works Awarding Body,” as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city’s ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor’s, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City. Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 11 City Attorney Approved 6/5/24 EXHIBIT C (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: ☐ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. ☐ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. ☐ Contractor and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3).Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). ☐ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). ☐ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: Accent Electronics, Inc. d.b.a. Standard Electronics Signature: Name: Brent Dusenberry Title: President and General Manager Date: Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 10/21/2025 X PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 12 EXHIBIT E Contractor’s Proposal Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 13 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 14 Materials (Both Projects) Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 15 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 16 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 17 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 PWM26-3945FAC STAGECOACH AND CALAVERA COMMUNITY CENTER’S FIRE ALARM REPLACEMENTS Cont. No. 4723 Page 18 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8 Docusign Envelope ID: BAC4209C-7472-4BEE-99BF-31923556D7D8