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•