Agenda Item #________
Columbus Consolidated Government
Council Meeting
February 17, 2004
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MOBILE DATA COMPUTERS WITH AUTOMATIC VEHICLE LOCATION
It is requested that Council authorize the purchase forty-seven (47) MW800
mobile data computers with automatic vehicle location, in the amount of
$407,944.96, from Motorola Corporation. The equipment, costing $8,679.68 each,
will be installed in new pursuit vehicles for the Sheriff?s Office (10) and the
Police Department (37).
This purchase is part of a continuing SPLOST project aimed at equipping all
appropriate public safety vehicles with advanced technology, in order to
maximize the efficiency of public safety responses to calls for service from
the public.
Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a contract to
Motorola to provide mobile data units for public safety departments. Motorola
has extended their cost proposal to allow the purchase of this equipment.
Funds are budgeted in FY04 Budget, 1999 SPLOST Police/Fire Vehicle/Equipment,
Sheriff ?Computer Equipment ($70,146.80), 1999 SPLOST Police/Fire
Vehicle/Equipment, Sheriff ? Capital Expenditures over $5000 ($16,650.00), and
1999 SPLOST Police/Fire Vehicle Equipment, Police ? Computer Equipment
($321,148.16); 0540-695-2123-TXSH-7751-5013004E,
0540-695-2123-TXSH-7761-5013004E and 0540-695-2123-TXPO-7751-5011004E.
* * * * * *
(B) SEDANS, POLICE PURSUIT, FOUR DOOR AND ACCESSORIES ? BID NO. 04-0040
It is requested that Council authorize the purchase of fifty-two (52) pursuit
sedans and accessories from Bill Heard Chevrolet in the amount of $904,824.00.
The pursuit sedans are replacement vehicles for the Marshal, Sheriff and Police
Departments. The Sheriff?s Department will receive twelve (12) sedans. The
Marshal?s Department will receive three (3) sedans and the Police Department
will receive thirty-seven (37) sedans.
Fifty-five bid invitations were mailed. Two bids were received on January 21,
2004. This bid has been advertised, opened and reviewed. The bidders were
(see attached):
1 Carl Gregory Dodge failed to include Parts Availability Guarantee.
Therefore, the vendor?s bid was deemed incomplete.
Funds for thirty-seven (37) sedans and accessories for the Police Department,
in the amount of $647,118.00, are budgeted in FY04 Budget, 1999 SPLOST ?
Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;
0540-695-2123-TXPO-7721-5011004V.
Funds for three (3) sedans and accessories for the Marshal?s Department, in the
amount of $53,545.00, are budgeted in FY04 Budget, 1999 SPLOST ?
Police/Fire/Vehicles/Equipment ? Automobiles ? Marshal Vehicles;
0540-695-2123-TXMS-7721-5014004V.
Funds for twelve (12) sedans and accessories for the Sheriff?s Department, in
the amount of $204,161.00, are budgeted in FY04 Budget, 1999 SPLOST ?
Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff Vehicles;
0540-695-2123-TXSH-7721-5013004V.
* * * * * * *
(C) HEAVY DUTY 18? DRUM STYLE BRUSH CHIPPERS? RFP NO.04-0010
It is requested that Council authorize the execution of a negotiated contract
with Southeastern Equipment Company to provide two (2) 18? drum style brush
chippers. The chippers will be used by the Landscape and Forestry Division of
the Public Services Department for chipping brush that has been removed from
the City?s right-of-ways. The recommended vendor offered a trade in option for
the City?s Bandit Model 90 chipper. Therefore, one chipper is a replacement
for the unit that will be traded in. The other unit is a new addition to the
fleet.
Requests for proposal invitations were mailed to twenty-nine vendors. This RFP
has been advertised and evaluated. The following three vendors submitted
proposals on December 5, 2003:
Southeastern Equipment Company (Buford, GA)
Vermeer Southeast Sales & Service, Inc. (McDonough, GA)
R.Z. Zimmerman, Inc. (Marietta, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Landscape & Forestry and Fleet Management divisions of the
Public Service Department. In addition, a representative from Fleet
Management, served in an advisory capacity. On December 16, 2003, the
Committee also saw a demonstration of each proposed unit. The committee deemed
Southeastern Equipment Company most responsive to the RFP specifications.
The City?s Procurement Ordinance, Contracting for Equipment, Supplies or
Professional Services, per Article 3-110, governs the RFP process. During the
RFP process, there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. The cost information and
evaluation results have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted in FY04 Budget, Paving Fund ? Public Services ?Landscape &
Forestry - Machinery; 0203-260-2800-LAND-7715.
* * * * * *
(D) PAYMENT FOR INMATE MEDICAL SERVICES
It is requested that Council approve payment to Doctors Hospital in the amount
of $27,699.00 for inmate medical services. The expense is for a state
prisoner, housed at Muscogee County Prison, who was found to have a mass in his
chest wall. The inmate was referred to the Medical Center?s Pulmonary Clinic
for evaluation where he was diagnosed with Hodgkin?s lymphoma, a cancer
requiring immediate surgery. The inmate was transferred for thoracic surgery
to Doctors Hospital and following surgery, at the earliest opportunity, was
further transferred to the state prison system?s medical facility in Augusta.
The bill from Doctors Hospital amounted to $27,699.00. With a $1,000.00
deductible, the remaining amount will be fully reimbursed to the City by the
Georgia Department of Corrections.
Funds are budgeted in FY04 Budget, Sheriff - Medical Director, Medical Services
- Inmates; 0101-550-2650-MEDD-6320.
(E) SELF CONTAINTED BREATHING APPARATUS (SCBA) UPGRADE
It is requested that Council authorize the purchase of upgrades for
self-contained breathing apparatus units (SCBA) from Fireline, Inc., in the
amount of $71,389.00.
The upgrade will standardize the regulators and face pieces on all breathing
apparatuses in the Fire/EMS department. Over the years the regulators and face
pieces have been improved and as the department has replaced or purchased
additional units, the connections have changed. Having multiple face piece
connections and regulators have created significant safety issues at emergency
scenes. The standardization of this equipment will allow department personnel
to connect to any SCBA unit at an emergency scene.
Fireline was awarded the contract to provide SCBA units to the City
(PA01-0089). The SCBA units are proprietary to Fireline; therefore , the
vendor is considered an only known source for the upgrade of the items. This
equipment upgrade is not included in the normal service outlined in the
existing contract; therefore the purchase does not qualify for any of the
contract discounts.
Funds are budgeted in FY04 Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment
? Capital Expenditures Over $5,000.00 ? Fire/Equipment and EMS/Equipment;
0540-695-2123-TXES-7761-5012503E and 5012004E.
* * * * * * *
(F) CUSTOM HEAVY DUTY COMMAND/HAZ MAT VEHICLE
It is requested that Council approve the purchase of one (1) E-One Custom Heavy
Duty/Haz Mat Vehicle mounted on a Custom E-One Cyclone II Cab & Chassis,
including loose equipment, from E-One (Lawrenceville, Georgia) in the of
$409,252.00. This vehicle is a new addition to the Fire/EMS fleet that will be
assigned to Station #6.
To accommodate this purchase as expediently as possible, the City is
participating in an RFP administered by the City of Tallahassee, Florida. The
City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing
Authorized,? allows for participation in this RFP.
The RFP administered by the City of Tallahassee, Request for Proposal No,
2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire
Apparatus and Special Application Vehicles. Proposals were received November
5, 1995. E-One was the successful vendor and entered into a contract with the
City of Tallahassee for a 5 year period, with the option to renew for an
additional five years. The procurement process administered by the City of
Tallahassee meets the procurement requirements of Columbus Consolidated
Government; and E-One has agreed to provide fire apparatus to the City under
the same contract.
If payment for the vehicle is made in advance, the City will receive a rebate
of 4.5% APR, approximately $41.31 per day, until the delivery of the vehicle.
This could amount to a savings of approximately $14,793.00, depending on the
delivery date. E-One will accept a penalty clause of $100.00 per day for each
calendar day delivery exceeds the stated delivery.
Funds are budgeted in the FY04 Budget; Multi-Government Project Fund ? Fire/EMS
? Homeland Security Grant ? Heavy Trucks; 0216-410-3910-HSGT-7723.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FORTY-SEVEN (47) MW800 MOBILE DATA
COMPUTERS WITH AUTOMATIC VEHICLE LOCATION, IN THE AMOUNT OF $407,944.96, FROM
MOTOROLA CORPORATION.
WHEREAS, The equipment, costing $8,679.68 each, will be installed in
new pursuit vehicles for the Sheriff?s Office (10) and Police Department (37);
and,
WHEREAS, Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a
contract to Motorola to provide mobile data units for public safety
departments. Motorola has extended their cost proposal to allow the purchase
of this equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase forty-seven (47)
MW800 mobile data computers with automatic vehicle location, in the amount of
$407,944.96, from Motorola Corporation. Funds are budgeted in FY04 Budget,
1999 SPLOST Police/Fire Vehicle/Equipment, Sheriff ?Computer Equipment
($70,146.80), 1999 SPLOST Police/Fire Vehicle/Equipment, Sheriff ? Capital
Expenditures over $5000 ($16,650.00), and 1999 SPLOST Police/Fire Vehicle
Equipment, Police ? Computer Equipment ($321,148.16);
0540-695-2123-TXSH-7751-5013004E, 0540-695-2123-TXSH-7761-5013004E and
0540-695-2123-TXPO-7751-5011004E.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO. ________
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY-TWO (52) PURSUIT SEDANS
AND ACCESSORIES FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $904,824.00.
WHEREAS, The pursuit sedans are replacement vehicles for the Marshal,
Sheriff and Police Departments. The Sheriff?s Department will receive twelve
(12) sedans. The Marshal?s Department will receive three (3) sedans, and the
Police Department will receive thirty-seven (37) sedans.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase fifty-two (52)
pursuit sedans and accessories from Bill Heard Chevrolet in the amount of
$904,824.00. Funds for thirty-seven (37) sedans and accessories for the Police
Department, in the amount of $647,118.00, are budgeted in FY04 Budget, 1999
SPLOST ? Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;
0540-695-2123-TXPO-7721-5011004V. Funds for three (3) sedans and accessories
for the Marshal?s Department, in the amount of $53,545.00, are budgeted in FY04
Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ? Automobiles ? Marshal
Vehicles; 0540-695-2123-TXMS-7721-5014004V. Funds for twelve (12) sedans and
accessories for the Sheriff?s Department, in the amount of $204,161.00, are
budgeted in FY04 Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ?
Automobiles ? Sheriff Vehicles; 0540-695-2123-TXSH-7721-5013004V.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO. ________
A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH
SOUTHEASTERN EQUIPMENT COMPANY TO PROVIDE TWO (2) 18? DRUM STYLE CHIPPERS TO BE
USED BY THE LANDSCAPE AND FORESTRY DIVISION OF THE PUBLIC SERVICE DEPARTMENT
FOR CHIPPING BRUSH REMOVED FROM THE CITY?S RIGHT-OF-WAYS.
WHEREAS, an RFP was administered (RFP No. 04-0010) and three proposals
received; and,
WHEREAS, the RFP evaluation results and cost information has been
submitted to the City Manager for informational purposes due to the RFP
disclosure guidelines; and,
WHEREAS, the proposal submitted by Southeastern Equipment Company, met
all proposal requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2)
chippers. Funds are budgeted in FY04 Budget, Paving Fund ? Public Services ?
Landscape & Forestry - Machinery; 0203-260-2800-LAND-7715.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.___________
A RESOLUTION APPROVING PAYMENT TO DOCTORS HOSPITAL IN THE AMOUNT OF $27,699.00
FOR INMATE MEDICAL SERVICES.
WHEREAS, The expense is for a state prisoner, housed at Muscogee County Prison,
who was found to have a mass in his chest wall. The inmate was referred to the
Medical Center?s Pulmonary Clinic for evaluation where he was diagnosed with
Hodgkin?s lymphoma, a cancer requiring immediate surgery. The inmate was
transferred for thoracic surgery to Doctors Hospital and following surgery, at
the earliest opportunity, was further transferred to the state prison system?s
medical facility in Augusta.
WHEREAS, The bill from Doctors Hospital amounted to $27,699.00. With a
$1,000.00 deductible, the remaining amount will be fully reimbursed to the City
by the Georgia Department of Corrections.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to render payment to Doctors
Hospital in the amount of $27,699.00 for inmate medical service. Funds are
budgeted in FY04 Budget, Sheriff - Medical Director, Medical Services -
Inmates; 0101-550-2650-MEDD-6320.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF UPGRADES FOR SELF-CONTAINED BREATHING
APPARATUS UNITS (SCBA) FROM FIRELINE, INC., IN THE AMOUNT OF $71,389.00.
WHEREAS, The upgrade will standardize the regulators and face pieces on all
breathing apparatuses in the Fire/EMS department. Over the years the
regulators and face pieces have been improved and as the department has
replaced or purchased additional units, the connections have changed. Having
multiple face piece connections and regulators have created significant safety
issues at emergency scenes. The standardization of this equipment will allow
department personnel to connect to any SCBA unit at an emergency scene;and,
WHEREAS, Fireline was awarded the contract to provide SCBA units to the
City (PA01-0089). The SCBA units are proprietary to Fireline; therefore , the
vendor is considered an only known source for the upgrade of the items. This
equipment upgrade is not included in the normal service outlined in the
existing contract; therefore the purchase does not qualify for any of the
contract discounts.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase upgrades for
self-contained breathing apparatus units (SCBA) from Fireline, Inc., in the
amount of $71,389.00. Funds are budgeted in FY04 Budget, 1999 SPLOST ?
Police/Fire/Vehicles/Equipment ? Capital Expenditures Over $5,000.00 ?
Fire/Equipment and EMS/Equipment; 0540-695-2123-TXES-7761-5012503E and 5012004E.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) E-ONE CUSTOM HEAVY DUTY/HAZ
MAT VEHICLE MOUNTED ON A CUSTOM E-ONE CYCLONE II CAB & CHASSIS, INCLUDING LOOSE
EQUIPMENT, FROM E-ONE (LAWRENCEVILLE, GEORGIA) IN THE OF $409,252.00.
WHEREAS, This vehicle is a new addition to the Fire/EMS fleet that will be
assigned to Station #6; and,
WHEREAS, to accommodate this purchase as expediently as possible, the City is
participating in an RFP administered by the City of Tallahassee, Florida. The
City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing
Authorized,? allows for participation in this RFP; and,
WHEREAS, the RFP administered by the City of Tallahassee, Request for Proposal
No, 2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire
Apparatus and Special Application Vehicles. Proposals were received November
5, 1995. E-One was the successful vendor and entered into a contract with the
City of Tallahassee for a 5 year period, with the option to renew for an
additional five years. The procurement process administered by the City of
Tallahassee meets the procurement requirements of Columbus Consolidated
Government; and E-One has agreed to provide fire apparatus to the City under
the same contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) E-One Custom
Heavy Duty/Haz Mat Vehicle mounted on a Custom E-One Cyclone II Cab & Chassis,
including loose equipment, from E-One (Lawrenceville, Georgia) in the of
$409,252.00. Funds are budgeted in the FY04 Budget; Multi-Government Project
Fund ? Fire/EMS ? Homeland Security Grant ? Heavy Trucks;
0216-410-3910-HSGT-7723.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2004 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: February 17, 2004
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
February 18, 2004
1. Three Wheeled Patrol Vehicles ? Bid No. 04-0052
Provide two (2) Three Wheeled Patrol Vehicles to be used by the Columbus Police
Department for security at the Columbus Riverwalk, Civic Center, and special
events.
2. Commercial Washer And Dryer ? Bid No. 04-0051
Provide one (1) Braun end loader washer extractor model #100NESP-2 (or equal)
and one (1) Cissell gas dryer model #L44CD42G (or equal) to be used by the
Muscogee County Jail.
3. Miscellaneous Fire Equipment ? Bid No. 04-0053
Scope of Bid
Provide miscellaneous fire equipment to Columbus Fire and Emergency Medical
Services. The equipment consists of nozzles, chain saws, generators, pike
poles, pike mounts, etc. The City will award this bid per line-item or in
total; whichever the City determines is in its best interest.
4. Award Trophies and Other Miscellaneous Awards (Annual Contract) ? Bid
No. 04-0046
Scope of Bid
Provide on an ?as needed basis? to include trophies, plaques, hats, medal
trophy display cases, tombstone trophies and acrylics, t-shirts and golf
shirts. The contract shall be for two years with the option to renew for two
additional years. Contract renewal will be contingent upon the mutual
agreement of the City and the Contractor.
5. Ambulance Cot Platforms ? Bid No. 04-0057
Scope of Bid
The Columbus Fire and Emergency Medical Services will purchase eight (8) Ferno
Large Body Surface (LBS) platforms for use with existing Ferno 93-P PROFlexx
cots. Ferno is the standardized cots for Columbus Fire and Emergency Medical
Services; therefore, the City will only consider bids for the Ferno LBS
platforms.
February 25, 2004
Lot Clearing Services (Re-Bid) (Annual Contract) ? Bid No. 04-0059
Scope of Bid
Provide services for annual clearing of vacant or unoccupied lots, including
cutting and removing grass, weeds, undergrowth and other vegetation, draining
of swimming pools, and removing any and all solid waste for Columbus
Consolidated Government (City), as required by law, on an ?as needed basis?.
The contract period shall be for one year, with the option to renew for two
additional twelve-month periods. Contract will automatically be renewed on the
anniversary date of the contract, unless either party gives a 30-day written
notice of cancellation.
February 27, 2004
Souvenir Vending Services at the South Commons Softball Complex (Annual
Contract) ? RFP No. 04-0016
Scope of RFP
Provide various souvenir items (i.e. T-shirts, caps, etc) for all bat and glove
events at South Commons. The contract period shall be for one year, with the
option to renew for two additional twelve-month periods. Contract will
automatically be renewed on the anniversary date of the contract, unless either
party gives a 30-day written notice of cancellation.