HomeMy WebLinkAboutStaff Report 2510-5314CITY OF PALO ALTO
CITY COUNCIL
Monday, December 01, 2025
Council Chambers & Hybrid
5:30 PM
Agenda Item
7.Approval of Two Contracts: 1) Blanket Purchase Order with Minsait Advanced Control
Systems (ACS) in an Amount Not-to-Exceed $1,000,000 to Purchase As-Needed Hardware
and Software Components, 2) Professional Services Contract No. C26195119 with Minsait
ACS in an Amount Not-to-Exceed $439,450 for SCADA System Software Licensing and
Support for a Period of Five Years in an Combined Contracts Amount Not-to-Exceed
$1,439,450; CEQA Status – Not a Project
8
3
9
0
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Utilities
Meeting Date: December 1, 2025
Report #:2510-5314
TITLE
Approval of Two Contracts: 1) Blanket Purchase Order with Minsait Advanced Control Systems
(ACS) in an Amount Not-to-Exceed $1,000,000 to Purchase As-Needed Hardware and Software
Components, 2) Professional Services Contract No. C26195119 with Minsait ACS in an Amount
Not-to-Exceed $439,450 for SCADA System Software Licensing and Support for a Period of Five
Years in an Combined Contracts Amount Not-to-Exceed $1,439,450; CEQA Status – Not a
Project
RECOMMENDATION
Staff recommends that the City Council approve and authorize the City Manager or their
designee to execute:
1. As-needed blanket purchase orders with Minsait Advanced Control Systems (ACS) in an
amount not-to-exceed $200,000 annually for a term of five years for a total not-to-
exceed amount of $1,000,000 for new or replacement SCADA hardware and software
components; and
2. Approve and authorize the City Manager or their designee to execute General Services
Contract No. C26195119 (Attachment A) with Minsait Advanced Control Systems (ACS)
to provide licensing and professional support for a term of five years and a total not-to-
exceed $439,450, including $399,500 for basic services, and $39,950 for additional
services.
EXECUTIVE SUMMARY
City of Palo Alto Utilities (CPAU) uses a Supervisory Control and Data Acquisition (SCADA)
system to monitor and control the City’s electric, water, and gas substations. These contracts
ensure the SCADA system proprietary equipment, software, and technical support is supported
for the next five years. Minsait Advanced Control Systems (ACS) will ensure continued system
reliability, equipment upgrade, and compatibility, via the recommended contract and blanket
8
3
9
0
purchase order in an amount not-to-exceed $1,439,450 (approximately $280,000 annually) over
a period of five years.
BACKGROUND
ANALYSIS
8
3
9
0
maintain safe and reliable utility operations, sustain cybersecurity protections, and allocate
staff and financial resources toward electrification and other strategic priorities.
Licensing & Support Continuity: Annual software support, updates, and technical
assistance from ACS to ensure operational reliability, cybersecurity compliance, and
compatibility with evolving technologies.
Hardware & Software Upgrades: Planned replacement and upgrade of critical RTUs,
network equipment, servers, and software modules at substations and the Utility
Control Center.
Standardization: Maintaining a standardized SCADA architecture simplifies future
upgrades, operational training, cybersecurity management, and vendor coordination.
Cost Stability: Establishing a long-term sole source contract provides predictable
budgeting and reduces administrative burden.
New reporting app for operational intelligence
Firewall intrusion detection system upgrades
Proxy server and patch management updates
RTU replacements and upgrades at substations
Two-factor authentication security enhancements
Backup server provisioning for operational resiliency
8
3
9
0
FISCAL/RESOURCE IMPACT
Year Support Support Contingency Hardware (As-Needed)Total
Total $399,500 $39,950 $1,000,000 $1,439,450
STAKEHOLDER ENGAGEMENT
ENVIRONMENTAL REVIEW
ATTACHMENTS
APPROVED BY:
City of Palo Alto General Services Agreement 1 Rev. April 9, 2025
CITY OF PALO ALTO CONTRACT NO. C26195119
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the 1st day of December 2025, by and
between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”),
and MINSAIT ACS INC. (“ACS”), a Georgia Corporation, located at 2755 Northwoods
Parkway, Norcross, GA 30071, Telephone Number: 770-446-8854, (“CONTRACTOR”). In
consideration of their mutual covenants, the parties hereto agree as follows:
1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”)
described in the Scope of Services, attached at Exhibit A.
Optional On-Call Provision (This provision only applies if checked and only
applies to on-call agreements.)
Services will be authorized by CITY, as needed, with a Task Order assigned and
approved by CITY’s Project Manager. Each Task Order shall be in substantially the
same form as Exhibit A-1. Each Task Order shall designate a CITY Project Manager
and shall contain a specific scope of work, a specific schedule of performance and
a specific compensation amount. The total price of all Task Orders issued under
this Agreement shall not exceed the amount of Compensation set forth in Section
5 of this Agreement. CONTRACTOR shall only be compensated for work
performed under an authorized Task Order and CITY may elect, but is not required,
to authorize work up to the maximum compensation amount set forth in Section
5.
2. EXHIBITS. The following exhibits are attached to and made a part of this
Agreement:
“A” - Scope of Services
“B” - Schedule of Performance
“C” – Compensation
“C-1” – Schedule of Rates for Additional Services
“D” - Insurance Requirements
3. TERM.
The term of this Agreement is from December 1, 2025, to November 30, 2030
inclusive, subject to the provisions of Sections R and W of the General Terms and
Conditions.
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 2 Rev. April 9, 2025
4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within
the term of this Agreement in a reasonably prompt and timely manner based upon
the circumstances and direction communicated to CONTRACTOR, and if
applicable, in accordance with the schedule set forth in the Schedule of
Performance, attached at Exhibit B. Time is of the essence in this Agreement.
5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees
to accept as not-to-exceed compensation for the full performance of the Services
and reimbursable expenses, if any:
The total maximum lump sum compensation of dollars ($ );
OR
The sum of dollars ($ ) per hour, not to exceed a total
maximum compensation amount of dollars ($ ); OR
A sum calculated in accordance with the fee schedule set forth at Exhibit
C, not to exceed a total maximum compensation amount of Three Hundred
Ninety-Nine Thousand Five Hundred dollars ($399,500.00).
CONTRACTOR agrees that it can perform the Services for an amount not to exceed
the total maximum compensation set forth above. Any hours worked or services
performed by CONTRACTOR for which payment would result in a total exceeding
the maximum amount of compensation set forth above for performance of the
Services shall be at no cost to CITY.
CITY has set aside the sum of Thirty-Nine Thousand Nine Hundred Fifty
dollars ($39,950) for Additional Services. CONTRACTOR shall provide
Additional Services only by advanced, written authorization from the City
Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a
detailed written proposal including a description of the scope of services,
schedule, level of effort, and CONTRACTOR’s proposed maximum
compensation, including reimbursable expense, for such services.
Compensation shall be based on the hourly rates set forth above or in
Exhibit C (whichever is applicable), or if such rates are not applicable, a
negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not
perform any Additional Services for which payment would exceed the
amount set forth above for Additional Services. Payment for Additional
Services is subject to all requirements and restrictions in this Agreement.
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 3 Rev. April 9, 2025
6. COMPENSATION DURING ADDITIONAL TERMS.
CONTRACTOR’S compensation rates for each additional term shall be the
same as the original term; OR
CONTRACTOR’s compensation rates shall be adjusted effective on the
commencement of each Additional Term. The lump sum compensation
amount, hourly rates, or fees, whichever is applicable as set forth in section
5 above, shall be adjusted by a percentage equal to the change in the
Consumer Price Index for Urban Wage Earners and Clerical Workers for the
San Francisco-Oakland- San Jose area, published by the United States
Department of Labor Statistics (CPI) which is published most immediately
preceding the commencement of the applicable Additional Term, which
shall be compared with the CPI published most immediately preceding the
commencement date of the then expiring term. Notwithstanding the
foregoing, in no event shall CONTRACTOR’s compensation rates be
increased by an amount exceeding five percent of the rates effective
during the immediately preceding term. Any adjustment to
CONTRACTOR’s compensation rates shall be reflected in a written
amendment to this Agreement.
7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this
Section 7, a “9204 Public Works Project” means the erection, construction,
alteration, repair, or improvement of any public structure, building, road, or other
public improvement of any kind. Public Contract Code Section 9204 mandates
certain claims procedures for Public Works Projects, which are set forth in
“Appendix __ Claims for Public Contract Code Section 9204 Public Works
Projects”.
This project is a 9204 Public Works Project and is required to comply with
the claims procedures set forth in Appendix __, attached hereto and
incorporated herein.
OR
This project is not a 9204 Public Works Project.
8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project
Manager is: Raymond Chin, Dept.: Utilities Electric Operations, Telephone: 650-
456-5925 email: raymond.chin@paloalto.gov.. Invoices shall be submitted in
arrears for Services performed. Invoices shall not be submitted more frequently
than monthly. Invoices shall provide a detailed statement of Services performed
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 4 Rev. April 9, 2025
during the invoice period and are subject to verification by CITY. CITY shall pay
the undisputed amount of invoices within 30 days of receipt.
GENERAL TERMS AND CONDITIONS
A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of
this Agreement. This Agreement includes and is limited to the terms and
conditions set forth in sections 1 through 8 above, these general terms and
conditions and the attached exhibits.
B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise
and qualifications to complete the services described in Section 1 of this
Agreement, entitled “SERVICES,” and that every individual charged with the
performance of the services under this Agreement has sufficient skill and
experience and is duly licensed or certified, to the extent such licensing or
certification is required by law, to perform the Services. CITY expressly relies on
CONTRACTOR’s representations regarding its skills, knowledge, and certifications.
CONTRACTOR shall perform all work in accordance with generally accepted
business practices and performance standards of the industry, including all
federal, state, and local operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the
performance of this Agreement, CONTRACTOR and any person employed by
CONTRACTOR shall at all times be considered an independent CONTRACTOR and
not an agent or employee of CITY. CONTRACTOR shall be responsible for
employing or engaging all persons necessary to complete the work required under
this Agreement.
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any
Services under this Agreement unless CONTRACTOR obtains prior written consent
of CITY. CONTRACTOR shall be solely responsible for directing the work of
approved subcontractors and for any compensation due to subcontractors.
E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes,
fees, contributions or charges applicable to the conduct of CONTRACTOR’s
business.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services
comply with all applicable federal, state and local laws, ordinances, regulations,
and orders.
G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all
requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 5 Rev. April 9, 2025
Wage), as it may be amended from time to time. In particular, for any employee
otherwise entitled to the State minimum wage, who performs at least two (2)
hours of work in a calendar week within the geographic boundaries of the City,
CONTRACTOR shall pay such employees no less than the minimum wage set forth
in Palo Alto Municipal Code section 4.62.030 for each hour worked within the
geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall
post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with
Palo Alto Municipal Code section 4.62.060.
H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole
expense, repair in kind, or as the City Manager or designee shall direct, any
damage to public or private property that occurs in connection with
CONTRACTOR’s performance of the Services. CITY may decline to approve and
may withhold payment in whole or in part to such extent as may be necessary to
protect CITY from loss because of defective work not remedied or other damage
to the CITY occurring in connection with CONTRACTOR’s performance of the
Services. CITY shall submit written documentation in support of such withholding
upon CONTRACTOR’s request. When the grounds described above are removed,
payment shall be made for amounts withheld because of them.
I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under
this Agreement shall be performed in a professional and workmanlike manner in
accordance with generally accepted business practices and performance
standards of the industry and the requirements of this Agreement. CONTRACTOR
expressly warrants that all materials, goods and equipment provided by
CONTRACTOR under this Agreement shall be fit for the particular purpose
intended, shall be free from defects, and shall conform to the requirements of this
Agreement. CONTRACTOR agrees to promptly replace or correct any material or
service not in compliance with these warranties, including incomplete, inaccurate,
or defective material or service, at no further cost to CITY. The warranties set
forth in this section shall be in effect for a period of one year from completion of
the Services and shall survive the completion of the Services or termination of this
Agreement.
J. MONITORING OF SERVICES. CITY may monitor the Services performed under this
Agreement to determine whether CONTRACTOR’s work is completed in a
satisfactory manner and complies with the provisions of this Agreement.
K. CITY’S PROPERTY. Any reports, information, data or other material (including
copyright interests) developed, collected, assembled, prepared, or caused to be
prepared under this Agreement will become the property of CITY without
restriction or limitation upon their use and will not be made available to any
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 6 Rev. April 9, 2025
individual or organization by CONTRACTOR or its subcontractors, if any, without
the prior written approval of the City Manager.
L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives
to audit, at any reasonable time during the term of this Agreement and for three
(3) years from the date of final payment, CONTRACTOR’s records pertaining to
matters covered by this Agreement. CONTRACTOR agrees to maintain accurate
books and records in accordance with generally accepted accounting principles for
at least three (3) following the terms of this Agreement.
M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial
acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights
under this Agreement.
N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full
force during the term of this Agreement, the insurance coverage described at
Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A-
:VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk
Manager must approve deductibles and self-insured retentions. In addition, all
policies, endorsements, certificates and/or binders are subject to approval by the
Risk Manager as to form and content. CONTRACTOR shall obtain a policy
endorsement naming the City of Palo Alto as an additional insured under any
general liability or automobile policy. CONTRACTOR shall obtain an endorsement
stating that the insurance is primary coverage and will not be canceled or
materially reduced in coverage or limits until after providing 30 days prior written
notice of the cancellation or modification to the Risk Manager. CONTRACTOR shall
provide certificates of such policies or other evidence of coverage satisfactory to
the Risk Manager, together with the required endorsements and evidence of
payment of premiums, to CITY concurrently with the execution of this Agreement
and shall throughout the term of this Agreement provide current certificates
evidencing the required insurance coverages and endorsements to the Risk
Manager. CONTRACTOR shall include all subcontractors as insured under its
policies or shall obtain and provide to CITY separate certificates and endorsements
for each subcontractor that meet all the requirements of this section. The
procuring of such required policies of insurance shall not operate to limit
CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement.
O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation
by the provisions of section N relating to insurance, CONTRACTOR shall indemnify,
defend and hold harmless CITY, its Council members, officers, employees and
agents from and against any and all demands, claims, injuries, losses, or liabilities
of any nature, including death or injury to any person, property damage or any
other loss and including without limitation all damages, penalties, fines and
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 7 Rev. April 9, 2025
judgments, associated investigation and administrative expenses and defense
costs, including, but not limited to reasonable attorney’s fees, courts costs and
costs of alternative dispute resolution), arising out of, or resulting in any way from
or in connection with the performance of this Agreement. CONTRACTOR’s
obligations under this Section apply regardless of whether or not a liability is
caused or contributed to by any negligent (passive or active) act or omission of
CITY, except that CONTRACTOR shall not be obligated to indemnify for liability
arising from the sole negligence or willful misconduct of CITY. The acceptance of
the Services by CITY shall not operate as a waiver of the right of indemnification.
The provisions of this Section survive the completion of the Services or
termination of this Agreement.
P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510,
CONTRACTOR certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person because of the race, skin color,
gender, age, religion, disability, national origin, ancestry, sexual orientation,
housing status, marital status, familial status, weight or height of such person.
CONTRACTOR acknowledges that it has read and understands the provisions of
Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof and agrees to meet all
requirements of Section 2.30.510 pertaining to nondiscrimination in employment.
Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement,
certifies that it is aware of the provisions of the Labor Code of the State of Califor-
nia which require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the provisions of
that Code, and certifies that it will comply with such provisions, as applicable,
before commencing and during the performance of the Services.
R. TERMINATION. The City Manager may terminate this Agreement without cause
by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If
CONTRACTOR fails to perform any of its material obligations under this
Agreement, in addition to all other remedies provided by law, the City Manager
may terminate this Agreement immediately upon written notice of termination.
Upon receipt of such notice of termination, CONTRACTOR shall immediately
discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily
performed up to the effective date of termination. If the termination is for cause,
CITY may deduct from such payment the amount of actual damage, if any,
sustained by CITY due to CONTRACTOR’s failure to perform its material obligations
under this Agreement. Upon termination, CONTRACTOR shall immediately deliver
to the City Manager any and all copies of studies, sketches, drawings,
computations, and other material or products, whether or not completed,
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 8 Rev. April 9, 2025
prepared by CONTRACTOR or given to CONTRACTOR, in connection with this
Agreement. Such materials shall become the property of CITY.
S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors
and assigns to all covenants of this Agreement. This Agreement shall not be
assigned or transferred without the prior written consent of CITY. No
amendments, changes or variations of any kind are authorized without the written
consent of CITY.
T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants
that it presently has no interest, and will not acquire any interest, direct or
indirect, financial or otherwise, which would conflict in any manner or degree with
the performance of this Agreement. CONTRACTOR further covenants that, in the
performance of this Agreement, it will not employ any person having such an
interest. CONTRACTOR certifies that no CITY officer, employee, or authorized
representative has any financial interest in the business of CONTRACTOR and that
no person associated with CONTRACTOR has any interest, direct or indirect, which
could conflict with the faithful performance of this Agreement. CONTRACTOR
agrees to advise CITY if any conflict arises.
U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws
of the State of California.
V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire
agreement between the parties with respect to the services that may be the
subject of this Agreement. Any variance in the exhibits does not affect the validity
of the Agreement and the Agreement itself controls over any conflicting provisions
in the exhibits. This Agreement supersedes all prior agreements, representations,
statements, negotiations and undertakings whether oral or written.
W. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the
Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement
will terminate without any penalty (a) at the end of any fiscal year in the event
that funds are not appropriated for the following fiscal year, or (b) at any time
within a fiscal year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Agreement are no longer available. This Section
shall take precedence in the event of a conflict with any other covenant, term,
condition, or provision of this Agreement.
X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE
REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally
Preferred Purchasing policies which are available at CITY’s Purchasing Division,
which are incorporated by reference and may be amended from time to time.
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 9 Rev. April 9, 2025
CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal
requirements of CITY’s Zero Waste Program. Zero Waste best practices include
first minimizing and reducing waste; second, reusing waste and third, recycling or
composting waste. In particular, CONTRACTOR shall comply with the following
zero waste requirements:
• All printed materials provided by CONTRACTOR to CITY generated from a
personal computer and printer including but not limited to, proposals,
quotes, invoices, reports, and public education materials, shall be double-
sided and printed on a minimum of 30% or greater post-consumer content
paper, unless otherwise approved by CITY’s Project Manager. Any
submitted materials printed by a professional printing company shall be a
minimum of 30% or greater post-consumer material and printed with
vegetable based inks.
• Goods purchased by Contractor on behalf of CITY shall be purchased in
accordance with CITY’s Environmental Purchasing Policy including, but not
limited to, Extended Producer Responsibility requirements for products
and packaging. A copy of this policy is on file at the Purchasing Division’s
office.
• Reusable/returnable pallets shall be taken back by CONTRCATOR, at no
additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide
documentation from the facility accepting the pallets to verify that pallets
are not being disposed.
Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties
represent and warrant that they have the legal capacity and authority to do so on
behalf of their respective legal entities.
Z. PREVAILING WAGES
This Project is not subject to prevailing wages. CONTRACTOR is not required to
pay prevailing wages in the performance and implementation of the Project in
accordance with SB 7, if the Agreement is not a public works contract, if
Agreement does not include a public works construction project of more than
$25,000, or the Agreement does not include a public works alteration, demolition,
repair, or maintenance (collectively, ‘improvement’) project of more than
$15,000.
OR
Contractor is required to pay general prevailing wages as defined in Subchapter
3, Title 8 of the California Code of Regulations and Section 16000 et seq. and
Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section
1773 of the Labor Code of the State of California, the City Council has obtained
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 10 Rev. April 9, 2025
the general prevailing rate of per diem wages and the general rate for holiday and
overtime work in this locality for each craft, classification, or type of worker
needed to execute the Agreement for this Project from the Director of the
Department of Industrial Relations (“DIR”). Copies of these rates may be obtained
at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide
a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay
the adopted prevailing wage rates as a minimum. Contractor shall comply with
the provisions of all sections, including, but not limited to, Sections 1775, 1776,
1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages.
AA. DIR REGISTRATION. In regard to any public work construction, alteration,
demolition, repair or maintenance work, CITY will not accept a bid proposal from
or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR
and its listed subcontractors are registered with the California Department of
Industrial Relations (“DIR”) to perform public work, subject to limited exceptions.
City requires CONTRACTOR and its listed subcontractors to comply with the
requirements of SB 854.
CITY provides notice to CONTRACTOR of the requirements of California Labor
Code section 1771.1(a), which reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid
proposal, subject to the requirements of Section 4104 of the Public Contract Code,
or engage in the performance of any contract for public work, as defined in this
chapter, unless currently registered and qualified to perform public work pursuant
to Section 1725.5. It is not a violation of this section for an unregistered contractor
to submit a bid that is authorized by Section 7029.1 of the Business and
Professions Code or Section 10164 or 20103.5 of the Public Contract Code,
provided the contractor is registered to perform public work pursuant to Section
1725.5 at the time the Agreement is awarded.”
CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRACTOR
is required to post all job site notices prescribed by law or regulation and
CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by
DIR.
CITY requires CONTRACTOR and its listed subcontractors to comply with the
requirements of Labor Code section 1776, including:
Keep accurate payroll records, showing the name, address, social security
number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice,
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 11 Rev. April 9, 2025
worker, or other employee employed by, respectively, CONTRACTOR and its listed
subcontractors, in connection with the Project.
The payroll records shall be verified as true and correct and shall be certified and
made available for inspection at all reasonable hours at the principal office of
CONTRACTOR and its listed subcontractors, respectively.
At the request of CITY, acting by its project manager, CONTRACTOR and its listed
subcontractors shall make the certified payroll records available for inspection or
furnished upon request to the project manager within ten (10) days of receipt of
CITY’s request.
[For state- and federally-funded projects] CITY requests CONTRACTOR and
its listed subcontractors to submit the certified payroll records to the
project manager at the end of each week during the Project.
If the certified payroll records are not produced to the project manager within the
10-day period, then CONTRACTOR and its listed subcontractors shall be subject to
a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof,
for each worker, and CITY shall withhold the sum total of penalties from the
progress payment(s) then due and payable to CONTRACTOR.
Inform the project manager of the location of CONTRACTOR’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the
case of any conflict between the terms of this Agreement and the exhibits hereto
or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of
any conflict between the exhibits hereto and CONTRACTOR’s proposal, the
exhibits shall control.
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 12 Rev. April 9, 2025
IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives
executed this Agreement on the date first above written.
CITY OF PALO ALTO MINSAIT ACS INC.
_________________________ By________________________________
City Manager or Designee
Name _____________________________
Title_______________________________
Approved as to form: By________________________________
Name _____________________________
___________________________
City Attorney or Designee
Title_______________________________
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
Jeronimo Bucero 11/7/2025
CEO
Omar Elias
CFO
11/13/2025
City of Palo Alto General Services Agreement 13 Rev. April 9, 2025
EXHIBIT A
SCOPE OF SERVICES
CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF
SERVICES”. Notwithstanding any provision herein to the contrary, CONSULTANT’s duties
and services described in this Scope of Services shall not include preparing or assisting
CITY with any portion of CITY’s preparation of a request for proposals, request for
qualifications, or any other solicitation regarding a subsequent or additional contract
with CITY. CITY shall at all times retain responsibility for public contracting, including
with respect to any subsequent phase of this project. CONSULTANT’s participation in the
planning, discussions, or drawing of project plans or specifications shall be limited to
conceptual, preliminary, or initial plans or specifications. CONSULTANT shall cooperate
with CITY to ensure that all bidders for a subsequent contract on any subsequent phase
of this project have access to the same information, including all conceptual,
preliminary, or initial plans or specifications prepared by CONSULTANT pursuant to this
Scope of Services.
1. ACS Software Full Subscription Support
A. Software Covered under long-term service agreement (LTSA) Long-Term
Service Agrement.
i. Base Software
a. ACS Base Prism Software Bundle
b. PRISM Master Redundant System License
ii. Third Party Software
a. Web Portal with Business Objects
b. ePrism (51)
c. RedHat Linux (ES-6, WS-6)
d. Oracle
iii. Distributed Applications
a. Distributed Database/OI – Seat License (4)
iv. Advanced Applications
a. OpEn Data Warehouse
b. Short Term Load Forecasting
c. HeadsUp & eAlarm
d. OpenOffice Advanced Report Writer
e. PRISM Report Server Enterprise
f. MultiSpeak
g. JReport Server
2. Hardware Full Subscription Support
QTY OR HP P/N Product Description Serial Number
1 PCI Switch N/A
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 14 Rev. April 9, 2025
1 VPN Key Client N/A
2 PRISM Linux
Restore
C1099A Terminal Console US02330366
Q5987A HP Color LaserJet
3600N Printer
CNWBF75365
Q5987A HP Color LaserJet
3600N Printer
CNWBF75340
HP LA2405x 24” LED
Monitor
CN4404031M
HP LA2405x 24” LED
Monitor
CN4404031N
HP LA2405x 24” LED
Monitor
CN4404031K
HP LA2405x 24” LED
Monitor
CN4404031P
HP LA2405x 24” LED
Monitor
CN44040326
HP LA2405x 24” LED
Monitor
CN4404033L
HP 1910-24G 24
Port Switch
CN3ABX24V6
HP 1910-24G 24
Port Switch
CN3ABX24VQ
HP Z6 G4
Workstation
MXL21949Z8
HP Z6 G4
Workstation
MXL1382LJC
HP Z6 G4
Workstation
MXL1402YPW
- HP Z6 G4
Workstation
MXL1393GD9
HP Z6 G4
Workstation
MXL1402YPZ
HP Z6 G4
Workstation
MXL1393GD8
- HP ProLiant DL380
G10 Server
2M21450572
- HP ProLiant DL380
G10 Server
2M213205NP
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 15 Rev. April 9, 2025
293765-001 HP ProLiant DL380
G8 Server
SGH34261CS
293765-001 HP ProLiant DL380
G8 Server
SGH34261CP
3. Patch Management - 16 Nodes patched quarterly
4. Network Terminal Unit (NTU) Network Terminal Unit Software Support with IED
Library
In addition, Contractor shall provide the following services in accordance with the
provisions of the Agreement
5. SCADA Software Coverage
• (1) PRISM Master Server-based License
• (1) PRISM Master Redundant System License
• (4) Distributed Database/OI Architecture – System License
• (1) eAlarm Event Notification and Summary
• (12) Red Hat Enterprise Linux
• (52) ePRISM
• (1) PRISM Web Services Gateway – Non-redundant
• (1) PRISM Enterprise Historian
• (1) PRISM Reporter Standard – link to UDM schema
• (1) Short Term Load Forecasting
6. SCADA Hardware Coverage
Quantity ACS Product Description Serial Number
2 PRISM VPN Router
1 Firewall
4 2-Factor VPN ACS Remote
1 PRISM System Restore BackUp
2M2335003K
2 HP Smart Switch Aruba 2930F
CN85HKT03S;
CN85HKT05D
1 PRISM DB DL380 G10 2M292062M
1 PRISM DMZ DL380 G10 2M2003015G
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 16 Rev. April 9, 2025
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONTRACTOR shall perform the Services according to the following schedule
CONTRACTOR shall perform the Services according to the following schedule, which City will
review and renew on an annual basis as per Palo Alto Municipal Code section 2.28.080
(Amendments after adoption).
1. ACS Software Full subscription Support: 12/01/2025 to 11/30/2030
2. Hardware Full Subscription Support: 12/01/2025 to 11/30/2030
3. Patch Management – 8 Nodes Patched Quarterly: 12/01/2025 to 11/30/2030
4. NTU SW Support with entire IED library: 12/01/2025 to 11/30/2030
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 17 Rev. April 9, 2025
EXHIBIT C
COMPENSATION
Compensation based upon fee schedule
CITY shall pay CONTRACTOR according to the following rate schedule. The maximum
amount of compensation to be paid to CONTRACTOR, including both payment for services
and reimbursable expenses, shall not exceed the amounts set forth in Sections 5 and 6 of
the Agreement. Any services provided or hours worked for which payment would result
in a total exceeding the maximum amount of compensation set forth herein shall be at
no cost to CITY.
RATE SCHEDULE
Support Plan Coverage Year 1 Year 2 Year 3 Year 4 Year 5 Total
Software Maintenance $ 40,348 $ 41,558 $ 42,805 $ 44,089 $ 45,412 $ 214,212
Technical HelpDesk Support $ 7,123 $ 7,337 $ 7,557 $ 7,784 $ 8,017 $ 37,818
Hardware Full Subscription
Support $ 6,485 $ 6,680 $ 6,879 $ 7,085 $ 7,298 $ 34,427
Red Hat Patch Management - 16
Nodes Quarter $ 18,910 $ 19,477 $ 20,062 $ 20,664 $ 21,284 $ 100,397
Minsait ACS Outstation Support $ 2,382 $ 2,453 $ 2,527 $ 2,603 $ 2,681 $ 12,646
Subtotal $ 75,248 $ 77,505 $ 79,830 $ 82,225 $ 84,692 $ 399,500
Additional Services $ 7,525 $ 7,750 $ 7,983 $ 8,223 $ 8,469 $ 39,950
Total $ 82,773 $ 85,255 $ 87,813 $ 90,448 $ 93,161 $ 439,450
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 18 Rev. April 9, 2025
EXHIBIT C-1
SCHEDULE OF RATES FOR ADDITIONAL SERVICES
CONSULTANT’s schedule of rates is as follows:
Additional Services Rate
Schedule
Engineering Hours (As
Needed)
$200/hour
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 19 Rev. April 9, 2025
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM
OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE
SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR
HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF
CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED,
BELOW:
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES
YES
WORKER’S COMPENSATION
EMPLOYER’S LIABILITY
STATUTORY
STATUTORY
YES
GENERAL LIABILITY, INCLUDING
PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL
LIABILITY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED.
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES AUTOMOBILE LIABILITY,
INCLUDING ALL OWNED, HIRED,
NON-OWNED
BODILY INJURY
- EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
NO
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
ALL DAMAGES $1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT
ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND
EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND
ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’
COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I. INSURANCE COVERAGE MUST INCLUDE:
A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE
FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED
COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO
“ADDITIONAL INSUREDS”
A. PRIMARY COVERAGE
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
City of Palo Alto General Services Agreement 20 Rev. April 9, 2025
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED,
INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR
CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE
ADDITIONAL INSUREDS.
B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE
POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED
AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS,
SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY
REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING
COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-
PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT
LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF
CANCELLATION.
NOTICES SHALL BE EMAILED TO: PurchasingSupport@PaloAlto.Gov
Docusign Envelope ID: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC
Certificate Of Completion
Envelope Id: 3748EDF5-14EB-4012-B44D-1E2A6A25A9DC Status: Completed
Subject: Complete with Docusign: C26195119 Minsait AC.pdf
Source Envelope:
Document Pages: 20 Signatures: 2 Envelope Originator:
Certificate Pages: 2 Initials: 0 Renee Howard
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
250 Hamilton Ave
Palo Alto , CA 94301
renee.howard@paloalto.gov
IP Address: 199.33.32.254
Record Tracking
Status: Original
11/6/2025 9:48:44 AM
Holder: Renee Howard
renee.howard@paloalto.gov
Location: DocuSign
Security Appliance Status: Connected Pool: StateLocal
Storage Appliance Status: Connected Pool: City of Palo Alto Location: Docusign
Signer Events Signature Timestamp
Jeronimo Bucero
jbucero@minsait.com
CEO
Security Level: Email, Account Authentication
(None)Signature Adoption: Uploaded Signature Image
Using IP Address: 163.116.252.78
Sent: 11/6/2025 9:51:32 AM
Resent: 11/7/2025 12:38:16 PM
Viewed: 11/7/2025 12:39:44 PM
Signed: 11/7/2025 12:40:26 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Omar Elias
oelias@indracompany.com
CFO
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 163.116.252.34
Sent: 11/7/2025 12:40:28 PM
Resent: 11/10/2025 1:42:54 PM
Resent: 11/13/2025 10:23:15 AM
Viewed: 11/13/2025 12:32:14 PM
Signed: 11/13/2025 12:32:44 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 11/6/2025 9:51:32 AM
Envelope Summary Events Status Timestamps
Certified Delivered Security Checked 11/13/2025 12:32:14 PM
Signing Complete Security Checked 11/13/2025 12:32:44 PM
Completed Security Checked 11/13/2025 12:32:44 PM
Payment Events Status Timestamps