HomeMy WebLinkAboutCDW Government LLC; 2023-06-16;1
SUPPLEMENTAL TERMS & CONDITIONS to the
NATIONAL IPA CONTRACT #2018011-01
These Supplemental Terms and Conditions to the National IPA Contract #2018011-01,
(“Agreement”) dated as of this __ day of ______, 2023 is between CDW Government LLC, having its
principal office and place of business at 230 N. Milwaukee Avenue, Vernon Hills, IL 60061,
(“Contractor”) and CITY OF CARLSBAD, a municipal corporation (“City”). The City is undertaking
certain activities related to acquiring Information Technology Products, Solutions and Services and
the City desires to engage the Contractor to provide work in connection with such undertakings of the
City.
RECITALS
A. City requires products and professional services of a consulting services firm that is
experienced in information technology continuous improvement program services.
B. Contractor has the necessary experience in providing professional services and
advice related to information technology continuous improvement program services.
C. Contractor has submitted a proposal to City and has affirmed its willingness and ability
to perform such work.
D. Contractor was awarded National IPA Contract #2018011-01 (“NIPA Contract”)
pursuant to a solicitation process. The NIPA Contract has been in effect since March 1, 2018.
Now, therefore, in consideration recitals and the mutual covenants contained herein, the City
and Contractor agree as follows:
Unless expressly amended and/or superseded, the terms and conditions of this Agreement
shall include, and expressly incorporate herein, all the terms and conditions of National IPA
Contract # 2018011-01, signed and dated by the City of Mesa, Arizona, a copy of which is attached
hereto. For purposes of this Agreement, any and all references to the City of Mesa, AZ in the NIPA
Contract shall also be a reference and include the City of Carlsbad, CA.
The parties agree that, to the extent the terms in this Agreement contradict or are in any way
inconsistent with any term in the NIPA Contract, the terms in this Agreement shall prevail.
The following terms of the NIPA Contract are hereby specifically modified solely for the
purposes of this Agreement:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render those services as defined in
Exhibit "A" Statement of Work (the “Services”), which is attached hereto and incorporated by this
reference in accordance with this Agreement’s terms and conditions. To the extent any of the terms
in any exhibit to this Agreement conflict, in whole or part, with the terms of this Agreement, the terms
of this Agreement shall prevail.
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
16th June
2
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year starting September 1, 2023.
The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods
or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance,
City needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
RESERVED
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in
pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under
control of City only as to the result to be accomplished, but will consult with City as necessary. The
persons used by Contractor to provide services under this Agreement will not be considered
employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax withholdings
on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay
any workers' compensation insurance or unemployment contributions on behalf of Contractor or its
employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax,
retirement contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or any agent,
employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election,
City may deduct the indemnification amount from any balance owing to Contractor.
7. SUBCONTRACTING
All Services performed under this Agreement will be performed by Contractor. Services may be
subcontracted to Contractor’s authorized subcontractors who have been identified to City and
approved by City in advance, such approval not to be unreasonably withheld. Notwithstanding any
delegation of Services, Contractor will remain primarily responsible for the performance of the
Services. Nothing contained in this Agreement will create any contractual relationship between any
subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of
this Agreement applicable to Contractor's work unless specifically noted to the contrary in the
subcontract and approved in writing by City.
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
3
8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services at the sole
cost of the City.
9. INDEMNIFICATION
Contractor agrees to defend, indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including
reasonable attorney’s fees arising out of the performance of the work described herein caused by any
negligence errors, acts, mistakes or omissions by Contractor or any subcontractor, or willful
misconduct of the Contractor, any subcontractor. However, notwithstanding the prior sentence, any
claim shall not be an indemnified claim if such claim or damage was caused in whole by the actions
of the City, its employees, agents, contractors, or representatives. Under no circumstances shall either party be liable to the other for any indirect, special, or consequential damages (including, but
not limited to, loss of profits, interest, earnings or use) whether arising in contract, tort or otherwise.
The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City’s self-administered workers’
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
10. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For City For Contractor
Name Maria Callander Name General Counsel
Title Director Title General Counsel
Department IT Address 230 N. Milwaukee Avenue
City of Carlsbad Vernon Hills, IL 60061
Address 1635 Faraday Ave. Phone No.
Carlsbad, CA 92008 Email CDWG-PremiumPages@cdw.com,
Phone No. 442.339.2454
Each party will notify the other immediately of any changes of address that would require any notice
or delivery to be directed to another address.
11. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all categories.
Yes No
12. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance of
the Services by Contractor. Contractor will at all times observe and comply with these laws,
x
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
□
4
ordinances, and regulations and will be responsible for the compliance of Contractor's services with
all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and
will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are required
by this Agreement.
13. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
14. TERMINATION
RESERVED.
15. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide employee,
any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or
resulting from, the award or making of this Agreement. For breach or violation of this warranty, City
will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the
Agreement price or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
16. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted
to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code sections 12650 et seq., the False Claims Act
applies to this Agreement and, 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 information. If City seeks to recover
penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including
attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to
an administrative debarment proceeding as the result of which Contractor may be prevented to act
as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement.
17. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or
rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County
of San Diego, State of California, and the parties waive all provisions of law providing for a change
of venue in these proceedings to any other county.
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
5
18. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to
become due under it may be assigned by Contractor without the prior consent of City, which shall
not be unreasonably withheld.
19. WARRANTIES
RESERVED.
20. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to 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.
• Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will not
constitute any limitations or cap on Contractor's indemnification obligations under this Agreement.
City, its officers, agents and employees make no representation that the limits of the insurance
specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor.
If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain
such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
• Commercial General Liability (CGL) Insurance. 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.
Limits may be satisfied with a combination of primary and Umbrella/Excess insurance.
• Automobile Liability. (if the use of an automobile is involved for Contractor's work for City).
$2,000,000 combined single-limit per accident for bodily injury and property damage. Limits
may be satisfied with a combination of primary and Umbrella/Excess insurance.
• 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.
• Professional, Errors and Omissions Liability. Errors and omissions liability appropriate to
Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of three (3) years following the date of completion of the work.
• Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
6
• The City will be named as an additional insured on Commercial General Liability which shall
provide primary coverage to the City.
• Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
• This insurance will be in force during the life of the Agreement and any extensions of it and
will not be canceled without prior written notice to City in accordance with policy provisions and
sent by mail pursuant to the Notice provisions of this Agreement.
Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then
City will have the option to declare Contractor in breach, or may purchase replacement insurance or
pay the premiums that are due on existing policies in order to maintain the required coverages.
Contractor is responsible for any payments made by City to obtain or maintain insurance and City
may collect these payments from Contractor or deduct the amount paid from any sums due
Contractor under this Agreement.
21. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
22. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of
the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may
be amended, modified, waived or discharged except in a writing signed by both parties.
///
///
///
///
///
///
///
///
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
7
23. AUTHORITY
The individuals executing this Agreement 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 Agreement
IN WITNESS HEREOF, THE PARTIES HERETO HAVE CAUSED THIS SUPPLEMENT TO THE
NATIONAL IPA CONTRACT #2018011-01 TO BE EXECUTED AND INSTITUTED ON THE DATE
FIRST ABOVE WRITTEN.
SIGNATURES
In acknowledgement that the parties below have read and understood this Agreement and
agree to be bound by it, each party has caused this Agreement to be signed and transferred
by its respective authorized representative.
CDW Government LLC CITY OF CARLSBAD, a municipal
corporation of the State of California
By: By:
(sign here) IT Director
(print name/title)
ATTEST:
By:
(sign here) SHERRY FREISINGER
City Clerk
(print name/title)
APPROVED AS TO FORM:
Cindie McMahon, City Attorney
BY: _____________________________
Deputy City Attorney
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
VP, Digital Velocity Stephen Morris
for
8
EXHIBIT “A”
STATEMENT OF WORK
Project Name: ServiceNow Solutions 40 Hour CIP Seller Representative:
Rich Adams
+1 (847) 465-6000
richada@cdw.com
Customer Name: City of Carlsbad (CA)
CDW Affiliate: CDW Government LLC
Date: May 02, 2023
Solution Architect:
Dulce Johnson
Drafted By Specialty Resource
JACKSON DAVIS
This statement of work (“Statement of Work” or “SOW”) is made and entered into on the last date that this SOW is fully executed
as set forth below (“SOW Effective Date”) by and between the undersigned, CDW Government LLC (“Provider,” and “Seller,”)
and City of Carlsbad (CA) (“Customer,” and “Client,”).
This SOW shall be governed by that certain City of Mesa Agreement Number 2018011 Information Technology Solutions &
Services between CDW Government LLC and City of Mesa, Arizona, administered by National IPA, effective March 1, 2018 (the
“Agreement”). If there is a conflict between this SOW and the Agreement, then the Agreement will control, except as expressly
amended in this SOW by specific reference to the Agreement.
PROJECT DESCRIPTION
Project Scope
SMARTCIP – CONTINUOUS IMPROVEMENT PROGRAM (40 HOURS/QUARTER)
The Smart Continuous Improvement Program (SmartCIP) is designed to provide a continuous improvement and maintenance
program for a Customer’s ServiceNow solution. SmartCIP provides access to the expertise of a ServiceNow certified consultant and
the consistency of regularly scheduled work on the system, to supplement Customer’s internal administrative resources.
Provider Responsibilities:
Designate a primary point-of-contact consultant for ServiceNow platform technical support and enhancement.
Provide Customer with access to Provider customer portal which includes case creation, tracking, testing, and approval as
well as real-time reporting.
Establish reporting of contract utilization on a scheduled cadence.
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
~
I
I
.
9
Customer Responsibilities:
Designate a primary point-of-contact to define and prioritize work to be completed within the SmartCIP.
Approve requirements and/or testing of cases as needed on the Provider customer portal.
Provide desired governance for scheduling and promoting functionality to production environment.
Assumptions:
A ‘Quarter’ of SmartCIP engagement is equivalent to thirteen (13) weeks of engagement duration.
Services are to be available Monday-Friday 8:00am to 5:00pm in the time zone local to a primary Customer-Designated
Location (excluding national holidays).
Expertise and time are considered services delivered. Remediation of defects from development work conducted by Customer
personnel will be charged within SmartCIP hours.
Up to 10% of SmartCIP hours can be utilized for Provider roles other than Technical Consultant. Additional non-Technical
Consultant hours will require a Change Order or separate Statement of Work.
Known Initial Goals:
Known initial goals are understood to be an initial activity and skillset focus, but do not represent discrete deliverables of nor a limit
of scope for the engagement.
Common platform administration or enhancement tasks:
○ Regular review of ServiceNow system configuration
○ Regular maintenance on a scheduled basis that may include:
▪ Archiving old records
▪ Clearing out old activity log and email records
▪ Performing consistency checks on the ServiceNow structure
○ Requirements gathering for future platform enhancements
○ Addressing issues, questions, and customizations as needed
○ System configuration, screen design, automation, and upgrades where they are of appropriate complexity to fit
within the regularly scheduled program hours
○ Technical review and improvement where appropriate within the regularly scheduled program hours
○ Provide knowledge transfer/mentoring as needed with the designated Customer point-of-contact
○ Report customization/configuration as needed
Where noted, wherever onsite is mentioned Provider will make adjustments as necessary within government and regulatory
guidelines or restrictions and work with the Customer to provide the same services remotely.
GENERAL RESPONSIBILITIES AND ASSUMPTIONS
Customer is responsible for providing all access that is reasonably necessary to assist and accommodate Seller’s
performance of the Services.
Customer will provide in advance and in writing, and Seller will follow, all applicable Customer’s facility’s safety and
security rules and procedures.
Customer is responsible for security at all Customer-Designated Locations; Seller is not responsible for lost or stolen
equipment, other than solely as a result of Seller’s gross negligence and willful misconduct.
This SOW can be terminated by either party without cause upon at least fourteen (14) days’ advance written notice.
CONTACT PERSONS
Each Party will appoint a person to act as that Party’s point of contact (“Contact Person”) as the time for performance nears and
will communicate that person’s name and information to the other Party’s Contact Person.
Customer Contact Person is authorized to approve materials and Services provided by Seller, and Seller may rely on the decisions
and approvals made by the Customer Contact Person (except that Seller understands that Customer may require a different person to
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
10
sign any Change Orders amending this SOW). The Customer Contact Person will manage all communications with Seller, and
when Services are performed at a Customer-Designated Location, the Customer Contact Person will be present or available. The
Parties’ Contact Persons shall be authorized to approve changes in personnel and associated rates for Services under this SOW.
CHANGE MANAGEMENT
This SOW may be modified or amended only in a writing signed by both Customer and Seller, generally in the form provided by
Seller (“Change Order”). Services not specified in this SOW are considered out of scope and will be addressed with a separate
SOW or Change Order.
In the event of a conflict between the terms and conditions set forth in a fully executed Change Order and those set forth in this
SOW or a prior fully executed Change Order, the terms and conditions of the most recent fully executed Change Order shall prevail.
PROJECT SCHEDULING
Customer and Seller, who will jointly manage this project, will together develop timelines for an anticipated schedule (“Anticipated
Schedule”) based on Seller’s project management methodology. Any dates, deadlines, timelines or schedules contained in the
Anticipated Schedule, in this SOW or otherwise, are estimates only, and the Parties will not rely on them for purposes other than
initial planning.
The following scheduling scenarios that trigger delays and durations to extend beyond what's been planned may require a Change
Order:
Site preparation, such as power, cabling, physical access, system access, hardware/software issues, etc. must be completed
in a timely manner.
Project tasks delegated to Customer PMs/Engineers/Techs/Management/Resources must be completed in a timely
manner. For example, in the event a project 's prioritization is demoted, and Customer resources are reallocated causing
the project's schedule to extend on account of experiencing interruptions to its momentum requiring complete stop(s) and
start(s).
External projects/dependencies that may have significant impact on the timeline, schedule and deliverables. It is Seller's
assumption that every reasonable attempt will be made to mitigate such situations.
Total Fees
The total fees due and payable under this SOW (“Total Fees”) include both fees for Seller’s performance of work (“Services Fees”)
and any other related costs and fees specified in the Expenses section (“Expenses”).
Seller will invoice for Total Fees. Customer will pay invoices containing amounts authorized by this SOW in accordance with the
terms of the Agreement. Unless otherwise specified, taxes will be invoiced but are not included in any numbers or calculations
provided herein. The pricing included in this SOW expires and will be of no force or effect unless it is signed by Customer and
Seller within thirty (30) days from the Date list on the SOW, except as otherwise agreed by Seller. Any objections to an invoice
must be communicated to the Seller Contact Person within fifteen (15) days after receipt of the invoice.
SERVICES FEES
Services Fees hereunder are FIXED FEES, meaning that the amount invoiced for the Services will be $39,200.
The invoiced amount of Services Fees will equal the amount of fees applicable to each completed project milestone (see Table
below).
The SmartCIP engagement is to be invoiced starting on the first of the month where the SmartCIP engagement begins.
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26
11
SmartCIP incidents/requests that are less than 15 minutes each do not count against hours included. Incidents/requests that are 15
minutes or more will use program hours. Seller reserves the right to limit this feature to one per day.
*If the Customer requests and receives support over the Hours included defined in the SmartCIP program as listed above, those
overage Hours included will be billed at a rate of $255 per Hour.
SmartCIP hours will be measured in 15 minute (.25 hour) increments with a minimum of 15 minute (.25) hour billed each day
Services are performed remotely and four (4) hours billed each day Services are performed at any Customer-Designated
Location(s).
Upon notice, Seller may adjust the SmartCIP renewal fees with the assumption that fees will remain fixed for at least twenty-four
(24) weeks after the SmartCIP kickoff and then again for at least twenty-four (24) weeks after any subsequent renewal fees
adjustment.
SmartCIP hours do not accumulate. At the end of a billing cycle any unused hours will expire.
SmartCIP will automatically renew every 13 weeks for one (1) year.
Table – Services Fees
Milestone Percentage Fee
September 1, 2023 25% $9,800.00
December 1, 2023 25% 9,800.00
March 1, 2024 25% 9,800.00
June 1, 2024 25% 9,800.00
Totals 100% $39,200.00
Payment Terms
Customer will pay invoices containing amounts authorized by this SOW within thirty (30) days of Customer’s receipt of the
invoice. Any objections to an invoice must be communicated to the Seller Contact Person within thirty (30) days after receipt of the
invoice.
Expenses
All services under this SOW will be performed remotely; therefore, neither travel time nor direct expenses will be billed for this
project.
Travel Notice
The parties agree that there will be no travel required for this project.
CUSTOMER-DESIGNATED LOCATIONS
Seller will provide Services benefiting the following locations (“Customer-Designated Locations”).
Location(s) Address
Administration Building 1635 Faraday Ave., Carlsbad, CA 92008
DocuSign Envelope ID: 1C2240DC-17E3-4FB3-A9A6-C1A5E66EEC26