Loading...
HomeMy WebLinkAboutItem No. 24 - ScoreboardsCity Council Agenda Report City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 22-262 Agenda Date: 6/28/2022 Status: Approval FinalVersion: 1 File Type: Council Consent Calendar In Control: City Council / Successor Agency Agenda Number: 24) Purchase and Installation of Four (4) Baseball and Softball Scoreboards 1.Approve and authorize the City Manager to execute a short form purchase of goods and /or service contract with Nevco/CSM Sales, Inc., for the purchase and installation of 4 Baseball/Softball Scoreboards in the amount of $43,275.10 and waive the competitive bidding process in accordance with Municipal Code Section 3.08.070(G); and 2.Authorize the City Manager to execute change orders not to exceed a 10% contingency amount of $4,327.51 for uncertainties and adjustments. Page 1 City of Lake Elsinore Printed on 6/23/2022 REPORT TO CITY COUNCIL To: Honorable Mayor and Members of the City Council From: Jason Simpson, City Manager Prepared by: Rick De Santiago, Public Works Manager Date: June 28, 2022 Subject: Purchase and Installation of Four (4) Baseball & Softball Scoreboards Recommendation 1. Approve and authorize the City Manager to execute a short form purchase of goods and/or service contract with Nevco/CSM Sales, Inc., for the purchase and installation of 4 Baseball/Softball Scoreboards in the amount of $43,275.10 and waive the competitive bidding process in accordance with Municipal Code Section 3.08.070(G); and 2. Authorize the City Manager to execute change orders not to exceed a 10% contingency amount of $4,327.51 for uncertainties and adjustments. Background Staff has solicited quotes for new scoreboards for 2 playing fields at both Canyon Hills Park and McVicker Park to facility and select the most fitting scoreboard options for each field. The scoreboards at these two parks are old, fully depreciated and in need of replacement. A team of designers from Nevco has proposed replacement scoreboards that will improve the entire sports park experience from both a player and spectators perspective. Discussion The bold lights and brilliant colors from the LED display will help fans feel like they’re part of the action and provide the City with many digital display options. Nevco has a dominate reputation in the industry with service to junior high, high schools, colleges, and professional sports teams across the nation. A major consideration in selecting scoreboards for publicly used sport parks is the ease and simplistic operation for the user. Often times these challenges result in the scoreboard not being used to its fullest capacity or not being used at all. These scoreboards are easy to use and maintain, and they come with great support, to amplify the game-day experience. The development of these scoreboards started with a basic scoreboard model and added upgrades and accessories to the scoreboard to obtain a highly desirable display for each field. Purchase of 4 Baseball & Softball Scoreboards June 28, 2022 Page 2 of 2 Some of the features of these scoreboards are listed below:  UL listed 10’ X 8’ scoreboard with 5-year warranty  LED display with red and amber digits  Top of board team ID display  Program team names from controller  In-Board wireless receiver kit  Wireless handheld controller  Complete remove of old scoreboards and installation of the new These scoreboards have been competitively bid and priced on Sourcewell, contract number #050819-NVC. Sourcewell, formerly National Joint Powers Alliance, was created by state law as a service cooperative to provide programs and services to members in education and government. Sourcewell was established with the statutory purpose to assist members in meeting specific needs which are more efficiently delivered cooperatively than by an entity individually. Sourcewell is authorized to establish competitively awarded cooperative purchasing contracts on behalf of itself and its member agencies. Sourcewell follows the competitive contracting law process to solicit, evaluate and award cooperative purchasing contracts for goods and services. Sourcewell cooperative purchasing contracts are made available through the joint exercise of powers law to member agencies. Member agencies include all eligible government, education, and non-profit agencies nationwide and in Canada. Waive of Competitive Bidding Procedures Under Section 3.08.070(G) of the Municipal Code, the City Council has the discretion to waive the competitive bidding requirement that would otherwise be utilized for this purchase. In addition to the benefits outlined above, Baseball & Softball Scoreboards satisfies all of the City’s requirements compared to competitors that have significant shor tfalls in specifications and operating levels essential to the City’s needs. These benefits and characteristics suited to the City’s specific needs support the finding that waiving the competitive bidding requirement for this purchase is in the best interest of the City. Therefore, staff recommends that the City Council waive the competitive bidding according to Municipal Code Section 3.08.070(G) and allow the City Manager to purchase the Baseball & Softball Scoreboards as outlined in this agenda report. Upon approve of this agenda item, Staff will process a purchase order to facilitate purchase, shipment and installation of the scoreboards. Fiscal Impact Funds are available in the fiscal year 2021-2022 Annual Operating Budget. Canyon Hills Park CIP #Z40024 and McVicker Park CIP #Z40023. Exhibits A - Agreement B – Quotes dated 5/12/2022 SHORT FORM PURCHASE OF GOODS AND/OR SERVICE CONTRACT The parties to this Short Form Purchase of Goods and/or Services Contract (Contract) do mutually agree and promise as follows: 1.Parties: The parties to this Contract are the CITY OF LAKE ELSINORE, a municipal corporation (City) and the following named Contractor: Name: Street Address: City/State/Zip: Telephone: Fax: Email: _________________________________ Taxpayer ID #: __________________________ City Business License #: _________________ 2.Term: The effective date of this contract is __________and it terminates ____________ unless sooner terminated as provided herein. 3.Contractor’s Obligations: (a) To the satisfaction of the City’s Project Manager, Contractor shall provide the following goods and/or services: (Attach extra sheet/s if necessary) (b) Contractor shall perform the above- referenced services or delivery the required goods at or to the following specified location/s: (Attach extra sheet/s if necessary) ___________________________________ 4.Supplemental Conditions: This Contract is subject to the Supplemental Conditions attached hereto, which are incorporated herein by reference. 5.Compensation: Contractor’s total compensation for the goods and/or services performed under this Contract is $ , to be paid as (check one): (1) lump sum upon completion of all Contractor’s Obligations; (2)  lump sum per-task in the amounts indicated below, payable upon completion of each task; (3)  lump sum per-task in the amounts indicated below, payable in monthly installments not to exceed the percentage completion of each task; (4)  per attached written quote, up to a guaranteed not-to-exceed amount of $ . Task Amount 1. 2. 3. 4. 6.Signatures: The person executing this Agreement on behalf of Contractor warrants and represents that he/she has the authority to execute this Agreement on behalf of Contractor and to bind Contractor to perform its obligations hereunder. These signatures attest the parties’ agreement hereto: CONTRACTOR: _______________________________________ By:____________________________________ CITY OF LAKE ELSINORE: By: ___________________________________ City Manager Attested by: ____________________________ City Clerk Approved as to content/Insurance: By: ___________________________________ Assistant City Manager Short Form Goods or Services Contract 1 Name and Title SUPPLEMENTAL CONDITIONS 1.Independent Contractor. It is expressly agreed that Contractor is to perform or deliver the goods and/or services described herein as an independent contractor pursuant to California Labor Code Section 3353, under the control of the City as to the result of Contractor's work only but not as to the means by which such result is accomplished. Nothing contained herein shall in any way be construed to make Contractor or any of its agents or employees, an agent, employee or representative of the City. Contractor shall be entirely responsible for the compensation of any assistants, employees, and subcontractors used by Contractor in providing said goods and/or services. 2.Termination. Either the City or Contractor may terminate this Contract with or without cause at any time upon giving the other party five (5) calendar days' written notice of such termination. In the event of termination, the City shall be liable only to pay to the Contractor compensation for goods delivered or services rendered up to the date of the Contract's termination. Under no circumstances shall City be responsible for payment of lost profits, or damages beyond the total amount of compensation set in this Contract. 3.Assignment. Contractor shall not assign this Contract, or any part thereof, or any right of the Contractor hereunder without the prior written consent of the City. 4.Indemnity. Contractor shall indemnify, defend and hold the City harmless from and against all claims, demands and causes of action for injury, death or damage to any person or property that may arise or result from Contractor's performance of this Contract or from acts or omissions of any person(s) employed by Contractor.This indemnity shall survive expiration or termination of the Purchase Order or final payment thereunder. 5.Anti-Discrimination. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religious creed, age, sex, actual or perceived sexual orientation, national origin, disability as defined by the American with Disabilities Act (42 U.S.C. § 12010, et seq.) or veteran’s status. To the extent applicable, Contractor shall comply with all federal, state, and local laws regarding non-discrimination, equal employment opportunity, affirmative action and occupational-safety-health concerns, shall comply with all applicable rules and regulations thereunder, and shall comply with same as each may be amended from time to time. 6.Legal Responsibilities. Contractor shall comply with all local, state and federal laws and regulations applicable to the goods or services required hereunder, including any rule, regulation or bylaw governing the conduct or performance of Contractor and/or its employees, officers, or board members. Contractor represents that it has obtained and will maintain at all times during the term of this Contract all professional and/or business licenses, certifications and/or permits for necessary for delivering the goods or performing the services described in this Contract, including a City business license. 7.Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements: Short Form Goods or Services Contract 2 Contractor, at its own cost and expense, shall maintain commercial general insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, coverage and automobile liability insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence for the term of this Contract in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Contract. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefore, and damage to property resulting from activities contemplated under this Contract, including the use of owned and non-owned automobiles. The following endorsements shall be attached to the policy: 7.1.1 Policy shall cover on an "occurrence basis." 7.1.2 Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorsement. 7.1.3 Broad form property damage endorsement must be attached. 7.1.4 Policy must cover contractual liability by amending the definition of "incidental contract" to include any written contract. 7.1.5 Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Worker's Compensation, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager and City Attorney, are named as additional insureds. Additional insureds shall be entitled to the full benefit of all insurance policies in the same manner and to the same extent as any other insureds and there shall be no limitation to the benefits conferred upon them other than policy limits to coverages. 7.2 Worker's Compensation The Contractor, at its own cost and expense shall carry and maintain statutory Worker's Compensation Insurance and Employer's Liability with limits of not less than One Million Dollars ($1,000,000) with an insurance carrier satisfactory to the City. In the event Contractor is self-insured, it shall furnish the City with a Certificate of Permission to Self-Insure signed by the Department of Industrial Relations Administration of Self-Insurance in Sacramento, California. If any injury occurs to any employee of Contractor for which the employee, or his dependents in the event of his 7.1 Commercial General and Automobile Liability Insurance. Short Form Goods or Services Contract 3 death, is entitled to compensation from the City, the City may retain out of sums due the Contractor under this Contract an amount sufficient to cover such compensation as fixed by said Act, until such compensation is paid or until it is determined that no compensation is due and if the City is compelled topay such compensation, it will deduct and retain from the sums due the Contractor the amount so paid. 7.3 Additional Insurance Provisions. Said policies shall constitute primary insurance as to the City, and its officers, agents, and employees, so that other insurance policies held by or for them or the City’s self-insurance program shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 7.4 Coverage Verification. 7.4.1 Upon notification of receipt by the City of a notice of cancellation, major change in coverage or expiration, Contractor shall file with the City a certified copy of the required new or renewal policy. 7.4.2 If, at any time during the life of the Contract or any extension thereof, Contractor fails to maintain the required insurance in full force and effect, all work under the Contract shall be discontinued immediately and all payments due or that become due to the Contractor will be withheld until notice is received by the City that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to the City. Any failure to maintain the required insurance will be sufficient cause for City to immediately terminate the Contract. 8.Payment of Prevailing Wages Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “Public Works” and “Maintenance” projects. If services are being performed as part of an applicable “Public Works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall determine the applicable prevailing rates and make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the services available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The provisions of this Section may be waived in if inapplicable to the services provided hereunder. Short Form Goods or Services Contract 4 9. At any time during the term of this Contract, the City reserves the right to make an independent investigation into the background of Contractor’s personnel who perform work required by this Contract, including but not limited to their references, character, address history, past employment, education, social security number validation, and criminal or police records, for the purpose of confirming that such personnel are lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons or property in and around the vicinity of where the services will be rendered or City Hall. If the City makes a reasonable determination that any of Contractor’s prospective or then current personnel is deemed objectionable, then the City may notify Contractor of the same. Contractor shall not use that personnel to perform work required by this Contract, and if necessary, shall replace him or her with a suitable worker. Background Checks Short Form Goods or Services Contract 5 11. 10.Amendment Any amendments to this Contract must be in writing, signed by both parties and affixed hereto. Entire Agreement This Contract contains the entire understanding between the parties relating to the obligations described herein. All prior or contemporaneous understandings, agreements, representations and statement, oral or written, are superseded in total by this Contract and shall be of no further force or effect. CSM Sales, Inc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo. CA 93012 2 ea. (10') Baseball & Softball Scoreboard @ Canyon Hills Park IIQ IU A Nevco-Authorized Dealer CSM Sales, LLC Account Name CITY OF LAKE ELSINORE - Public Works Dept. Created Date 5/12/2022 Quote Number 00136081 Expiration Date 6/12/2022 Contact Name Chris Erickson Prepared By John Sidlowski Title Supervisor Title Display & Scoring Consultant Phone (951)674-5170 Phone (858)635-5555 Mailing Address Lake Elsinore, CA Email Address jsidlowski@rtevco.com USA Email Address cerickson@lake-elsinore.org 2.00 ADO 10-2 i ur acnooi iu aign Non -illuminated Outdoor Sign TBD uav 10'x2' ° UJu 5.00% (Non -Illuminated) 787.00 1,495.30 Baseball/Softball LED 2.00 1610 Scoreboard with Amber/Red TBD 10'x4'x8" 5.00% 3,897 00 7,404.30 Digits 2.00 MPCX2 Rec - In -board Wireless Receiver Kit USD 5.00% LSD x6xx 635.00 1,206.50 `Outdoor 802-0300 - MPCX2 USD USD 2.00 1 Wireless Handheld Control ` 0.3'x0.5'x0.1' 5.00% I Baseball/Softball 375.00 712.50 MPCX/MPCX2 Control Carrying USD USD 2.00 MPCX/MPCX2 Case 12.4'x8"x4" 5.00% Case (holds 2 controls) 35.001 66.50 Ttl Shipping Wt (Ibs) 700 Subtotal USD 10,885.10 Sales Tax Rate 8.750% Freight USD 2,100.00 County RIVERSIDE Installation USD 6,700.00 Total Savings! USD-572.90 Tax USD 952.45 Total USD 20;637.5' l �ry Billing/Shipping Information VV Bill To Name CITY OF LAKE ELSINORE - Public Works Dept. Ship To Name CITY OF LAKE ELSINORE - Public Works Dept. Bill To 130 S. MAIN ST. Ship To 130 S. MAIN ST. LAKE ELSINORE. CA 92530-4163 LAKE ELSINORE. CA 92530-4163 USA USA Payment Information Purchase Order CSM Sales, Inc. Remit To Address CSM Sales, Inc. Address 1270 Avenida Acaso, Unit F 1270 Avenida Acaso. Unit F Camarillo, CA 93012 Camarillo. CA 93012 Due to supply chain issues resulting from the pandemic, freight pricing and anticipated schedule for Quote Number 00136081 Visit Our Website www.nevco.com CSM Sales, Inc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo, CA 93012 delivery along with performance of services are subject to change. Additional Notes 2 ea. (10') Baseball & Softball Scoreboard @ Canyon Hills Park 4QuoTE MENrCCZ311 A Nevco-Authorized Dealer SOURCEWELL NEVCO I CSM / ABV CONTRACT #050819-NVC (5% Pre -Negotiated Discount applies to this Quote) Retrofit Installation sub Sonrise Electric, Inc., Moreno Valley: - remove I haul away old Scoreboard and retrofit new Nevco Scoreboards to existing structures, and hook-up to existing power. This will be a Wireless signal operation. Customers who purchased items in this quote also purchased the following: Stadium faro Sound Scrics Scorbitz Electronic Team Names (ETN) CSM Sales, LLC • Stadium Pro 1000 series and Stadium Pro 2000 series available • Custom designed for the athletic market to provide complete coverage • Single -point sound source system located at scoreboard • Speakers and subwoofers will deliver clear, intelligible voice and concert quality music at high decibel levels throughout your facility • 5 Year Warranty on loudspeakers and custom designed speaker cabinet • Unlimited advertising revenue potential • Real-time, streaming scores and updates on your smart phone and other internet devices • Post or check upcoming game schedules • Send notifications to phone to let fans know the game is about to start and after the game with the final score • Enhance your relationships with fans and alumni • Customize the team names • Easily changed from game to game • Program team names using the console control • Bright, long-lasting, energy -efficient LED • Perfect for Multi -team Complexes or facilities that host Tournaments • Available on most models Quote Number 00136081 Visit Our Website www.nevco.com CSM Sales Inc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo, CA 93012 2 ea. (10') Baseball & Softball Scoreboard @ Canyon Hills Park JJQuoTE MEVCiQ A Nevco-Authoiized Dealer CSM Sales, LLC Quote Terms and Conditions The above pricing is for equipment only and does not include installation (unless specified) or taxes (if applicable). Unless shown specifically in the quote, shipping is an additional cost and is not included. Due to the custom nature of our products, our preferred payment terms are 50% down and remaining balance net 30. Additional payment terms available upon credit review. Shipping terms are F.O.B. Greenville, IL USA. All Scoreboards and Message Centers are UL Listed and most come with our free 5-year guarantee (Exception: Special promotion/packages may have shorter warranty and are noted in product descriptions). Portable Production Kits carry a 3-year guarantee. Wireless components and Solar Power Kit cant' a 2-year guarantee. Hand-held controls, switches and printed scrims carry a 1-year guarantee. Performance and Payment Bonds, if required, will include a one-year warranty after substantial completion. STATE TAX EXEMPT FORM MUST BE SUBMITTED WITH ORDER OR TAXES WILL BE INVOICED. Scoreboards are available in 15 standard colors at no extra charge. Please contact your consultant for production/shipping lead times. Quote Number 00136081 Visit Our Website www.nevco.com CSM Sales Inc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo, CA 93012 Account Name CITY OF LAKE ELSINORE - Public Works Dept. Quote Number 00136079 Contact Name Title Phone Mailing Address Email Address mtity Model/Pat 11 _'• 1 P.�fI111513[f Chris Erickson Supervisor (951)674-5170 Lake Elsinore, CA USA oe rickson @sake -el sinore.a rg 2 ea. (10') Baseball & Softball Scoreboard @ McVicker Park OMr IS QV 1 7E1/CC3 A Nevco-Authorized Dealer CSM Sales. LLC Created Date Expiration Date Prepared By Title Phone Email Address Non -illuminated Outdoor Sign TOP School ID Sign TBD (Non -Illuminated) Baseball/Softball LED Scoreboard with Amber/Red TBD Digits I 2.00 MPCX2 Rec - In -board Wireless Receiver Kit Outdoor x6xx 802-0300 - MPCX2 I 2.00 Wireless Handheld Control Baseball/Softball II MPCX/MPCX2 Control Carrying 2.00 MPCX/MPCX2 Case Case (holds 2 controls) Ttl Shipping Wt (lbs) 700 Sales Tax Rate 8,750% County RIVERSIDE Total Savings! USD-572.90 Billing/Shipping Information Bill To Name CITY OF LAKE ELSINORE - Public Works Dept. Bill To 130 S. MAIN ST. LAKE ELSINORE, CA 92530-4163 USA Payment Information Purchase Order Address CSM Sales, Inc. 1270 Avenida Acaso, Unit F Camarillo, CA 93012 5/12/2022 6/12/2022 John Sidlowski Display & Scoring Consultant (858)635-5555 isidlowski_@neyco.com USD USD 10'x2' 5.00% 787.00 1,495.30 LISID USD 10'x4'x8" 5'00% 3,897 00 1 7,404.30 LISID USID 5.00% 635.00 1,206 50 USD USD 0.3'x0.5'x0.1' 5.00% 375.00 712.50 LSD USID 12.4'x8"x4" 5.00% 35 00 66.50 Subtotal USD 10.885.10 Freight USD 2,100.00 Installation USD 8,700.00 Tax USD 952.45 Total USD 22.637.55 gW Ship To Name CITY OF LAKE ELSINORE - Public Works Dept. Ship To 130 S. MAIN ST, LAKE ELSINORE, CA 92530-4163 USA Remit To Address CSM Sales, Inc. 1270 Avenida Acaso, Unit F Camarillo. CA 93012 Due to supply chain issues resulting from the pandemic, freight pricing and anticipated schedule for Quote Number 00136079 Visit Our Website www.nevco.com CSM Sales, lnc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo, CA 93012 delivery along with performance of services are suAoct to change. Additional Notes 2 ea. (10') Baseball & Softball Scoreboard @ McVicker Park 4QU 00TE A Nevco-Authorized Dealer SOURCEWELL NEVCO / CSM ! ABV CONTRACT #050819-NVC (5% Pre -Negotiated Discount applies to this Quote) Retrofit Installation sub Sonrise Electric, Inc., Moreno Valley: - remove I haul away old Scoreboard and retrofit new Nevco Scoreboards to existing structures, and hook-up to existing power. This will be a Wireless signal operation. Customers who purchased items in this quote also purchased the following: Stadium Pro Sound Series 2 zn 7 Electronic Team Names (ETN) CSM Sales, LLC • Stadium Pro 1000 series and Stadium Pro 2000 series available • Custom designed for the athletic market to provide complete coverage • Single -point sound source system located at scoreboard • Speakers and subwoofers will deliver clear, intelligible voice and concert quality music at high decibel levels throughout your facility • 5 Year Warranty on loudspeakers and custom designed speaker cabinet • Unlimited advertising revenue potential • Real-time, streaming scores and updates on your smart phone and other internet devices • Post or check upcoming game schedules • Send notifications to phone to let fans know the game is about to start and after the game with the final score • Enhance your relationships with fans and alumni • Customize the team names • Easily changed from game to game • Program team names using the console control • Bright, long-lasting, energy -efficient LED • Perfect for Multi -team Complexes or facilities that host Tournaments • Available on most models Quote Number 00136079 Visit Our Website www.nevco.com CSM Sales., Inc. CUSTOM SCOREBOARDS & MARQUEES 1270 Avenida Acaso, Unit F Camarillo, CA 93012 2 ea. (10') Baseball & Softball Scoreboard @ McVicker Park catuoTIE Q A Nevco-Authorized Dealer CSM Sales, LLC Quote Terms and Conditions The above pricing is for equipment only and does not include installation (unless specified) or taxes (if applicable). Unless shown specifically in the quote, shipping is an additional cost and is not included. Due to the custom nature of our products, our preferred payment terms are 50% down and remaining balance net 30. Additional payment teens available upon credit review. Shipping terms are F.O.B. Greenville, IL USA. All Scoreboards and Message Centers are UL Listed and most come with our free 5-year guarantee (Exception: Special promotion/packages may have shorter warranty and are noted in product descriptions). Portable Production Kits carry a 3-year guarantee. Wireless components and Solar Power Kit carry a 2-year guarantee. Hand-held controls, switches and printed scrims carry a 1-year guarantee. Performance and Payment Bonds, if required, will include a one-year warranty after substantial completion. STATE TAX EXEMPT FORM MUST BE SUBMITTED WITH ORDER OR TAXES WILL BE INVOICED. Scoreboards are available in 15 standard colors at no extra charge. Please contact your consultant for production/shipping lead times. Quote Number 00136079 Visit Our Website www.nevco.com !0•