Loading...
HomeMy Public PortalAbout20170419 Meeting and Workshop.pdf AGENDA SPECIAL MEETING AND BUDGET WORKSHOP OF TYBEE ISLAND CITY COUNCIL 3:30 PM PUBLIC SAFETY BUILDING Please silence all cell phones during Council Meetings I. Call to Order II. Consideration of Bids, Contracts, Agreements and Expenditures 1 To request the City Council’s approval to amend the fiscal year 2016-2017 annual budget General Fund Operating & Capital Budget by transfer $19,000 from the Finance Department’s budget to the Beach Related Budget. 2 RFP, North Beach Concession Operation and Services III. Adjournment BUDGET WORKSHOP I. Budget Workshop a. Proposed Operating and Capital Budget: General Fund Draft FY 2018 II. Adjournment *PLEASE NOTE: Citizens wishing to speak on items listed on the agenda, other than public hearings, should do so during the citizens to be heard section. Citizens wishing to place items on the council meeting agenda must submit an agenda request form to the City Clerk’s office by Thursday at 5:00PM prior to the next scheduled meeting. Agenda request forms are available outside the Clerk’s office at City Hall and at www.cityoftybee.org. THE VISION OF THE CITY OF TYBEE ISLAND “is to make Tybee Island the premier beach community in which to live, work, and play.” THE MISSION OF THE CITY OF TYBEE ISLAND “is to provide a safe, secure and sustainable environment by delivering superior services through responsible planning, preservation of our natural and historic resources, and partnership with our community to ensure economic opportunity, a vibrant quality of life, and a thriving future.” MAYOR Jason Buelterman CITY COUNCIL Barry Brown, Mayor Pro Tem Wanda Doyle, Barry Brown Monty Parks Bill Garbett Julie Livingston John Majors CITY OF TYBEE ISLAND CITY MANAGER Diane Schleicher CLERK OF COUNCIL Janet LeViner CITY ATTORNEY Edward M. Hughes P.O. Box 2749 – 403 Butler Avenue, Tybee Island, Georgia 31328-2749 (866) 786-4573 – FAX (866) 786-5737 www.cityoftybee.org City Council Agenda Item Request Council Meeting Date for Request: April 19, 2017 Item: To request the City Council’s approval to amend the fiscal year 2016-2017 annual budget General Fund Operating & Capital Budget by transfer $19,000 from the Finance Department’s budget to the Beach Related Budget. Explanation: The City needs to contract with a vendor for $18,600 to till the beach. The money to have the beach tilled is not included in the General Fund fiscal year 2017-2018 budget. Therefore, this agenda item is seeking the City Council’s approval to transfer $19,000 from the Finance Department’s Revenue Division, Salary & Wages line item, 100.1514.51.1100 to the Beach Related Department’s, Beach Operations & Maintenance line item, 100.6125.53.1235 in order to pay for the cost to till the beach. Budget: Paper Work: ___ Attached* Already Distributed Submitted by: Fire Department April 17, 2017 Date given to Clerk of Council REQUEST FOR PROPOSAL RFP NO. 2017-____ NORTH BEACH RESTROOMS AND SHOWERS - CONCESSIONS AND/OR JANITORIAL SERVICESCONCESSION OPERATION AND SERVICES MANDATORY PRE-RFP CONFERENCE: __________________ AT ______AM RFP DUE: ____________________ AT _____ AM CITY OF TYBEE ISLAND, GEORGIA JASON BUELTERMAN, MAYOR BARRY BROWN, MAYOR PRO TEM BILL GARBETT WANDA DOYLE JULIE LIVINGSTON JOHN MAJOR MONTY PARKS DOCUMENT CHECK LIST The following documents are contained in and made a part of this RFP Package or are required to be submitted with the RFP. It is the responsibility of the Proposer to read, complete and sign, where indicated, and return these documents with his/her RFP. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFYING THE Proposer. GENERAL INFORMATION AND INSTRUCTIONS TO RFP WITH ATTACHMENTS SPECIAL CONDITIONS SURETY REQUIREMENTS RFP SPECIFICATIONS CONTRACT ATTACHMENTS: A. CONTRACTOR AFF.; B. SUBCONTRACTOR AFF.; C. SAVE AFF.; D. W-9; E. RFP REVENUE SHEET; F. RFP INFORMATION SHEET; G. CHECKLIST Formatted: Font color: Accent 5 2 THE CITY OF TYBEE ISLAND, GEORGIA 403 BUTLER AVE. PO BOX 2749 TYBEE ISLAND, GEORGIA 31328 (912) 786-4573 Date: ______________ RFP NO. 2017-______ GENERAL INFORMATION FOR INVITATION FOR RFP This is a request for proposals to supply the City of Tybee Island, Georgia (sometimes hereinafter referred to as “Owner”) with services as indicated herein. The City of Tybee seeks a contractor to operate the concessions at the North Beach Restrooms, which may include providing janitorial services, and other services and other services as provided herein. Sealed RFPs must be received at the above address by _______am local time, on _________________________, 2017, The City of Tybee Island reserves the right to reject all RFPs that are non-responsive or not responsible. This proposal is intended to allow those submitting proposals to submit proposals which include regarding the operation of the concession stand at North Beach and to address the plan for services, items intended to be sold, hours of operation and such factors as those submitting proposals wish to offer. and/or the provision of janitorial services pertaining to the North Beach restrooms, or to provide separate proposals for each, or to provide a proposal on only one portion of the request. This means that a proposal will be considered which only addresses the concessions operation or which only addresses the janitorial services to be provided to the restrooms at the North Beach. Instructions for preparation and submission of a RFP are contained in this RFP package. Please note that specific forms for submission of a RFP are required. RFPs must be typed or printed in ink. A MANDATORY Pre-RFP Conference is scheduled to be conducted at The North Beach parking lot, 35 Meddin Dr, Tybee Island, Georgia, on _______________, 2017, at ______________am, to discuss the specifications and resolve any questions and/or misunderstanding that may arise. ALL PROPOSERS are REQUIRED to attend. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Agent will issue a written addendum to document each approved change. Generally when addenda are required, the RFP opening date will be changed. City of Tybee Island has an equal opportunity purchasing policy to assure all procurement procedures are conducted in a manner that provides maximum open and free competition. City of Tybee Island seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the City of Tybee Island. The City of Tybee Island provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. 3 INSTRUCTIONS TO PROPOSERS 1.1 Purpose: The purpose of this document is to provide general and specific information for use in submitting a RFP to supply the City of Tybee Island with equipment, supplies, and/or services as described herein. All RFPs are governed by the Code of the City of Tybee Island, Georgia, 15-2015 Sec 1, Art VII, Procurement, Sec 2-400, and the laws of the State of Georgia. 1.2 How to Prepare RFPs: All RFPs shall be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. b. Typewritten or completed with pen and ink, signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the RFP. ALL SIGNATURE SPACES MUST BE SIGNED. Proposers are encouraged to review carefully all provisions and attachments of this document prior to submission. Each RFP constitutes an offer and may not be withdrawn except as provided herein. 1.3 How to Submit RFPs: a. An original and 3 duplicate copies must be submitted in a sealed opaque envelope, plainly marked with the RFP number and title, date and time of RFP opening, and company name. b. Please include all documents requested to be provided. Also include a copy of the responder’s current business license. c. All RFPs shall be mailed or hand delivered in sufficient time to ensure receipt by the Purchasing Agent on or before the time and date specified above. Mailing Address and Hand Delivery: City of Tybee Island, ATTN Melissa Freeman, PO Box 2749, 403 Butler Avenue, Tybee Island, Georgia 31328. RFPS NOT RECEIVED BY THE TIME AND DATE SPECIFIED WILL NOT BE OPENED OR CONSIDERED. 1.4 How to Submit an Objection: Objections from Proposers to this RFP and/or these specifications shall should be brought to the attention of the City of Tybee Island Purchasing Agent in the following manner: a. Proposers shall either present their oral objections at that time or submit their written objections at least two (2) days prior to the scheduled pre-RFP conference. b. The objections contemplated may pertain to form and/or 4 substance of the RFP documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this RFP. 1.5 Errors in RFPs: Proposers or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposal(s). Failure to do so will be at the Proposer's own risk. In case of error in extension of prices in the RFP or proposal, the unit price will govern. 1.6 Standards for Acceptance of RFP for Contract Award: City of Tybee Island reserves the right to reject any or all proposals and to waive any irregularities or technicalities in proposals received whenever such rejection or waiver is in the best interest of City of Tybee Island. City of Tybee Island reserves the right to reject the Proposal of a Proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer whom investigation shows is not in a position to perform the contract. 1.7 RFP Tabulation: Tabulations for all RFPs will be posted for thirty (30) days after the RFP is awarded on the City website, www.cityoftybee.org 1.8 Proposer: Whenever the term "proposer" is used it shall encompass the "person," "business," "contractor," "supplier," "vendor," or other party submitting a proposal to City of Tybee Island in such capacity before a contract has been entered into between such party and City of Tybee Island. 1.9 Responsible / Responsive proposer: Responsible proposer means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive proposer means a person or entity that has submitted a proposal that conforms in all material respects to the requirements set forth in the or RFP. 1.10 Compliance with Laws: The proposer and/or contractor shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state, county or city statute, ordinances and rules during the performance of any contract between the contractor and City of Tybee Island. Any such requirement specifically set forth in any contract document between the contractor and City of Tybee Island shall be supplementary to this section and not in substitution thereof. 1.11 Contractor: Contractor or subcontractor means any person or business having a contract with City of Tybee Island. The Contractor/Vendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 5 1.12 State Licensing Board for General Contractors: If applicable, pursuant to Georgia law, any proposer must be a Georgia licensed General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). 1.16 Immigration: On 1 July 2007, the Georgia Security and Immigration Compliance Act (SB 529, Section 2) became effective. All contractors and subcontractors with 100 or more employees entering into a contract or performing work must sign an affidavit that he/she has used the E-Verify System. E-Verify is a no-cost federal employment verification system to insure employment eligibility. No proposals will be considered unless a signed E-Verify Affidavit is enclosed with the submittal package. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at http://www.dol.state.ga.us/spotlight/employment/rules. You may go to http://www.uscis.gov. to find the E-Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1, required Georgia cities to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain “public benefits” are legally present in the United States. Contracts with the City are considered “public benefits.” Therefore, the successful proposer will be required to provide the Affidavit Verifying Status for City of Tybee Benefit Application prior to receiving any City contract. The affidavit is included as part of this RFP package but is only required of the successful proposer. Protection of Resident Workers. City of Tybee Island actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. GENERAL CONDITIONS 2.1 Specifications: Any obvious error or omission in specifications shall not inure to the benefit of the proposer but shall put the proposer on notice to inquire of or identify the same from the City of Tybee Island. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, 6 etc., shall be construed to be the minimum requirements of these specifications. 2.2 Multiple RFPs: No vendor will be allowed to submit more than one (1) RFP. Any alternate proposals must be brought to the Purchasing Agent's attention during the Pre-RFP Conference or submitted in writing at least five (5) days preceding the RFP opening date. Permitting and Approvals: The contractor that is awarded the contract will be responsible for securing all necessary federal, state and local approvals required for the project. 2.3 Prices to be Firm: Proposer warrants that proposal prices, terms and conditions quoted in his proposal will be firm for acceptance for a period of sixty (60) days from RFP opening date, unless otherwise stated in the RFP. 2.4 Completeness: All information required by the RFP must be completed and submitted to constitute a proper proposal. 2.5 Quality: All materials, or supplies used for the construction necessary to comply with this proposal shall be of the best quality, and of the highest standard of workmanship. Workmanship employed in any construction, repair, or installation required by this proposal shall be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. 2.6 Guarantee/Warranty: Unless otherwise specified by the City of Tybee Island, the Proposer shall unconditionally guarantee the materials and workmanship for one (1) year on all material and/or services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, shall repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the City of Tybee Island. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. 2.7 Liability Provisions: Where proposers are required to enter or go onto City of Tybee Island property to take measurements or gather other information in order to prepare the RFP as requested by the City, the proposer shall be liable for any injury, damage or loss occasioned by negligence of the proposer, his agent, or any person the proposer has designated to prepare the proposal and shall indemnify and hold harmless City of Tybee Island from any liability arising there from. The contract document specifies the liability provisions required of the successful proposer in order to be awarded a contract with City of Tybee Island. 2.8 Cancellation of Contract: The contract may be canceled or suspended by City of Tybee Island in whole or in part by written notice of default to the Contractor upon non-performance or violation of contract terms. An award may be made to the next low higher ranked Proposer, for articles and/or 7 services specified or they may be purchased on the open market. The defaulting Contractor (or his surety) shall be liable to City of Tybee Island for costs to the City of Tybee Island in excess of the defaulted contract prices. See the contract documents for complete requirements. 2.9 Certification of Independent Price Determination: By submission of this proposal, the Proposer certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, that in connection with this procurement: (1) The prices in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other proposer or to any competitor; and (3) No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose or of restricting competition. 2.10 Award of Contract: The contract, if awarded, will be awarded to the proposal with the highest score whose base proposal meets the requirements and criteria set forth in the RFP. The City of Tybee Mayor and Council must approve the award. The award will take into account price among other factors as specified in this RFP. 2.11 Procurement Protests: Objections and protests to any portion of the procurement process or actions of the City of Tybee Island staff may be filed with the Purchasing Agent for review and resolution. The Code of the City of Tybee Island will control the protest. 2.12 Qualification of Business (Responsible Proposer): A responsible Proposer is defined as one who meets, or by the date of the proposal acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required by the Scope of Work, specifications and plans. These documents will be listed in the Special Conditions further on in this solicitation. City of Tybee Island has the right to require any or all proposers to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. City of Tybee Island has the right to disqualify the proposal of any proposer as being unresponsive or un-responsible whenever such Proposer cannot document the ability to deliver the requested product or service. 2.13 Insurance Provisions, General: The selected contractor proposer to whom the contract is awarded shall be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or 8 damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the proposal. 2.14.1 General Information that shall appear on a Certificate of Insurance: a. Name of the Producer (proposer’s Contractor’s insurance Broker/Agent). b. Companies affording coverage (there may be several). c. Name and Address of the Insured (this should be the Company or Parent of the firm the City is contracting with). d. A Summary of all current insurance for the insured (includes effective dates of coverage). e. A brief description of the operations to be performed, the specific job to be performed, or contract number. f. Certificate Holder (This is to always include the City of Tybee Island). City of Tybee Island as an Additional Insured: The City of Tybee Island should also be named as an Additional Insured. 2.14.2 Minimum Limits of Insurance to be maintained for the duration of the contract: a. Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor. This policy coverage includes: premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $1,000,000 bodily injury and property damage per occurrence and annual aggregate. b. Worker's Compensation and Employer’s Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer’s Liability coverage is usually included in Worker’s Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker’s Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, and disease each employee and Statutory Worker’s Compensation limit. c. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor’s use of automobiles. Minimum limit: $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage should be written on an Any Auto basis. 9 d. Liquor Liability. If the sale of alcoholic beverages, including beer and wine, is part of the proposal, and if the City awards the contract to a proposal providing for the sale of alcoholic beverages from the concession, liquor liability coverage in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage will be required. 2.14.3 Special Requirements: a. Extended Reporting Periods: The Contractor shall provide the City of Tybee Island with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. b. Reporting Provisions: Any failure to comply with reporting provisions of the policies shall not affect coverage provided in relation to this request. c. Cancellation: Each insurance policy that applies to this request shall be endorsed to state that it shall not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the City of Tybee Island. d. Proof of Insurance: City of Tybee Island shall be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the City of Tybee Island before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the City of Tybee Island. e. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best’s rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five year basis, the current total Best’s rating will be used to evaluate insurer acceptability. f. Lapse in Coverage: A lapse in coverage shall constitute grounds for contract termination by the City of Tybee Island Mayor and Council. g. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the City of Tybee Island. At the option of the City of Tybee Island, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as related to the City of Tybee Island, its 10 officials, officers, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. 2.15 Compliance with Specification - Terms and Conditions: The RFP, Legal Advertisement, General Conditions and Instructions to Proposers, Specifications, Special Conditions, Vendor's RFP, Addendum, and/or any other pertinent documents form a part of the Proposer’s proposal and by reference are made a part hereof. 2.16 Signed RFP Considered Offer: The signed Proposal shall be considered an offer on the part of the Proposer, which offer shall be deemed accepted upon approval by the City of Tybee Island Mayor and Council, Purchasing Agent or designee, as may be applicable. In case of a default on the part of the Proposer after such acceptance, City of Tybee Island may take such action as it deems appropriate, including legal action for damages or lack of required performance. 2.17 Notice to Proceed: The successful proposer shall not commence work under this RFP until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Agent or his designee, or as specified in the Special Conditions. If the successful Proposer does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.18 Payment to Contractors: Instructions for invoicing the City of Tybee Island for products delivered to the City of Tybee Island are specified in the contract document. a. Questions regarding payment may be directed to the Accounting Department at 912-472-5024 or City of Tybee Island’s Project Manager as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. c. Upon completion of the work or delivery of the products, the Contractor will provide the City of Tybee Island with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City of Tybee Island have been paid in full. d. City of Tybee Island is a tax exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax 11 Unit in Atlanta (404) 656-4065 for additional information. 2.19 Owner’s Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all RFPs and any RFP that is not responsive or that is over the budget, as amended, or that fails to suit the needs of the City as determined by the Owner in its sole discretion. In judging whether the Proposer is responsible, the Owner will consider, but is not limited to consideration of, the following: a. Whether the Proposer or principals are currently ineligible, debarred, suspended, or otherwise excluded from contracting by any state or federal agency, department, or authority; b. Whether the Proposer or principals have been terminated for cause or are currently in default on a public works contract; c. Whether the Proposer can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and d. Whether the Proposer’s past work provides evidence of an ability to successfully complete public works projects within the established time, quality, or cost, or to comply with the Proposer’s contract obligations. 2.20 Owner’s Right to Negotiate: With respect to concession operations – highest proposer: In the event all responsive and responsible RFPs are lower than the anticipated payments to the Owner, the Owner, in its sole and absolute discretion and in addition to the rights set forth above, including the right to reject all such proposals, reserves the right either to (i) supplement its request so as to include additional terms to generate potential compensation to the Owner City from the highest responsive and responsible RFP, or (ii) to negotiate with the highest responsive and responsible Proposer only for the purpose of making changes to the Project that will result in additional revenue to the Owner. With respect to janitorial services – lowest proposer. In the event all responsive and responsible RFPs are in excess of the budget, the Owner, in its sole and absolute discretion and in addition to the rights set forth above, reserves the right either to (i) supplement the budget with additional funds to permit award to the lowest responsible and responsible RFP, or (ii) to negotiate with the lowest responsive and responsible Proposer (after taking all deductive alternates) only for the purpose of making changes to the Project that will result in a cost to the Owner that is within the budget, as 12 it may be amended. With respect to joint proposals for concession operations and janitorial services: In the event the responses and responsible proposals include the operation of the concession and the janitorial services, the Owner may proceed in its sole discretion to act in what it determines to be in its best interest, which may include the rejection of all proposals, the acceptance of the proposal as submitted for concession operations and janitorial services, or the acceptance of either component and the rejection of the other, and the ability to negotiate with different Proposers in connection with the operation of the concession and the providing of janitorial services, and/or to negotiate with the highest Proposer with regard to the operation of the concession and to negotiate with the lowest Proposer of the janitorial services in order to arrive at what the Owner believes to be the best arrangement for the Owner’s interest. 2.21 Debarred or Suspended Subcontractors. CONTRACTOR shall not subcontract, and shall ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other local government entity. This includes pending litigation or claims with the City or other government entities. Contractor shall immediately notify City of Tybee Island in the event any subcontractor is added to a Federal, State or other Government Entity listing after award of the subcontract. 2.22 Cone of Silence: Lobbying of Procurement Evaluation Committee members, City employees, and elected officials regarding this product or service solicitation, Request for Proposal (RFP) or contract by any member of a proposer’s staff, or those people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions may cause your proposal to be rejected. 2.23 GEORGIA OPEN RECORDS ACT - The responses will become part of the City of Tybee Island’s official files without any obligation on the City of Tybee Island’s part. Ownership of all data, materials and documentation prepared for and submitted to City of Tybee Island in response to a solicitation, regardless of type, shall belong exclusively to City of Tybee Island and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. 13 It is the responsibility of the Proposer to notify the City of any documents turned over which may contain trade secrets or other confidential matters. A Proposer submitting records which the entity or person believes contains trade secrets that wishes to keep such records confidential pursuant to O.C.G.A. § 50-19-72(34) shall submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Official Code of Georgia. Proposals will not be opened in public, and the information is exempt from disclosure, including the Open Records Act until such time as the RFP has been awarded, or all proposals have been rejected. City of Tybee Island shall not be held accountable if material from responses is obtained without the written consent of the proposer vendor by parties other than the City of Tybee Island, at any time during the solicitation and evaluation process. 2.24 GEORGIA TRADE SECRET ACT of 1990 - In the event a Proposer submits trade secret information to the City of Tybee Island; the information must be clearly labeled as a Trade Secret. The City of Tybee Island will maintain the confidentiality of such trade secrets to the extent provided by law. 2.25 CONTRACTOR RECORDS -The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the City of Tybee Island. This applies to those specific contracts currently in effect and those which have been completed or closed for up three (3) years following completion. ADDITIONAL CONDITIONS 3.1 TERMS OF CONTRACT: a. The proposer contractor shall be granted a contract with the City to operate the North Beach Concession stand as permitted by the City, the specifics which are specified herein, and which will be agreed upon in the contemplated final contract.. b. TWO YEAR CONTRACT with ONE 2 year renewal option The proposal, in addition to all other requirements contained herein, shall include a proposed term of contract, not to exceed five (5) years, with a possible renewal option of an additional five (5) years. 3.2 AUDITS AND INSPECTIONS: At any time during normal business hours and as often as the City of Tybee Island may deem necessary, the Contractor and his subcontractors shall make available to the City and/or representatives of the City of Tybee Island for examination of all its records with respect to all matters covered by this Contract. It shall also permit the City of Tybee Island and/or representatives of the Finance Department to audit, inspect, examine and make copies, excerpts 14 or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited shall be available for inspection at all reasonable times in the main offices of the City of Tybee Island or at the offices of the Contractor as requested by the City of Tybee Island. CONVERSATIONS OR CORRESPONDENCE REGARDING THIS SOLICITATION OR REPORT BETWEEN PROPOSERS OR PROSPECTIVE OFFERORS PROPOSERS AND PERSONS OUTSIDE THE CITY OF TYBEE ISLAND WILL NOT BE CONSIDERED OFFICIAL OR BINDING UNLESS OTHERWISE SPECIFICALLY AUTHORIZED WITHIN THIS DOCUMENT. The undersigned proposer certifies that he/she has carefully read the preceding list of instructions to proposers and all other data applicable hereto and made a part of this RFP; and, further certifies that the prices shown in his/her proposal are is in accordance with all documents contained in this RFP package, and that any exception taken thereto may disqualify his/her RFP. This is to certify that I, the undersigned proposer, have read the instructions to proposer and agree to be bound by the provisions of the same. This day of 20 . BY SIGNATURE TITLE COMPANY Phone / Fax Nos. INSTRUCTIONS TO PROPOSERS – SIGNATURE SHEET 15 SPECIAL CONDITIONS AND SPECIFICATIONS NORTH BEACH RESTROOMS AND SHOWERS - CONCESSIONS AND/OR JANITORIAL SERVICES THIS REQUEST FOR PROPOSAL INCLUDES PROPOSALS PERTAINING TO THE NORTH BEACH RESTROOMS AND SHOWERS AND JANITORIAL SERVICES PERTAINING THERETO AND, SEPARATELY, PROPOSALS FOR THE OPERATION OF THE CONCESSION STAND AT NORTH BEACH AND RELATED ACTIVITES. , INCLUDING GROUND MAINTENANCE REQUIREMENTS APPLICABLE TO THE CONCESSION STAND. SEPARATE PROPOSALS WILL BE CONSIDERED AS WILL JOINT PROPOSALS; HOWEVER, THE PROPOSAL SHOULD CLEARLY INDICATE THE INTENTION OF THE PROPOSER AS TO THE SCOPE OF SERVICES PROPOSED. A PROPOSAL THAT IS LIMITED TO THE CONCESSION SHALL CLEARLY SO INDICATE AND, SIMILARLY, A PROPOSAL THAT IS LIMITED TO THE JANITORIAL SERVICES TO THE RESTROOMS AND SHOWS SHOULD ALSO CLEARLY INDICATE THAT SUCH IS THE CASE. ATTACHMENTS F AND P SHOULD ALSO INDICATE THE SCOPE OF SERVICES PROPOSED AND, IN THE EVENT THE PROPOSAL IS INTENDED TO COVER ALL SERVICES CONTAINED IN THE REQUEST, THE PROPOSAL SHALL CLEARLY INDICATE THAT INTENTION. Concessionaire Service Requirements: The concession items that may be offered by the successful contractor shall not include tobacco products, E-cigarettes and energy drinks, but may include the following: • Snacks • Soft drinks and bottled water • Recreational Gear (coolers, batteries, insect repellent, sun screen, towels, sunglasses and boogie boards, etc. • Beer and wine • Food prepared on the premises The concession stand is located on the east side of the NB Showers, Restrooms and Concession area. No vending or sales are allowed outside of the decking area. Vending machine area has to be pre-approved by the City of Tybee Island and the Contractor Company is responsible for any electrical and structural upgrade that may be necessary for approved vending machine area. The sale of tobacco products or E-cigarettes and the rental of beach chairs and umbrellas will be prohibited under this contract. The sale of products packaged or made of Styrofoam or glass will be prohibited. under this contract. All concession items offered for sale will be permitted for sale at the discretion of the City. City of Tybee Island reserves the right to disallow the sale of any item not considered to be “family friendly.” Field Code Changed 16 The City of Tybee will have the right to assign its interests in any contract, and may assign its interests to this property prior to the contract with the company that wins this contract. Contractor Company will courteously provide service and merchandise to all customers. Contractor Company will maintain the concession area and all equipment in a clean, operable and safe condition. Contractor Company will be responsible for providing personnel to properly operate the facility in an appropriate manner during the required operational hours. Contractor Company is responsible for any upgraded electrical, kitchen, refrigeration and any other equipment or modifications needed to operate the concession area in accordance with the Contractor’s Company’s proposal. The Mayor and Council must approve any proposed modifications to the physical facility and the operation. Contractor Company is responsible for providing any necessary related appliances and upgraded electrical needs or internet connectivity. Contractor Company may install security cameras to monitor the outside of the restrooms and the concession stand inside and out. Company and his/her employees will strictly adhere to the following dress code: Shorts may be worn but cannot be shorter than the tip of the fingers when the arms and hands are hanging at the side. No cut-offs will be accepted. Shirts are required to be worn at all times. Employees’ shirts will not contain or display obscene language or other offensive print. Contractor Company will be responsible for locking and securing the concession stand, restrooms, storage rooms and electrical room at the end of each operating day and for opening restrooms at the beginning of each operating day. Chatham County Health Department inspections will be conducted on a quarterly basis of businesses selling food and beverages. The Contractor Company must at all times maintain a satisfactory rating and score with the Chatham County Health Department for all quarterly or other inspections. If the rating is unsatisfactory or a non-compliance is not corrected promptly, the operation contract will be terminated with no further liability or obligation on the part of the City. There will be no decrease in the monthly fees owed to the City of Tybee Island as a result of a suspension resulting from a food and beverage inspection. No open flames of any of any type will be allowed such as: candles, lanterns, or as a light source. However, the Contractor Company may, if permitted by the Chatham County Health Department, and with written approval from the City, install cooking equipment, including a grill, approved by the City. Daily Custodial and Ground Maintenance Requirements: Standard operating hours of the Concession shall be as stated in the accepted proposal or final contract. NB Restrooms, Showers and Concessions Stand are 8 am to 8 pm. Company will be 17 required to provide cleaning of the premises between the hours of 7:30 am and 8:30 pm (Daily) as required herein. Contractor Company will handle all matters of repair and maintenance of unsafe conditions when the public safety is an issue (i.e. exposed nails, loose or broken timbers, replacement of broken toilets, urinals and fixtures with a value of $1,000 or less. Contractor Company will be responsible for all repairs, maintenance, and damage or theft replacement of fixtures and lighting. Any major repairs will require notice to be provided to the City and approval of the City for the Contractor Company to initiate such repairs. As used herein, “major repairs” means repairs that will exceed $1,000 in costs. The Contractor Company will not let repairs/maintenance build up to exceed $1,000 and must immediately report any and all repairs needed to the City within 24 hours of Contractor Company having notice of the need for such repair. Contractor Company is responsible for securing the restrooms and concession stand at the end of the business each day. Contractor Company is responsible for reporting any security issues including any vandalization promptly to the Tybee Island Police Department and will provide any necessary evidence including video security recordings for a full investigation. Contractor Company will be required to furnish all custodial and grounds maintenance equipment required for maintaining the NB Restrooms, Showers and Concession Stand in accordance with the approved Maintenance Plan and will supply the and will supply the decking, landscaping and picnic tables. Company shall inspect and clean restrooms on an hourly basis during the busy season month from April thru September. During the off season the Company shall monitor cleanliness as needed with a minimum of one evening deep cleaning. Company will install hourly cleaning sheet which must be annotated accordingly. Contractor Company will provide all toilet tissue, hand soup and cleaning supplies. The City of Tybee Island will not, upon award of a contract assume any financial responsibility for these items. Alternative proposals which state that the city will provide these items will not be considered. Contractor Company will be responsible for procuring, picking up from vendor, and/or making delivery arrangements for all supplies relative to the operation of the NB Restrooms, Showers and Concession Stand. Contractor Company will be required to provide pre-approved garbage and recycling containers for the site and to empty the containers on regular basis to avoid overflow into the standard garbage and recycling carts provided by the city’s garbage and recycling providerCompany. Contractor Company will be responsible for the garbage and recycling disposal cost by the City of Tybee Island’s providerCompany. 18 Contractor Company will sweep and maintain the deck area (As required). Company will re-check periodically through the day to the end of operating hours to assure that ample supplies are in each restroom, and well re-stock as required (Daily) all toilet tissue, hand soap and cleaning supplies that are provided by the Company. Contractor will perform maintenance to the deck and brick paver areas per a submitted and approved Maintenance Plan. Company will pressure wash the deck area monthly. Company will be required to furnish all pressure washing equipment. Company will clean and maintain the brick paver areas monthly including the shower area per a submitted and approved maintenance plan. Company will cut and prune the landscaping as needed per a submitted and approved maintenance plan. The Contractor Company shall indemnify the City, its elected officials, officers, agents, insurers, its successors and assigns, against any and all claims, demands, obligations, actions, causes of action, rights, costs, contributions, expenses, compensation of any nature, and damages, whether compensatory, exemplary, punitive, consequential, incidental or otherwise, whether based on contract, or any other theory of recovery which anyone may have related to the operation of the North Beach Concessions and Bathrooms. Payment of Utilities Contractor Company will be responsible for paying all utility bills, Current utilities include, but are not limited to: Electric, Water and Sewer, Pest Control, Telephone, Internet, Garbage and Recycling Collection Services and Locksmith Services. Contractor shall also be responsible for paying for internet services if Contractor elects to make such services available and will be responsible for all cost related to security cameras desired and all maintenance cost associated therewith, including records maintenance cost. Revenue Payments: All revenue payments are to be submitted to the City of Tybee Island no later than the 10th day of each month in accordance with the payment schedule included herein. Late payments will not be tolerated. If more than two late payments are received, will subject the Company will be subjected to a “late payment penalty” in the amount of 10% of the contracted monthly revenue payment for the balance of the contract. 1. COMMENCEMENT AND COMPLETION: Contract will commence ______________, 2017 2. RESPONSIBILITIES FOR CLAIMS AND LIABILITY: 19 The Company shall indemnify the City, its elected officials, officers, agents, insurers, its successors and assigns, against any and all claims, demands, obligations, actions, causes of action, rights, costs, contributions, expenses, compensation of any nature, and damages, whether compensatory, exemplary, punitive, consequential, incidental or otherwise, whether based on contract, or any other theory of recovery which anyone may have related to the operation of the North Beach Concessions and Bathrooms. 20 3. SCORING: Evaluation Matrix Experience and Qualifications: Previous experience with similar contracts – 35 points Financial Stability of the Company: Evidence of financial ability to provide the services – 25 points Revenue: The amount to be paid to the City of Tybee Island – 25 points Menu and Charges to the Public – 15 points CITY OF TYBEE CHATHAM COUNTY, GEORGIA The Proposer certifies that he/she has examined all documents contained in this RFP package, and is familiar with all aspects of the proposal and understands fully all that is required of the successful Proposer. The Proposer further certifies that his/her RFP shall not be withdrawn for sixty (60) days from the date on which his proposal is submitted to the City. The Proposer agrees, if awarded this RFP, he/she will: A. Furnish, upon receipt of an authorized City of Tybee Island Purchase Order, all items indicated thereon as specified in this proposal for the RFP amount; or, B. Enter a contract with City of Tybee Island to do and/or furnish everything necessary to provide the service and/or accomplish the work as stated and/or specified in this proposal for the proposal amount, and; COMPANY DATE SIGNATURE TITLE TELEPHONE NUMBER 21 ATTACHMENT A CONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _________________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _________________________________ Name of Contractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ______, ___, 201__ in _____ (city), ______ (state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE___ DAY OF _____, 20__. _________________________________ NOTARY PUBLIC My Commission Expires: 22 ATTACHMENT B SUBCONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b)(3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with______________________ (name of contractor) on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. § 13-10-91 (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five (5) business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _______________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _________________________________ Name of Subcontractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _________, ___, 201__ in _____________________(city), ______(state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE __ DAY OF ________, 201__. _________________________________ NOTARY PUBLIC My Commission Expires: _________________________________ E-2 23 ATTACHMENT C O.C.G.A. § 50-36-1(e)(2) Affidavit By executing this affidavit under oath, as an applicant for a(n) ____________________ contract for a public benefit as referenced in O.C.G.A. § 50-36-1, from the CITY OF TYBEE ISLAND, Georgia, the undersigned applicant verifies one of the following with respect to my application for a public benefit: 1) _________ I am a United States citizen. 2) _________ I am a legal permanent resident of the United States. 3) _________ I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with an alien number issued by the Department of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland Security or other federal immigration agency is:____________________. The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. § 50-36-1(e)(1), with this affidavit. The secure and verifiable document provided with this affidavit can best be classified as: _____________________________________________________________________. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by such criminal statute. Executed in ___________________ (city), __________________(state). _________________________________ Signature of Applicant _________________________________ Printed Name of Applicant SUBSCRIBED AND SWORN BEFORE ME ON THE ___ DAY OF ___________, 20____ _________________________ NOTARY PUBLIC My Commission Expires: 24 What products/services do you provide to the City of Tybee Island: _________________________________________________________________ To whom shall we direct the Purchase Order? Contact:______________________ Email:_______________________ Phone#______________________________ Fax#________________________________ Location: ________________________________________________________ To whom shall we direct Payment? A/R Contact: _______________________ Email:_________________________________ Phone#_____________________________ Fax#________________________________ Remittance Address:________________________________________________________ Our terms are Net 30. 25 ATTACHMENT E RFP REVENUE SHEET NORTH BEACH RESTROOMS AND SHOWERS - CONCESSIONS AND JANITORIAL SERVICES Date: ____________ RFP # 2017-_____ Concessions and custodial services for the NB Restrooms, Showers and Concession Stand including the deck area and landscape planters to be provided for the City of Tybee Island I have read and understand the requirements of this proposal and agree to provide the required services in accordance with this proposal, and all other attachments, exhibits, etc. I understand that the City of Tybee Island will not be responsible for the reimbursement of any cost not specifically set forth in this proposal. Schedule of Monthly Revenue Payment to the City of Tybee Island: • January _______________ • February _______________ • March _______________ • April _______________ • May _______________ • June _______________ • July _______________ • August _______________ • September _______________ • October _______________ • November _______________ • December _______________ • Total Annual Revenue _______________ _____________________________________________ (Firm) _____________________________________________ (Signature) __________________________ ___________________(Title) * This document should be enclosed in an opaque envelope as specified by the RFP Documents. Formatted: Right: 0" Formatted: Centered, Right: 0" Formatted: Centered, Line spacing: single, Nowidow/orphan control, Don't adjust spacebetween Latin and Asian text, Don't adjustspace between Asian text and numbers Formatted: Centered, Right: 0" Formatted: Centered, Line spacing: single, Nowidow/orphan control, Don't adjust spacebetween Latin and Asian text, Don't adjustspace between Asian text and numbers Formatted: Centered, Right: 0" Formatted: Centered, No widow/orphancontrol, Don't adjust space between Latin andAsian text, Don't adjust space between Asiantext and numbers 26 ATTACHMENT EF RFP INFORMATION SHEET NORTH BEACH RESTROOMS AND SHOWERS -– CONCESSION OPERATION AND SERVICES AND JANITORIAL SERVICES Date: ____________ RFP # 2017-_____ ATTACH SEPARATE SHEET WITH THE FOLLOWING INFORMATION: Items to be sold Please show the brand name, packaging and services size and retail prices of each items to be offered below: • Intended hours of operation must coincide with restroom hours. • List all soft drinks and water • List all prepackaged sandwiches, etc. • List all bagged, loose and packaged snacks and candies. • List all miscellaneous items such as ice cream, snow cones or gum • List all recreational gear such as coolers, batteries, sun screen, towels and sunglasses. • List all items intended to be cooked on the premises. • List all alcoholic beverages intended to be sold from the concession premises as part of the proposal. Proper licenses for such sales will be required. • List all intended additions or modifications planned for the operation, all of which are expressly subject to City approval. Maintenance plans: • Brick paver and deck cleaning and maintenance plan • Cutting and pruning landscaping maintenance plan. History of Experience with Similar Contracts Evidence of Financial Ability to Provide the Services 27 X:\Clients\000572\999-North Beach Restroom Project - 2015\Concession Stand ATTACHMENT FG CHECKLIST FOR SUBMITTING RFP Sign below and submit this sheet with RFP NOTE: All of the following items must be submitted with your RFP to be considered “responsive”. Remember to follow the Instructions in the RFP Documents. 1. INSTRUCTIONS TO PROPOSERS SIGNATURE SHEET 2. ACKNOWLEDGMENT OF ANY/ALL ADDENDUMS (if any Addendums issued). 3. RFP SHEETS COMPLETELY FILLED OUT AND SIGNED. 5. COMPLETE AND SUBMIT ALL ATTACHMENTS TO THE RFP (Attachments A-G). ____________________________ NAME/TILE ____________________________ COMPANY NAME ____________________________ ADDRESS ____________________________ CITY/STATE/ZIP ___ __________ PHONE NUMBER ___________________________________ EMAIL Rev 04.141.17 – for Both Rev 04.17.17 Formatted: Font: 7 pt Formatted: Font: 7 pt REQUEST FOR PROPOSAL RFP NO. 2017-____ NORTH BEACH CONCESSION OPERATION AND SERVICES MANDATORY PRE-RFP CONFERENCE: __________________ AT ______AM RFP DUE: ____________________ AT _____ AM CITY OF TYBEE ISLAND, GEORGIA JASON BUELTERMAN, MAYOR BARRY BROWN, MAYOR PRO TEM BILL GARBETT WANDA DOYLE JULIE LIVINGSTON JOHN MAJOR MONTY PARKS DOCUMENT CHECK LIST The following documents are contained in and made a part of this RFP Package or are required to be submitted with the RFP. It is the responsibility of the Proposer to read, complete and sign, where indicated, and return these documents with his/her RFP. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFYING THE Proposer. GENERAL INFORMATION AND INSTRUCTIONS TO RFP WITH ATTACHMENTS SPECIAL CONDITIONS SURETY REQUIREMENTS RFP SPECIFICATIONS CONTRACT ATTACHMENTS: A. CONTRACTOR AFF.; B. SUBCONTRACTOR AFF.; C. SAVE AFF.; D. W-9; E. RFP REVENUE SHEET; F. RFP INFORMATION SHEET; G. CHECKLIST 2 THE CITY OF TYBEE ISLAND, GEORGIA 403 BUTLER AVE. PO BOX 2749 TYBEE ISLAND, GEORGIA 31328 (912) 786-4573 Date: ______________ RFP NO. 2017-______ GENERAL INFORMATION FOR INVITATION FOR RFP This is a request for proposals to supply the City of Tybee Island, Georgia (sometimes hereinafter referred to as “Owner”) with services as indicated herein. The City of Tybee seeks a contractor to operate the concessions at the North Beach and other services as provided herein. Sealed RFPs must be received at the above address by _______am local time, on _________________________, 2017, The City of Tybee Island reserves the right to reject all RFPs. This proposal is intended to allow those submitting proposals regarding the operation of the concession stand at North Beach and to address the plan for services, items intended to be sold, hours of operation and such factors as those submitting proposals wish to offer. Instructions for preparation and submission of a RFP are contained in this RFP package. Please note that specific forms for submission of a RFP are required. RFPs must be typed or printed in ink. A MANDATORY Pre-RFP Conference is scheduled to be conducted at The North Beach parking lot, 35 Meddin Dr, Tybee Island, Georgia, on _______________, 2017, at ______________am, to discuss the specifications and resolve any questions and/or misunderstanding that may arise. ALL PROPOSERS are REQUIRED to attend. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Agent will issue a written addendum to document each approved change. Generally when addenda are required, the RFP opening date will be changed. City of Tybee Island has an equal opportunity purchasing policy to assure all procurement procedures are conducted in a manner that provides maximum open and free competition. City of Tybee Island seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the City of Tybee Island. The City of Tybee Island provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. INSTRUCTIONS TO PROPOSERS 1.1 Purpose: The purpose of this document is to provide general and specific information for use in submitting a RFP to supply the City of Tybee Island with equipment, supplies, and/or services as described herein. All RFPs are 3 governed by the Code of the City of Tybee Island, Georgia, 15-2015 Sec 1, Art VII, Procurement, Sec 2-400, and the laws of the State of Georgia. 1.2 How to Prepare RFPs: All RFPs shall be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. b. Typewritten or completed with pen and ink, signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the RFP. ALL SIGNATURE SPACES MUST BE SIGNED. Proposers are encouraged to review carefully all provisions and attachments of this document prior to submission. Each RFP constitutes an offer and may not be withdrawn except as provided herein. 1.3 How to Submit RFPs: a. An original and 3 duplicate copies must be submitted in a sealed opaque envelope, plainly marked with the RFP number and title, date and time of RFP opening, and company name. b. Please include all documents requested to be provided. Also include a copy of the responder’s current business license. c. All RFPs shall be mailed or hand delivered in sufficient time to ensure receipt by the Purchasing Agent on or before the time and date specified above. Mailing Address and Hand Delivery: City of Tybee Island, ATTN Melissa Freeman, PO Box 2749, 403 Butler Avenue, Tybee Island, Georgia 31328. RFPS NOT RECEIVED BY THE TIME AND DATE SPECIFIED WILL NOT BE OPENED OR CONSIDERED. 1.4 How to Submit an Objection: Objections from Proposers to this RFP and/or these specifications shall be brought to the attention of the City of Tybee Island Purchasing Agent in the following manner: a. Proposers shall either present their oral objections at that time or submit their written objections at least two (2) days prior to the scheduled pre-RFP conference. b. The objections contemplated may pertain to form and/or substance of the RFP documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this RFP. 1.5 Errors in RFPs: Proposers or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposal(s). Failure to do so will be at the Proposer's own risk. In case of error in extension of prices in the RFP or proposal, the unit 4 price will govern. 1.6 Standards for Acceptance of RFP for Contract Award: City of Tybee Island reserves the right to reject any or all proposals and to waive any irregularities or technicalities in proposals received whenever such rejection or waiver is in the best interest of City of Tybee Island. City of Tybee Island reserves the right to reject the Proposal of a Proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer whom investigation shows is not in a position to perform the contract. 1.7 RFP Tabulation: Tabulations for all RFPs will be posted for thirty (30) days after the RFP is awarded on the City website, www.cityoftybee.org 1.8 Proposer: Whenever the term "proposer" is used it shall encompass the "person," "business," "supplier," "vendor," or other party submitting a proposal to City of Tybee Island in such capacity before a contract has been entered into between such party and City of Tybee Island. 1.9 Responsible / Responsive proposer: Responsible proposer means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive proposer means a person or entity that has submitted a proposal that conforms in all material respects to the requirements set forth in the or RFP. 1.10 Compliance with Laws: The proposer and/or contractor shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state, county or city statute, ordinances and rules during the performance of any contract between the contractor and City of Tybee Island. Any such requirement specifically set forth in any contract document between the contractor and City of Tybee Island shall be supplementary to this section and not in substitution thereof. 1.11 Contractor: Contractor or subcontractor means any person or business having a contract with City of Tybee Island. The Contractor/Vendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 1.12 State Licensing Board for General Contractors: If applicable, pursuant to Georgia law, any proposer must be a Georgia licensed General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). 1.16 Immigration: On 1 July 2007, the Georgia Security and Immigration 5 Compliance Act (SB 529, Section 2) became effective. All contractors and subcontractors with 100 or more employees entering into a contract or performing work must sign an affidavit that he/she has used the E-Verify System. E-Verify is a no-cost federal employment verification system to insure employment eligibility. No proposals will be considered unless a signed E-Verify Affidavit is enclosed with the submittal package. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at http://www.dol.state.ga.us/spotlight/employment/rules. You may go to http://www.uscis.gov. to find the E-Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1, required Georgia cities to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain “public benefits” are legally present in the United States. Contracts with the City are considered “public benefits.” Therefore, the successful proposer will be required to provide the Affidavit Verifying Status for City of Tybee Benefit Application prior to receiving any City contract. The affidavit is included as part of this RFP package but is only required of the successful proposer. Protection of Resident Workers. City of Tybee Island actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. GENERAL CONDITIONS 2.1 Specifications: Any obvious error or omission in specifications shall not inure to the benefit of the proposer but shall put the proposer on notice to inquire of or identify the same from the City of Tybee Island. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed to be the minimum requirements of these specifications. 2.2 Multiple RFPs: No vendor will be allowed to submit more than one (1) RFP. Any alternate proposals must be brought to the Purchasing Agent's attention during the Pre-RFP Conference or submitted in writing at least five (5) days preceding the RFP opening date. Permitting and Approvals: The contractor that is awarded the contract will 6 be responsible for securing all necessary federal, state and local approvals required for the project. 2.3 Prices to be Firm: Proposer warrants that proposal prices, terms and conditions quoted in his proposal will be firm for acceptance for a period of sixty (60) days from RFP opening date, unless otherwise stated in the RFP. 2.4 Completeness: All information required by the RFP must be completed and submitted to constitute a proper proposal. 2.5 Quality: All materials, or supplies used for the construction necessary to comply with this proposal shall be of the best quality, and of the highest standard of workmanship. Workmanship employed in any construction, repair, or installation required by this proposal shall be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. 2.6 Guarantee/Warranty: Unless otherwise specified by the City of Tybee Island, the Proposer shall unconditionally guarantee the materials and workmanship for one (1) year on all material and/or services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, shall repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the City of Tybee Island. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. 2.7 Liability Provisions: Where proposers are required to enter or go onto City of Tybee Island property to take measurements or gather other information in order to prepare the RFP as requested by the City, the proposer shall be liable for any injury, damage or loss occasioned by negligence of the proposer, his agent, or any person the proposer has designated to prepare the proposal and shall indemnify and hold harmless City of Tybee Island from any liability arising there from. The contract document specifies the liability provisions required of the successful proposer in order to be awarded a contract with City of Tybee Island. 2.8 Cancellation of Contract: The contract may be canceled or suspended by City of Tybee Island in whole or in part by written notice of default to the Contractor upon non-performance or violation of contract terms. An award may be made to the next higher ranked Proposer, for articles and/or services specified or they may be purchased on the open market. The defaulting Contractor (or his surety) shall be liable to City of Tybee Island for costs to the City of Tybee Island in excess of the defaulted contract prices. See the contract documents for complete requirements. 2.9 Certification of Independent Price Determination: By submission of this proposal, the Proposer certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, that in connection with this 7 procurement: (1) The prices in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other proposer or to any competitor; and (3) No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 2.10 Award of Contract: The contract, if awarded, will be awarded to the proposal with the highest score whose base proposal meets the requirements and criteria set forth in the RFP. The City of Tybee Mayor and Council must approve the award. The award will take into account price among other factors as specified in this RFP. 2.11 Procurement Protests: Objections and protests to any portion of the procurement process or actions of the City of Tybee Island staff may be filed with the Purchasing Agent for review and resolution. The Code of the City of Tybee Island will control the protest. 2.12 Qualification of Business (Responsible Proposer): A responsible Proposer is defined as one who meets, or by the date of the proposal acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required by the Scope of Work, specifications and plans. These documents will be listed in the Special Conditions further on in this solicitation. City of Tybee Island has the right to require any or all proposers to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. City of Tybee Island has the right to disqualify the proposal of any proposer as being unresponsive or un-responsible whenever such Proposer cannot document the ability to deliver the requested product or service. 2.13 Insurance Provisions, General: The selected proposer to whom the contract is awarded shall be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the proposal. 2.14.1 General Information that shall appear on a Certificate of Insurance: a. Name of the Producer (proposer’s insurance Broker/Agent). b. Companies affording coverage (there may be several). c. Name and Address of the Insured (this should be the Company 8 or Parent of the firm the City is contracting with). d. A Summary of all current insurance for the insured (includes effective dates of coverage). e. A brief description of the operations to be performed, the specific job to be performed, or contract number. f. Certificate Holder (This is to always include the City of Tybee Island). City of Tybee Island as an Additional Insured: The City of Tybee Island should also be named as an Additional Insured. 2.14.2 Minimum Limits of Insurance to be maintained for the duration of the contract: a. Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor. This policy coverage includes: premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $1,000,000 bodily injury and property damage per occurrence and annual aggregate. b. Worker's Compensation and Employer’s Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer’s Liability coverage is usually included in Worker’s Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker’s Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, and disease each employee and Statutory Worker’s Compensation limit. c. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor’s use of automobiles. Minimum limit: $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage should be written on an Any Auto basis. d. Liquor Liability. If the sale of alcoholic beverages, including beer and wine, is part of the proposal, and if the City awards the contract to a proposal providing for the sale of alcoholic beverages from the concession, liquor liability coverage in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage will be required. 2.14.3 Special Requirements: 9 a. Extended Reporting Periods: The Contractor shall provide the City of Tybee Island with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. b. Reporting Provisions: Any failure to comply with reporting provisions of the policies shall not affect coverage provided in relation to this request. c. Cancellation: Each insurance policy that applies to this request shall be endorsed to state that it shall not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the City of Tybee Island. d. Proof of Insurance: City of Tybee Island shall be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the City of Tybee Island before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the City of Tybee Island. e. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best’s rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five year basis, the current total Best’s rating will be used to evaluate insurer acceptability. f. Lapse in Coverage: A lapse in coverage shall constitute grounds for contract termination by the City of Tybee Island Mayor and Council. g. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the City of Tybee Island. At the option of the City of Tybee Island, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as related to the City of Tybee Island, its officials, officers, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. 2.15 Compliance with Specification - Terms and Conditions: The RFP, Legal Advertisement, General Conditions and Instructions to Proposers, Specifications, Special Conditions, Vendor's RFP, Addendum, and/or any other pertinent documents form a part of the Proposer’s proposal and by reference are made a part hereof. 10 2.16 Signed RFP Considered Offer: The signed Proposal shall be considered an offer on the part of the Proposer, which offer shall be deemed accepted upon approval by the City of Tybee Island Mayor and Council, Purchasing Agent or designee, as may be applicable. In case of a default on the part of the Proposer after such acceptance, City of Tybee Island may take such action as it deems appropriate, including legal action for damages or lack of required performance. 2.17 Notice to Proceed: The successful proposer shall not commence work under this RFP until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Agent or his designee, or as specified in the Special Conditions. If the successful Proposer does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.18 Payment to Contractors: Instructions for invoicing the City of Tybee Island for products delivered to the City of Tybee Island are specified in the contract document. a. Questions regarding payment may be directed to the Accounting Department at 912-472-5024 or City of Tybee Island’s Project Manager as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. c. Upon completion of the work or delivery of the products, the Contractor will provide the City of Tybee Island with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City of Tybee Island have been paid in full. d. City of Tybee Island is a tax exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656-4065 for additional information. 2.19 Owner’s Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all RFPs and any RFP that is not responsive or that is over the budget, as amended, or that fails to suit the needs of the City as determined by the Owner in its sole discretion. In judging whether the Proposer is responsible, the Owner will consider, but is not limited to consideration of, the following: 11 a. Whether the Proposer or principals are currently ineligible, debarred, suspended, or otherwise excluded from contracting by any state or federal agency, department, or authority; b. Whether the Proposer or principals have been terminated for cause or are currently in default on a public works contract; c. Whether the Proposer can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and d. Whether the Proposer’s past work provides evidence of an ability to successfully complete public works projects within the established time, quality, or cost, or to comply with the Proposer’s contract obligations. 2.20 Owner’s Right to Negotiate: With respect to concession operations – highest proposer: In the event all responsive and responsible RFPs are lower than the anticipated payments to the Owner, the Owner, in its sole and absolute discretion and in addition to the rights set forth above, including the right to reject all such proposals, reserves the right either to (i) supplement its request so as to include additional terms to generate potential compensation to the Owner from the highest responsive and responsible RFP, or (ii) to negotiate with the highest responsive and responsible Proposer only for the purpose of making changes to the Project that will result in additional revenue to the Owner. 2.21 Debarred or Suspended Subcontractors. CONTRACTOR shall not subcontract, and shall ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other local government entity. This includes pending litigation or claims with the City or other government entities. Contractor shall immediately notify City of Tybee Island in the event any subcontractor is added to a Federal, State or other Government Entity listing after award of the subcontract. 2.22 Cone of Silence: Lobbying of Procurement Evaluation Committee members, City employees, and elected officials regarding this product or service solicitation, Request for Proposal (RFP) or contract by any member of a proposer’s staff, or those 12 people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions may cause your proposal to be rejected. 2.23 GEORGIA OPEN RECORDS ACT - The responses will become part of the City of Tybee Island’s official files without any obligation on the City of Tybee Island’s part. Ownership of all data, materials and documentation prepared for and submitted to City of Tybee Island in response to a solicitation, regardless of type, shall belong exclusively to City of Tybee Island and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. It is the responsibility of the Proposer to notify the City of any documents turned over which may contain trade secrets or other confidential matters. A Proposer submitting records which the entity or person believes contains trade secrets that wishes to keep such records confidential pursuant to O.C.G.A. § 50-19-72(34) shall submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Official Code of Georgia. Proposals will not be opened in public, and the information is exempt from disclosure, including the Open Records Act until such time as the RFP has been awarded, or all proposals have been rejected. City of Tybee Island shall not be held accountable if material from responses is obtained without the written consent of the proposer by parties other than the City of Tybee Island, at any time during the solicitation and evaluation process. 2.24 GEORGIA TRADE SECRET ACT of 1990 - In the event a Proposer submits trade secret information to the City of Tybee Island; the information must be clearly labeled as a Trade Secret. The City of Tybee Island will maintain the confidentiality of such trade secrets to the extent provided by law. 2.25 CONTRACTOR RECORDS -The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the City of Tybee Island. This applies to those specific contracts currently in effect and those which have been completed or closed for up three (3) years following completion. ADDITIONAL CONDITIONS 3.1 TERMS OF CONTRACT: a. The proposer shall be granted a contract with the City to operate the North Beach Concession stand as permitted by the City, the specifics which are specified herein, and which will be agreed upon 13 in the contemplated final contract.. b. The proposal, in addition to all other requirements contained herein, shall include a proposed term of contract, not to exceed five (5) years, with a possible renewal option of an additional five (5) years. 3.2 AUDITS AND INSPECTIONS: At any time during normal business hours and as often as the City of Tybee Island may deem necessary, the Contractor and his subcontractors shall make available to the City and/or representatives of the City of Tybee Island for examination of all its records with respect to all matters covered by this Contract. It shall also permit the City of Tybee Island and/or representatives of the Finance Department to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited shall be available for inspection at all reasonable times in the main offices of the City of Tybee Island or at the offices of the Contractor as requested by the City of Tybee Island. CONVERSATIONS OR CORRESPONDENCE REGARDING THIS SOLICITATION BETWEEN PROPOSERS OR PROSPECTIVE PROPOSERS AND PERSONS OUTSIDE THE CITY OF TYBEE ISLAND WILL NOT BE CONSIDERED OFFICIAL OR BINDING UNLESS OTHERWISE SPECIFICALLY AUTHORIZED WITHIN THIS DOCUMENT. The undersigned proposer certifies that he/she has carefully read the preceding list of instructions to proposers and all other data applicable hereto and made a part of this RFP; and, further certifies that the prices shown in his/her proposal are in accordance with all documents contained in this RFP package, and that any exception taken thereto may disqualify his/her RFP. This is to certify that I, the undersigned proposer, have read the instructions to proposer and agree to be bound by the provisions of the same. This day of 20 . BY SIGNATURE TITLE COMPANY 14 Phone / Fax Nos. INSTRUCTIONS TO PROPOSERS – SIGNATURE SHEET 15 SPECIAL CONDITIONS AND SPECIFICATIONS NORTH BEACH CONCESSIONS THIS REQUEST FOR PROPOSAL INCLUDES PROPOSALS PERTAINING TO THE OPERATION OF THE CONCESSION STAND AT NORTH BEACH AND RELATED ACTIVITES. Concessionaire Service Requirements: The concession items that may be offered by the successful contractor shall not include tobacco products, E-cigarettes and energy drinks, but may include the following: • Snacks • Soft drinks and bottled water • Recreational Gear (coolers, batteries, insect repellent, sun screen, towels, sunglasses and boogie boards, etc. • Beer and wine • Food prepared on the premises The concession stand is located on the east side of the NB Showers, Restrooms and Concession area. No vending or sales are allowed outside of the decking area. Vending machine area has to be pre-approved by the City of Tybee Island and the Contractor is responsible for any electrical and structural upgrade that may be necessary for approved vending machine area. The rental of beach chairs and umbrellas will be prohibited The sale of products packaged or made of Styrofoam or glass will be prohibited. All concession items offered for sale will be permitted for sale at the discretion of the City. City of Tybee Island reserves the right to disallow the sale of any item not considered to be “family friendly.” The City of Tybee will have the right to assign its interests in any contract, and may assign its interests to this property prior to the contract with the company that wins this contract. Contractor will courteously provide service and merchandise to all customers. Contractor will maintain the concession area and all equipment in a clean, operable and safe condition. Contractor will be responsible for providing personnel to properly operate the facility in an appropriate manner during the operational hours. Contractor is responsible for any upgraded electrical, kitchen, refrigeration and any other equipment or modifications needed to operate the concession area in accordance with the Contractor’s proposal. The Mayor and Council must approve any proposed modifications to the physical facility and the operation. Contractor is responsible for providing any necessary related appliances and upgraded electrical needs or internet connectivity. Contractor may install security cameras to monitor the outside of the restrooms and the concession stand inside and out. 16 Contractor will be responsible for locking and securing the concession stand, restrooms, storage rooms and electrical room at the end of each operating dayChatham County Health Department inspections will be conducted on a quarterly basis of businesses selling food and beverages. The Contractor must at all times maintain a satisfactory rating and score with the Chatham County Health Department for all quarterly or other inspections. If the rating is unsatisfactory or a non- compliance is not corrected promptly, the operation contract will be terminated with no further liability or obligation on the part of the City. There will be no decrease in the monthly fees owed to the City of Tybee Island as a result of a suspension resulting from a food and beverage inspection. No open flames of any of any type will be allowed such as: candles, lanterns, or as a light source. However, the Contractor may, if permitted by the Chatham County Health Department, and with written approval from the City, install cooking equipment, including a grill, approved by the City. Daily Custodial and Ground Maintenance Requirements: Standard operating hours of the Concession shall be as stated in the accepted proposal or final contract. Contractor will handle all matters of repair and maintenance of unsafe conditions when the public safety is an issue (i.e. exposed nails, loose or broken timbers, replacement of broken toilets, urinals and fixtures with a value of $1,000 or less. Contractor will be responsible for all repairs, maintenance, and damage or theft replacement of fixtures and lighting. Any major repairs will require notice to be provided to the City and approval of the City for the Contractor to initiate such repairs. As used herein, “major repairs” means repairs that will exceed $1,000 in costs. The Contractor will not let repairs/maintenance build up to exceed $1,000 and must immediately report any and all repairs needed to the City within 24 hours of Contractor having notice of the need for such repair. Contractor is responsible for securing the concession stand at the end of the business each day. Contractor is responsible for reporting any security issues including any vandalization promptly to the Tybee Island Police Department and will provide any necessary evidence including video security recordings for a full investigation. Contractor will be required to furnish all equipment required for maintaining the Concession Stand in accordance with the approved Maintenance Plan and will supply the picnic tables. Contractor will provide all toilet tissue, hand soup and cleaning supplies. The City of Tybee Island will not, upon award of a contract assume any financial responsibility for these items. Alternative proposals which state that the city will provide these items will not be considered. Contractor will be responsible for procuring, picking up from vendor, and/or making delivery arrangements for all supplies relative to the operation of the Concession Stand. 17 Contractor will be required to provide pre-approved garbage and recycling containers for the site and to empty the containers on regular basis to avoid overflow into the standard garbage and recycling carts provided by the city’s garbage and recycling provider. Contractor will be responsible for the garbage and recycling disposal cost by the City of Tybee Island’s provider. Contractor will sweep and maintain the deck area (As required). Contractor will perform maintenance to the deck and brick paver areas per a submitted and approved Maintenance Plan. The Contractor shall indemnify the City, its elected officials, officers, agents, insurers, its successors and assigns, against any and all claims, demands, obligations, actions, causes of action, rights, costs, contributions, expenses, compensation of any nature, and damages, whether compensatory, exemplary, punitive, consequential, incidental or otherwise, whether based on contract, or any other theory of recovery which anyone may have related to the operation of the North Beach Concessions. Payment of Utilities Contractor will be responsible for paying all utility bills, Current utilities include, but are not limited to: Electric, Water and Sewer, Pest Control, Telephone, Internet, Garbage and Recycling Collection Services and Locksmith Services. Contractor shall also be responsible for paying for internet services if Contractor elects to make such services available and will be responsible for all cost related to security cameras desired and all maintenance cost associated therewith, including records maintenance cost. Revenue Payments: All revenue payments are to be submitted to the City of Tybee Island no later than the 10th day of each month in accordance with the payment schedule included herein. Late payments will not be tolerated. If more than two late payments are received, the Company will be subjected to a “late payment penalty” in the amount of 10% of the contracted monthly revenue payment for the balance of the contract. 1. COMMENCEMENT AND COMPLETION: Contract will commence ______________, 2017 2. RESPONSIBILITIES FOR CLAIMS AND LIABILITY: The Company shall indemnify the City, its elected officials, officers, agents, insurers, its successors and assigns, against any and all claims, demands, obligations, actions, causes of action, rights, costs, contributions, expenses, compensation of any nature, and damages, whether compensatory, exemplary, 18 punitive, consequential, incidental or otherwise, whether based on contract, or any other theory of recovery which anyone may have related to the operation of the North Beach Concessions. 19 3. SCORING: Evaluation Matrix Experience and Qualifications: Previous experience with similar contracts – 35 points Financial Stability of the Company: Evidence of financial ability to provide the services – 25 points Revenue: The amount to be paid to the City of Tybee Island – 25 points Menu and Charges to the Public – 15 points CITY OF TYBEE CHATHAM COUNTY, GEORGIA The Proposer certifies that he/she has examined all documents contained in this RFP package, and is familiar with all aspects of the proposal and understands fully all that is required of the successful Proposer. The Proposer further certifies that his/her RFP shall not be withdrawn for sixty (60) days from the date on which his proposal is submitted to the City. The Proposer agrees, if awarded this RFP, he/she will: A. Furnish, upon receipt of an authorized City of Tybee Island Purchase Order, all items indicated thereon as specified in this proposal for the RFP amount; or, B. Enter a contract with City of Tybee Island to do and/or furnish everything necessary to provide the service and/or accomplish the work as stated and/or specified in this proposal for the proposal amount, and; COMPANY DATE SIGNATURE TITLE TELEPHONE NUMBER 20 ATTACHMENT A CONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _________________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _________________________________ Name of Contractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ______, ___, 201__ in _____ (city), ______ (state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE___ DAY OF _____, 20__. _________________________________ NOTARY PUBLIC My Commission Expires: 21 ATTACHMENT B SUBCONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b)(3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with______________________ (name of contractor) on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. § 13-10-91 (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five (5) business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _______________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _________________________________ Name of Subcontractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _________, ___, 201__ in _____________________(city), ______(state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE __ DAY OF ________, 201__. _________________________________ NOTARY PUBLIC My Commission Expires: _________________________________ E-2 22 ATTACHMENT C O.C.G.A. § 50-36-1(e)(2) Affidavit By executing this affidavit under oath, as an applicant for a(n) ____________________ contract for a public benefit as referenced in O.C.G.A. § 50- 36-1, from the CITY OF TYBEE ISLAND, Georgia, the undersigned applicant verifies one of the following with respect to my application for a public benefit: 1) _________ I am a United States citizen. 2) _________ I am a legal permanent resident of the United States. 3) _________ I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with an alien number issued by the Department of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland Security or other federal immigration agency is:____________________. The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. § 50-36-1(e)(1), with this affidavit. The secure and verifiable document provided with this affidavit can best be classified as: _____________________________________________________________________. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by such criminal statute. Executed in ___________________ (city), __________________(state). _________________________________ Signature of Applicant _________________________________ Printed Name of Applicant SUBSCRIBED AND SWORN BEFORE ME ON THE ___ DAY OF ___________, 20____ _________________________ NOTARY PUBLIC My Commission Expires: 23 What products/services do you provide to the City of Tybee Island: _________________________________________________________________ To whom shall we direct the Purchase Order? Contact:______________________ Email:_______________________ Phone#______________________________ Fax#________________________________ Location: ________________________________________________________ To whom shall we direct Payment? A/R Contact: _______________________ Email:_________________________________ Phone#_____________________________ Fax#________________________________ Remittance Address:________________________________________________________ Our terms are Net 30. 24 25 ATTACHMENT E RFP INFORMATION SHEET NORTH BEACH –CONCESSION OPERATION AND SERVICE Date: ____________ RFP # 2017-_____ ATTACH SEPARATE SHEET WITH THE FOLLOWING INFORMATION: Items to be sold Please show the brand name, packaging and services size and retail prices of each items to be offered below: • Intended hours of operation must coincide with restroom hours. • List all soft drinks and water • List all prepackaged sandwiches, etc. • List all bagged, loose and packaged snacks and candies. • List all miscellaneous items such as ice cream, snow cones or gum • List all recreational gear such as coolers, batteries, sun screen, towels and sunglasses. • List all items intended to be cooked on the premises. • List all alcoholic beverages intended to be sold from the concession premises as part of the proposal. Proper licenses for such sales will be required. • List all intended additions or modifications planned for the operation, all of which are expressly subject to City approval. Maintenance plans: • Brick paver and deck cleaning and maintenance plan History of Experience with Similar Contracts Evidence of Financial Ability to Provide the Services 26 X:\Clients\000572\999-North Beach Restroom Project - 2015\Concession Stand ATTACHMENT F CHECKLIST FOR SUBMITTING RFP Sign below and submit this sheet with RFP NOTE: All of the following items must be submitted with your RFP to be considered “responsive”. Remember to follow the Instructions in the RFP Documents. 1. INSTRUCTIONS TO PROPOSERS SIGNATURE SHEET 2. ACKNOWLEDGMENT OF ANY/ALL ADDENDUMS (if any Addendums issued). 3. RFP SHEETS COMPLETELY FILLED OUT AND SIGNED. 5. COMPLETE AND SUBMIT ALL ATTACHMENTS TO THE RFP (Attachments A-G). ____________________________ NAME/TILE ____________________________ COMPANY NAME ____________________________ ADDRESS ____________________________ CITY/STATE/ZIP ___ __________ PHONE NUMBER ___________________________________ EMAIL Rev 04.14.17 Rev 04.17.17 CITY OF TYBEE ISLAND FISCAL YEAR 2017-2018 PROPOSED OPERATING AND CAPITAL BUDGET GENERAL FUND DRAFT 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 1 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund FINANCIAL SUMMARY ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ REVENUES -------- TAXES 4,098,534.31 4,124,391.49 3,905,150.00 2,801,381.02 4,033,870.00 128,720.00 LICENSES & PERMITS 235,095.49 223,921.50 227,600.00 223,875.81 228,000.00 400.00 INTERGOVERNMENTAL 83,590.29 58,274.31 288,208.00 79,733.46 244,000.00 ( 44,208.00) CHARGES FOR SERVICES 3,168,311.97 3,411,952.13 3,155,570.00 2,063,383.69 3,303,900.00 148,330.00 FINES & FORFEITURES 865,565.44 857,906.45 874,000.00 240,394.50 785,000.00 ( 89,000.00) INVESTMENT INCOME 10,137.16 17,755.83 15,000.00 14,902.66 15,000.00 0.00 CONTRIBUTIONS & DONATIONS 375.00 410.00 3,000.00 200.00 0.00 ( 3,000.00) MISCELLANEOUS 90,203.29 39,263.12 73,901.00 71,799.78 29,299.99 ( 44,601.01) OTHER FINANCING SOURCES 1,940,549.63 1,566,287.00 4,747,546.00 885,764.00 5,444,891.81 697,345.81 TOTAL REVENUES 10,492,362.58 10,300,161.83 13,289,975.00 6,381,434.92 14,083,961.80 793,986.80 ============== ============== ============== ============== ============== ============== EXPENDITURES ------------ Mayor and Council 177,705.39 204,164.61 224,230.00 160,225.04 225,245.00 1,015.00 Clerk of Council 92,664.09 97,006.26 103,830.00 70,279.96 108,335.00 4,505.00 City Manager 186,238.15 198,141.69 288,671.00 195,804.80 266,121.00 ( 22,550.00) Finance 119,801.78 119,897.60 128,819.00 97,084.29 134,247.00 5,428.00 Finance - Accounting 107,214.24 175,456.15 265,651.00 105,315.49 302,805.80 37,154.80 Finance - Revenue Admin 29,268.44 41,403.78 55,058.00 15,695.15 0.00 ( 55,058.00) Finance - A/P 36,949.45 39,858.40 33,691.00 21,920.42 34,167.00 476.00 Finance - Payroll 47,786.42 33,845.48 14,336.00 ( 14,088.93) 44,523.00 30,187.00 Law 161,023.30 231,537.57 252,000.00 175,757.12 247,000.00 ( 5,000.00) Information Technology 595,024.58 470,835.74 557,156.00 438,930.76 731,336.00 174,180.00 Human Resources 98,785.70 101,656.37 112,175.00 78,032.31 115,570.00 3,395.00 Bldg Maint & Allocations 332,497.53 276,876.72 307,990.00 226,436.19 598,746.00 290,756.00 Municipal Court 12,399.80 12,400.01 155,969.00 91,989.70 167,234.00 11,265.00 Police Administration 2,357,122.16 2,279,993.27 2,231,529.00 1,662,239.38 2,421,133.00 189,604.00 Beach Patrol 73,371.16 118,636.17 355,474.00 166,361.42 364,901.00 9,427.00 Fire Administration 331,051.72 336,202.08 494,966.00 308,629.86 695,866.00 200,900.00 Emergency Management 64,878.52 64,349.02 66,987.00 52,845.05 81,773.00 14,786.00 Public Works 1,632,915.34 1,601,502.04 1,804,647.00 1,057,023.42 1,894,136.00 89,489.00 Storm Drainage 11,374.92 7,500.00 12,000.00 5,625.00 12,000.00 0.00 Solid Waste Collection 271,925.42 256,174.41 150,000.00 79,304.17 90,000.00 ( 60,000.00) Cultural & Recreation 111,813.28 162,491.59 171,515.00 114,604.02 172,540.00 1,025.00 Recreation Centers 158,450.00 158,450.04 168,950.00 124,670.84 168,950.00 0.00 Lifeguards 384,907.71 404,377.45 448,922.00 189,575.72 496,821.00 47,899.00 Beach Related 117,213.90 78,317.16 102,700.00 58,520.86 125,300.00 22,600.00 Museums 108,707.00 34,836.00 41,337.00 41,337.00 41,337.00 0.00 Parks Administration 204,271.07 235,960.31 270,650.00 185,177.59 265,068.00 ( 5,582.00) Park Areas - Concession 0.00 19,829.28 97,485.00 75,150.25 78,300.00 ( 19,185.00) Parkways and Boulevards 0.00 0.00 224,000.00 12,500.00 586,500.00 362,500.00 Zoning and Inspection 198,552.10 244,892.29 309,049.00 201,315.60 341,252.00 32,203.00 Better Hometown 98,657.73 95,183.65 110,399.00 73,749.22 100,489.00 ( 9,910.00) 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 2 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund FINANCIAL SUMMARY ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ Community Development 12,172.68 17,170.00 33,448.00 33,661.68 25,000.00 ( 8,448.00) Parking 911,755.40 440,558.81 609,084.00 337,958.29 583,615.00 ( 25,469.00) Debt Service 65,424.32 74,941.64 70,549.00 56,154.72 0.00 ( 70,549.00) Other Financing Uses 200,267.11 318,276.00 3,016,708.00 353,974.57 2,563,651.00 ( 453,057.00) TOTAL EXPENDITURES 9,312,190.41 8,952,721.59 13,289,975.00 6,853,760.96 14,083,961.80 793,986.80 ============== ============== ============== ============== ============== ============== REVENUE OVER/(UNDER) EXPENDITURES 1,180,172.17 1,347,440.24 0.00 ( 472,326.04) 0.00 0.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 3 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund REVENUES Y ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ TAXES 00-31.1100 Real Property Tax - Current 1,514,646.96 1,561,422.01 1,550,000.00 959,857.83 1,600,000.00 50,000.00 00-31.1200 Property Tax Prior Yrs 165,048.21 159,759.19 170,000.00 104,712.17 170,000.00 0.00 00-31.1310 Motor Vehicle Tax Tag Settl 48,092.04 24,962.47 20,000.00 11,112.53 7,000.00 ( 13,000.00) 00-31.1315 TAVT - Motor Vehicle Tax 129,442.14 101,538.44 70,000.00 55,287.04 100,000.00 30,000.00 00-31.1317 AVT Transportation Taxes 0.00 2,435.39 1,100.00 0.00 1,100.00 0.00 00-31.1320 Property Tax - Mobile Homes 368.41 315.86 150.00 109.84 100.00 ( 50.00) 00-31.1340 Personal Property - Intangi 33,446.75 37,046.95 23,000.00 17,647.04 30,000.00 7,000.00 00-31.1600 Real Estate Trans Tax 14,630.22 14,020.21 8,500.00 7,488.30 11,000.00 2,500.00 00-31.1710 Franchise Tax Electric 325,361.29 330,926.77 322,900.00 322,938.39 320,000.00 ( 2,900.00) 00-31.1750 Franchise Tax - Cable TV 122,357.84 133,619.55 100,000.00 65,875.46 125,000.00 25,000.00 00-31.1760 Franchise Tax Telephone 12,941.07 10,702.52 13,000.00 4,929.63 10,000.00 ( 3,000.00) 00-31.3100 Sales & Use Tax Rev (LOST) 1,157,975.34 1,132,807.21 1,050,000.00 773,705.36 1,120,000.00 70,000.00 00-31.3103 Energy Excise Tax 16,299.35 17,642.17 14,700.00 14,750.20 16,000.00 1,300.00 00-31.4200 Alcohol Bev Excise Tax 204,073.90 214,491.28 190,000.00 134,572.16 205,000.00 15,000.00 00-31.4300 Local 3% Alcohol Tax 127,642.52 136,502.10 120,000.00 77,667.38 130,000.00 10,000.00 00-31.6100 Business-Occupational Tax 57,211.50 66,039.00 57,000.00 56,059.00 570.00 ( 56,430.00) 00-31.6101 Admin Fees - Business Licen 4,380.00 5,160.00 4,100.00 4,450.00 4,100.00 0.00 00-31.6200 Insurance Premium Tax 161,264.98 172,285.12 186,000.00 186,618.26 180,000.00 ( 6,000.00) 00-31.6225 Insurance Company Taxes 1,120.00 1,160.00 1,000.00 980.00 1,000.00 0.00 00-31.9111 Int Delq Tax Real Property 0.00 0.00 1,300.00 1,243.27 1,500.00 200.00 00-31.9900 Late Charge Revenues 2,231.79 1,555.25 2,400.00 1,377.16 1,500.00 ( 900.00) TOTAL TAXES 4,098,534.31 4,124,391.49 3,905,150.00 2,801,381.02 4,033,870.00 128,720.00 LICENSES & PERMITS 00-32.2990 Engineering Review 7,131.00 6,431.27 4,800.00 4,593.75 4,000.00 ( 800.00) 00-32.2995 Land Disturbing Fees 300.00 600.00 300.00 300.00 300.00 0.00 00-32.3000 Regulatory Fees 102,097.50 104,450.00 100,000.00 98,865.00 100,000.00 0.00 00-32.3101 Building Permits 81,734.29 81,531.88 78,000.00 78,483.32 80,000.00 2,000.00 00-32.3103 Palms Up Fees 12,925.00 0.00 1,000.00 1,900.00 1,000.00 0.00 00-32.3120 Building Inspections 21,982.50 25,285.85 23,000.00 22,633.74 20,000.00 ( 3,000.00) 00-32.3200 Film Permitting Fee 1,475.00 1,250.00 11,000.00 9,250.00 10,000.00 ( 1,000.00) 00-32.3900 Zoning Variance Requests 2,450.00 1,450.00 1,000.00 600.00 1,000.00 0.00 00-32.3901 Recording Fees 4,375.00 1,750.00 2,000.00 1,125.00 1,200.00 ( 800.00) 00-32.3912 Short-Term Registration 0.00 0.00 6,000.00 5,525.00 10,000.00 4,000.00 00-32.4100 Business License Penalty 625.20 1,172.50 500.00 600.00 500.00 0.00 TOTAL LICENSES & PERMITS 235,095.49 223,921.50 227,600.00 223,875.81 228,000.00 400.00 INTERGOVERNMENTAL 00-33.1010 Coastal Incentive Grant 0.00 0.00 30,000.00 30,000.00 0.00 ( 30,000.00) 00-33.1011 Gov Hwy Safety Grant Revenu 7,998.00 10,000.00 0.00 0.00 0.00 0.00 00-33.1025 Grant - DNR 0.00 13,690.11 14,400.00 4,925.00 0.00 ( 14,400.00) 00-33.4400 DOT LMIG Grant Rev (estimat 34,664.93 34,584.20 44,808.00 44,808.46 45,000.00 192.00 00-33.4403 Grant Revenue - GEFA 20,927.36 0.00 0.00 0.00 0.00 0.00 00-33.4410 GDOT Grant Revenue 0.00 0.00 199,000.00 0.00 199,000.00 0.00 00-33.4450 Grant - Dept Economic Devlo 20,000.00 0.00 0.00 0.00 0.00 0.00 TOTAL INTERGOVERNMENTAL 83,590.29 58,274.31 288,208.00 79,733.46 244,000.00 ( 44,208.00) CHARGES FOR SERVICES 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 4 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund REVENUES Y ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ 00-34.1400 Printing-Duplicating Servic 1,980.96 1,782.66 1,800.00 1,575.50 0.00 ( 1,800.00) 00-34.1500 Taxable Sales - Cashier 17.86 0.00 0.00 0.00 1,600.00 1,600.00 00-34.1910 Election Qualifying Fee 0.00 612.00 0.00 0.00 600.00 600.00 00-34.2120 Police Svcs- Accident Rep 500.00 0.00 100.00 0.00 0.00 ( 100.00) 00-34.2200 Fire Protect Subscriptions 11,705.00 14,545.16 14,500.00 12,702.64 14,500.00 0.00 00-34.2900 Chatham Cty Salary Reimburs 72,097.01 80,326.55 65,000.00 63,229.67 70,000.00 5,000.00 00-34.2904 Fire Cost Reimbursement 0.00 0.00 120.00 120.00 0.00 ( 120.00) 00-34.2905 DPW Cost Reimbursement 1,805.00 750.00 300.00 200.00 0.00 ( 300.00) 00-34.2906 Parking Cost Reimbursement 22,053.50 136,333.10 20,000.00 6,260.00 300.00 ( 19,700.00) 00-34.4150 City Dump Revenue 0.00 25,328.00 26,000.00 25,569.00 30,000.00 4,000.00 00-34.5415 Parking Revenue Meters 170,038.23 6,082.25 0.00 150.00 0.00 0.00 00-34.5416 Parking Rev Decal/Multiday 246,397.00 249,069.20 240,000.00 149,175.00 240,000.00 0.00 00-34.5418 Parking Rev- Pay/Display 2,594,614.71 2,840,489.62 2,725,000.00 1,757,377.02 2,900,000.00 175,000.00 00-34.5419 Parking Revenue - Jaycee Pa 1,068.91 1,296.31 800.00 535.20 800.00 0.00 00-34.5420 Processing Fee 1,165.53 1,341.00 1,000.00 1,002.00 1,000.00 0.00 00-34.6100 Animal Control-Shelter Fees 25.00 0.00 0.00 0.00 0.00 0.00 00-34.6410 Background Check Fees 4,771.00 3,947.50 3,000.00 2,951.50 3,000.00 0.00 00-34.6901 Vehicle Impound Fees 1,430.00 0.00 100.00 0.00 0.00 ( 100.00) 00-34.7501 City Facilities Rentals 37,215.00 48,110.00 42,000.00 27,100.00 42,000.00 0.00 00-34.7502 Concession Sales 0.00 0.00 14,050.00 13,989.80 0.00 ( 14,050.00) 00-34.7532 Vending Machine Revenue 0.00 0.00 1,200.00 1,111.36 0.00 ( 1,200.00) 00-34.7533 Campgrd Trolley Tickets 1,205.26 1,686.78 300.00 239.00 0.00 ( 300.00) 00-34.7534 Campgrd Misc Revenue 0.00 ( 4.00) 0.00 0.00 0.00 0.00 00-34.9301 Returned Ck Fees General 0.00 96.00 50.00 0.00 0.00 ( 50.00) 00-34.9303 Returned Ck Fees Parking 222.00 160.00 250.00 96.00 100.00 ( 150.00) TOTAL CHARGES FOR SERVICES 3,168,311.97 3,411,952.13 3,155,570.00 2,063,383.69 3,303,900.00 148,330.00 FINES & FORFEITURES 00-35.1170 Police Fines City Portion 453,827.81 421,869.28 490,000.00 0.00 420,000.00 ( 70,000.00) 00-35.1172 Information Tech Fees 26,725.59 50,055.00 18,000.00 0.00 18,000.00 0.00 00-35.1174 Court Cost 47,574.60 89,697.38 32,000.00 0.00 32,000.00 0.00 00-35.1175 Fines and Violations - Park 285,158.05 253,772.93 280,000.00 205,616.50 280,000.00 0.00 00-35.1176 Late Fees - Parking 49,010.43 33,869.07 45,000.00 29,188.00 35,000.00 ( 10,000.00) 00-35.1900 Other Fines Police/Court 3,268.96 8,642.79 9,000.00 5,590.00 0.00 ( 9,000.00) TOTAL FINES & FORFEITURES 865,565.44 857,906.45 874,000.00 240,394.50 785,000.00 ( 89,000.00) INVESTMENT INCOME 00-36.1000 Interest Revenue 10,137.16 17,755.83 15,000.00 14,902.66 15,000.00 0.00 TOTAL INVESTMENT INCOME 10,137.16 17,755.83 15,000.00 14,902.66 15,000.00 0.00 CONTRIBUTIONS & DONATIONS 00-37.4401 BHT Donations 375.00 410.00 3,000.00 200.00 0.00 ( 3,000.00) TOTAL CONTRIBUTIONS & DONATIONS 375.00 410.00 3,000.00 200.00 0.00 ( 3,000.00) MISCELLANEOUS 00-38.1003 Lease - Shrine Club 1,649.59 1,670.10 1,600.00 1,257.75 1,600.00 0.00 00-38.1005 Rents-Royalty-Misc 2,000.00 1.00 1.00 1.00 ( 0.01) ( 1.01) 00-38.1006 Lease - North Beach Grill 17,155.95 17,794.96 17,400.00 16,561.70 17,000.00 ( 400.00) 00-38.1007 YMCA - Non Member Fee 0.00 872.00 500.00 0.00 500.00 0.00 00-38.1010 Cremation Wall 225.00 450.00 300.00 225.00 200.00 ( 100.00) 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 5 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund REVENUES Y ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ 00-38.3000 Damaged Property Reimbursem 95.00 417.53 100.00 0.00 0.00 ( 100.00) 00-38.9003 Miscellaneous Revenue 69,077.75 18,057.53 54,000.00 53,754.33 10,000.00 ( 44,000.00) TOTAL MISCELLANEOUS 90,203.29 39,263.12 73,901.00 71,799.78 29,299.99 ( 44,601.01) OTHER FINANCING SOURCES 00-39.1100 Transfer In 302,000.00 0.00 157,000.00 0.00 0.00 ( 157,000.00) 00-39.1200 H/M Transfer In 1,443,316.13 1,566,287.00 1,385,000.00 885,764.00 1,412,501.00 27,501.00 00-39.1300 Prior Yr Fund Balance 1,556.00 0.00 3,205,546.00 0.00 4,032,390.81 826,844.81 00-39.2100 Sale of Assets 26,077.50 0.00 0.00 0.00 0.00 0.00 00-39.3526 SunTrust Bank Loan Proc - P 167,600.00 0.00 0.00 0.00 0.00 0.00 TOTAL OTHER FINANCING SOURCES 1,940,549.63 1,566,287.00 4,747,546.00 885,764.00 5,444,891.81 697,345.81 TOTAL REVENUES 10,492,362.58 10,300,161.83 13,289,975.00 6,381,434.92 14,083,961.80 793,986.80 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 6 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Mayor and Council EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1110-51-1100 Salaries & Wages 20,400.00 28,600.00 28,800.00 31,000.00 37,200.00 8,400.00 1110-51-1400 Mayor Benefits 8,025.00 8,300.00 8,400.00 7,000.00 8,400.00 0.00 1110-51-2200 FICA Soc Sec Contribution 1,741.46 2,139.00 5,134.00 2,356.00 5,150.00 16.00 1110-51-2300 FICA Medicare Contributio 407.25 683.85 1,201.00 551.00 1,200.00 ( 1.00) TOTAL PERSONNEL 30,573.71 39,722.85 43,535.00 40,907.00 51,950.00 8,415.00 SERVICES 1110-52-1201 Studies, Surveys, Consult 13,094.00 1,685.00 5,000.00 4,024.98 5,000.00 0.00 1110-52-1232 Videographer 0.00 0.00 0.00 0.00 395.00 395.00 1110-52-2110 Garbage Charges 389.90 406.44 395.00 304.08 0.00 ( 395.00) 1110-52-3100 Property & Liability Insu 91,742.61 116,735.24 110,800.00 80,010.46 100,800.00 ( 10,000.00) 1110-52-3220 Postage/ Freight 112.59 153.60 200.00 62.92 200.00 0.00 1110-52-3300 Advertisment 0.00 20.00 0.00 10.00 0.00 0.00 1110-52-3501 Travel & Related - Mayor 2,034.14 4,597.38 4,500.00 2,258.70 4,500.00 0.00 1110-52-3502 Council travel - W.Doyle 1,556.36 2,504.76 3,300.00 1,723.51 3,300.00 0.00 1110-52-3503 Council Travel- B. Brown 905.85 729.00 3,300.00 838.72 3,300.00 0.00 1110-52-3504 Council travel - Rob Call 439.84 324.60 0.00 0.00 0.00 0.00 1110-52-3505 Council travel - B.Garbet 1,011.12 1,135.24 3,300.00 1,379.76 3,300.00 0.00 1110-52-3506 Council travel - Monty Pa 657.88 2,020.00 3,300.00 2,667.61 3,300.00 0.00 1110-52-3507 Council travel - Paul Wol 3,058.40 2,459.64 2,000.00 259.34 500.00 ( 1,500.00) 1110-52-3508 Council Travel - Julie Li 0.00 258.00 3,300.00 1,025.20 3,300.00 0.00 1110-52-3509 Council - John Major 0.00 317.08 3,300.00 0.00 3,300.00 0.00 1110-52-3600 Dues and Membership Fees 8,630.98 9,537.10 11,000.00 10,851.11 12,000.00 1,000.00 1110-52-3700 Education & Training - Co 0.00 0.00 0.00 0.00 2,000.00 2,000.00 1110-52-3701 Education & Training - Ma 475.00 1,840.00 2,000.00 1,216.20 2,000.00 0.00 1110-52-3702 Education - W.Doyle 1,710.00 1,160.00 2,000.00 720.00 2,000.00 0.00 1110-52-3703 Education - B Brown 950.00 610.00 2,000.00 580.00 2,000.00 0.00 1110-52-3704 Education - Rob Callahan 1,125.00 350.00 0.00 0.00 0.00 0.00 1110-52-3705 Education -B.Garbett 1,435.00 1,450.00 2,000.00 1,065.00 2,000.00 0.00 1110-52-3706 Education - M.Parks 1,200.00 1,085.00 2,000.00 50.00 2,000.00 0.00 1110-52-3707 Education - Paul Wolf 1,075.00 1,387.88 0.00 0.00 0.00 0.00 1110-52-3710 Education - Julie Livings 0.00 725.00 2,800.00 1,720.00 2,000.00 ( 800.00) 1110-52-3711 Education - John Major 0.00 375.00 200.00 0.00 2,000.00 1,800.00 TOTAL SERVICES 131,603.67 151,865.96 166,695.00 110,767.59 159,195.00 ( 7,500.00) SUPPLIES 1110-53-1100 Supplies & Materials 3,145.39 1,179.89 1,250.00 1,222.49 1,250.00 0.00 1110-53-1210 Water/Sewer Charges 290.73 353.82 250.00 416.08 250.00 0.00 1110-53-1230 Electricity 6,860.95 7,250.40 7,200.00 4,688.18 7,200.00 0.00 1110-53-1310 Food - Officials & Functi 4,451.12 3,406.92 4,200.00 1,696.45 4,200.00 0.00 1110-53-1710 Volunteer Appreciation 199.94 0.00 300.00 0.00 300.00 0.00 1110-53-1720 Uniforms 0.00 0.00 300.00 112.25 300.00 0.00 TOTAL SUPPLIES 14,948.13 12,191.03 13,500.00 8,135.45 13,500.00 0.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 7 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Mayor and Council EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 1110-57-2100 Flowers 579.88 384.77 500.00 415.00 600.00 100.00 TOTAL OTHER COSTS 579.88 384.77 500.00 415.00 600.00 100.00 TOTAL Mayor and Council 177,705.39 204,164.61 224,230.00 160,225.04 225,245.00 1,015.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 8 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Clerk of Council EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1130-51-1100 Salaries & Wages 54,562.55 55,791.29 55,212.00 42,716.98 57,965.00 2,753.00 1130-51-1400 Employee Benefits 1,200.00 1,200.00 1,200.00 1,000.00 3,000.00 1,800.00 1130-51-2100 Health Insurance Benefits 6,348.76 6,716.10 7,116.00 6,145.10 8,587.00 1,471.00 1130-51-2200 FICA Soc Sec Contribution 3,426.25 3,471.53 3,498.00 2,660.44 3,780.00 282.00 1130-51-2300 FICA Medicare Contributio 801.28 811.86 818.00 622.19 884.00 66.00 1130-51-2400 Retirement Contributions 6,200.00 5,599.80 6,111.00 4,583.16 5,630.00 ( 481.00) 1130-51-2700 Workers Compensation 149.35 170.76 181.00 168.19 195.00 14.00 TOTAL PERSONNEL 72,688.19 73,761.34 74,136.00 57,896.06 80,041.00 5,905.00 SERVICES 1130-52-1110 Recodification Service 6,790.32 5,114.70 3,500.00 2,898.69 3,500.00 0.00 1130-52-1125 Election Expense 0.00 0.00 4,049.00 0.00 4,049.00 0.00 1130-52-1325 Contract Service - Class 0.00 372.00 0.00 0.00 0.00 0.00 1130-52-2110 Garbage Charges 12.80 11.34 50.00 11.39 50.00 0.00 1130-52-3100 Property/Liability Insura 235.49 283.00 400.00 317.56 400.00 0.00 1130-52-3300 Advertising 1,400.64 1,302.30 1,500.00 347.48 1,500.00 0.00 1130-52-3500 Travel & Related Expenses 1,965.02 2,344.01 2,770.00 2,075.95 2,770.00 0.00 1130-52-3600 Dues & Fees 227.50 255.00 300.00 241.98 300.00 0.00 1130-52-3700 Educ & Training 1,250.00 2,035.00 2,080.00 1,455.00 2,080.00 0.00 1130-52-3930 Record Management 759.80 205.00 500.00 0.00 500.00 0.00 TOTAL SERVICES 12,641.57 11,922.35 15,149.00 7,348.05 15,149.00 0.00 SUPPLIES 1130-53-1100 Supplies & Materials 4,746.71 2,867.16 3,500.00 886.31 2,000.00 ( 1,500.00) 1130-53-1115 Supplies - Mayors Motorca 0.00 0.00 300.00 274.42 400.00 100.00 1130-53-1150 Supplies & Materials - Ev 1,897.72 2,040.35 3,000.00 0.00 3,000.00 0.00 1130-53-1210 Water/Sewer Chgs 7.26 9.79 45.00 11.47 45.00 0.00 1130-53-1230 Electricity 189.02 199.75 500.00 129.16 500.00 0.00 1130-53-1600 Small equipment 0.00 1,529.69 0.00 0.00 0.00 0.00 1130-53-1720 Uniforms 493.62 156.02 200.00 120.03 200.00 0.00 TOTAL SUPPLIES 7,334.33 6,802.76 7,545.00 1,421.39 6,145.00 ( 1,400.00) DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 1130-57-3000 Payment to Others 0.00 4,519.81 7,000.00 3,614.46 7,000.00 0.00 TOTAL OTHER COSTS 0.00 4,519.81 7,000.00 3,614.46 7,000.00 0.00 TOTAL Clerk of Council 92,664.09 97,006.26 103,830.00 70,279.96 108,335.00 4,505.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 9 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund City Manager EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1320-51-1100 Salaries & Wages 133,053.90 143,792.62 141,872.00 111,090.30 163,582.00 21,710.00 1320-51-1300 Overtime 0.00 0.00 500.00 4,179.27 500.00 0.00 1320-51-1400 Employee Benefits 1,200.00 1,200.00 1,200.00 800.00 1,200.00 0.00 1320-51-2100 Health Insurance Benefits 16,444.28 17,480.88 18,482.00 14,157.38 34,847.00 16,365.00 1320-51-2200 FICA Soc Sec Contribution 8,199.67 8,865.55 10,823.00 7,105.69 10,247.00 ( 576.00) 1320-51-2300 FICA Medicare Contributio 1,917.54 2,073.43 2,537.00 1,661.87 2,397.00 ( 140.00) 1320-51-2400 Retirement Contributions 16,025.00 13,866.72 14,089.00 10,566.63 13,915.00 ( 174.00) 1320-51-2700 Workers Compensation 490.00 511.32 777.00 784.21 893.00 116.00 TOTAL PERSONNEL 177,330.39 187,790.52 190,280.00 150,345.35 227,581.00 37,301.00 SERVICES 1320-52-1300 Contract Services 0.00 0.00 85,000.00 39,780.00 25,000.00 ( 60,000.00) 1320-52-1325 Contract Service - Class 0.00 743.00 0.00 0.00 0.00 0.00 1320-52-2110 Garbage Charges 32.59 32.10 37.00 20.93 40.00 3.00 1320-52-3100 Property/Liability Insura 616.68 745.17 1,009.00 840.22 1,000.00 ( 9.00) 1320-52-3220 Postage/ Freight 1,166.82 1,233.12 1,400.00 1,211.32 1,400.00 0.00 1320-52-3300 Advertising 60.00 120.00 60.00 40.00 60.00 0.00 1320-52-3500 Travel & Related Expenses 1,762.32 1,204.78 1,400.00 708.48 1,400.00 0.00 1320-52-3600 Dues & Fees 1,097.00 4,152.73 4,400.00 1,530.07 4,400.00 0.00 1320-52-3700 Educ & Training 2,214.00 765.00 2,300.00 0.00 2,300.00 0.00 TOTAL SERVICES 6,949.41 8,995.90 95,606.00 44,131.02 35,600.00 ( 60,006.00) SUPPLIES 1320-53-1100 Supplies & Materials 1,395.79 757.07 1,500.00 680.95 1,500.00 0.00 1320-53-1210 Water/Sewer Charges 22.82 27.83 35.00 32.73 40.00 5.00 1320-53-1230 Electricity 539.74 570.37 650.00 368.83 600.00 ( 50.00) 1320-53-1310 Food - Officials & Functi 0.00 0.00 600.00 245.92 600.00 0.00 1320-53-1720 Uniforms 0.00 0.00 0.00 0.00 200.00 200.00 TOTAL SUPPLIES 1,958.35 1,355.27 2,785.00 1,328.43 2,940.00 155.00 OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ TOTAL City Manager 186,238.15 198,141.69 288,671.00 195,804.80 266,121.00 ( 22,550.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 10 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1510-51-1100 Salaries & Wages 86,520.74 91,031.94 90,326.00 69,860.06 94,829.00 4,503.00 1510-51-1400 Employee Benefits 1,200.00 1,200.00 1,200.00 1,000.00 1,200.00 0.00 1510-51-2100 Health Insurance Benefits 5,990.30 6,892.50 7,291.00 6,292.20 8,790.00 1,499.00 1510-51-2200 FICA Soc Sec Contribution 5,345.61 5,594.41 5,675.00 4,265.70 5,954.00 279.00 1510-51-2300 FICA Medicare Contributio 1,250.31 1,308.39 1,327.00 997.54 1,392.00 65.00 1510-51-2400 Retirement Contributions 8,980.00 8,062.95 9,242.00 6,931.35 9,075.00 ( 167.00) 1510-51-2700 Workers Compensation 160.06 239.06 293.00 283.78 307.00 14.00 TOTAL PERSONNEL 109,447.02 114,329.25 115,354.00 89,630.63 121,547.00 6,193.00 SERVICES 1510-52-1325 Contract Services - Class 0.00 372.00 0.00 0.00 0.00 0.00 1510-52-3100 Property/Liability Insura 1,184.40 1,423.38 1,960.00 1,622.18 1,900.00 ( 60.00) 1510-52-3500 Travel & Related Expenses 4,574.24 475.40 4,000.00 2,246.58 4,000.00 0.00 1510-52-3600 Dues & Fees 25.00 210.00 300.00 120.00 300.00 0.00 1510-52-3700 Educ & Training 1,748.00 780.00 4,640.00 2,237.25 4,600.00 ( 40.00) TOTAL SERVICES 7,531.64 3,260.78 10,900.00 6,226.01 10,800.00 ( 100.00) SUPPLIES 1510-53-1100 Supplies & Materials 967.94 288.33 300.00 195.67 300.00 0.00 1510-53-1210 Water/Sewer Chgs 57.04 84.83 65.00 81.84 100.00 35.00 1510-53-1230 Electricity 1,349.54 1,272.45 1,500.00 950.14 1,500.00 0.00 1510-53-1400 Books/Periodicals 0.00 0.00 200.00 0.00 0.00 ( 200.00) 1510-53-1600 Small Equipment 449.00 661.96 500.00 0.00 0.00 ( 500.00) 1510-53-1703 Cash- Over/Short ( 0.40) 0.00 0.00 0.00 0.00 0.00 TOTAL SUPPLIES 2,823.12 2,307.57 2,565.00 1,227.65 1,900.00 ( 665.00) OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Finance 119,801.78 119,897.60 128,819.00 97,084.29 134,247.00 5,428.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 11 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance - Accounting EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1512-51-1100 Salaries & Wages 53,754.00 103,452.80 162,936.00 91,521.82 170,310.00 7,374.00 1512-51-1300 Overtime 1,059.23 1,119.43 2,850.00 1,979.57 2,500.00 ( 350.00) 1512-51-1400 Employee Benefits 200.00 3,100.00 3,000.00 3,500.00 4,200.00 1,200.00 1512-51-2100 Health Insurance Benefits 12,989.82 20,827.42 33,919.00 23,185.52 47,003.80 13,084.80 1512-51-2200 FICA Soc Sec Contribution 3,121.77 6,859.93 7,160.00 5,963.98 10,559.00 3,399.00 1512-51-2300 FICA Medicare Contributio 730.07 1,604.10 1,675.00 1,394.86 2,470.00 795.00 1512-51-2400 Retirement Contribution 8,342.54 11,261.00 10,024.00 8,318.16 9,765.00 ( 259.00) 1512-51-2700 Workers Compensation 170.04 237.80 407.00 483.18 456.00 49.00 TOTAL PERSONNEL 80,367.47 148,462.48 221,971.00 136,347.09 247,263.80 25,292.80 SERVICES 1512-52-1105 County Tax Billing Admin 21,729.83 21,871.64 25,000.00 19,436.71 25,000.00 0.00 1512-52-1221 Audit Accounting Fees 23,000.00 29,900.00 29,900.00 29,700.00 37,000.00 7,100.00 1512-52-1300 Service Contracts 2,370.00 2,764.29 35,788.00 900.72 35,000.00 ( 788.00) 1512-52-1325 Contract Services - Class 0.00 372.00 0.00 0.00 0.00 0.00 1512-52-2110 Garbage Charges 78.38 97.89 270.00 74.26 270.00 0.00 1512-52-3100 Property & Liability Insu 0.00 0.00 0.00 0.00 400.00 400.00 1512-52-3220 Postage & Freight 280.50 212.56 400.00 118.56 400.00 0.00 1512-52-3300 Advertising 4,988.82 1,625.00 7,200.00 1,850.00 5,200.00 ( 2,000.00) 1512-52-3400 Printing & Binding 457.76 0.00 1,150.00 0.00 1,200.00 50.00 1512-52-3500 Travel & Related 3,131.26 2,205.99 2,600.00 288.02 4,000.00 1,400.00 1512-52-3600 Dues and Fees 455.86 359.48 500.00 293.04 500.00 0.00 1512-52-3700 Education and Training 2,621.00 1,728.34 1,800.00 0.00 2,500.00 700.00 1512-52-3850 Contract Labor 8,144.04 7,605.13 20,000.00 6,999.81 20,000.00 0.00 1512-52-3990 Service Charges, Late Fee 31,213.06 37,648.74 35,000.00 24,395.03 40,000.00 5,000.00 TOTAL SERVICES 98,470.51 106,391.06 159,608.00 84,056.15 171,470.00 11,862.00 SUPPLIES 1512-53-1100 Supplies & Materials 3,646.68 3,661.15 4,000.00 1,613.32 4,000.00 0.00 1512-53-1600 Small Equipment 1,725.00 1,599.57 5,000.00 0.00 5,000.00 0.00 1512-53-1703 Cash - Over/Short Deposi( 193.46) 5.85 100.00 ( 11.27) 100.00 0.00 TOTAL SUPPLIES 5,178.22 5,266.57 9,100.00 1,602.05 9,100.00 0.00 CAPITAL OUTLAY 1512-54-2100 Machinery & Equipment 7,862.00 0.00 0.00 0.00 0.00 0.00 TOTAL CAPITAL OUTLAY 7,862.00 0.00 0.00 0.00 0.00 0.00 INTERFUND/INTERDEPARTMENT 1512-55-1010 Indirect Allocation - Ac( 84,663.96) ( 84,663.96) ( 125,028.00) ( 116,689.80) ( 125,028.00) 0.00 TOTAL INTERFUND/INTERDEPARTMENT ( 84,663.96) ( 84,663.96) ( 125,028.00) ( 116,689.80) ( 125,028.00) 0.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 12 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance - Accounting EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Finance - Accounting 107,214.24 175,456.15 265,651.00 105,315.49 302,805.80 37,154.80 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 13 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance - Revenue Admin EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1514-51-1100 Salaries & Wages 23,347.45 33,700.00 39,799.00 8,575.00 0.00 ( 39,799.00) 1514-51-1300 Overtime 103.05 82.44 952.00 41.22 0.00 ( 952.00) 1514-51-1400 Employee Benefits 500.00 400.00 1,200.00 0.00 0.00 ( 1,200.00) 1514-51-2100 Health Insurance Benefits 3,335.79 4,556.72 5,134.00 1,853.94 0.00 ( 5,134.00) 1514-51-2200 FICA Soc Sec Contribution 1,461.77 2,007.43 2,526.00 534.21 0.00 ( 2,526.00) 1514-51-2300 FICA Medicare Contributio 341.88 452.93 591.00 124.94 0.00 ( 591.00) 1514-51-2400 Retirement Contributions 0.00 0.00 4,543.00 4,453.60 0.00 ( 4,543.00) 1514-51-2700 WorkersCompensation 28.50 54.26 163.00 0.00 0.00 ( 163.00) TOTAL PERSONNEL 29,118.44 41,253.78 54,908.00 15,582.91 0.00 ( 54,908.00) SERVICES ______________ ______________ ______________ ______________ ______________ ______________ SUPPLIES 1514-53-1100 Supplies & Materials 150.00 150.00 150.00 112.24 0.00 ( 150.00) TOTAL SUPPLIES 150.00 150.00 150.00 112.24 0.00 ( 150.00) TOTAL Finance - Revenue Admin 29,268.44 41,403.78 55,058.00 15,695.15 0.00 ( 55,058.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 14 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance - A/P EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1517-51-1100 Salaries & Wages 44,866.47 45,857.00 47,158.00 37,080.96 48,576.00 1,418.00 1517-51-1300 Overtime 755.29 1,399.53 500.00 2,216.79 500.00 0.00 1517-51-2100 Health Insurance Benefits 6,311.92 6,689.94 7,053.00 6,123.40 8,513.00 1,460.00 1517-51-2200 FICA Soc Sec Contribution 2,828.53 2,899.00 2,955.00 2,436.45 3,043.00 88.00 1517-51-2300 FICA Medicare Contributio 661.59 678.00 691.00 569.80 712.00 21.00 1517-51-2400 Retirement Contributions 4,960.00 4,996.84 4,925.00 3,693.69 4,710.00 ( 215.00) 1517-51-2700 Workers Compensation 138.57 136.60 153.00 138.74 157.00 4.00 TOTAL PERSONNEL 60,522.37 62,656.91 63,435.00 52,259.83 66,211.00 2,776.00 SERVICES 1517-52-1325 Contract Services - Class 0.00 372.00 0.00 0.00 0.00 0.00 1517-52-3220 Postage & Freight 487.52 665.07 3,000.00 708.20 1,000.00 ( 2,000.00) 1517-52-3500 Travel & Related 121.74 629.00 1,700.00 0.00 1,800.00 100.00 1517-52-3700 Education & Training 325.00 375.00 500.00 235.90 1,800.00 1,300.00 TOTAL SERVICES 934.26 2,041.07 5,200.00 944.10 4,600.00 ( 600.00) SUPPLIES 1517-53-1100 Supplies & Materials 737.46 405.06 3,200.00 512.19 1,500.00 ( 1,700.00) TOTAL SUPPLIES 737.46 405.06 3,200.00 512.19 1,500.00 ( 1,700.00) INTERFUND/INTERDEPARTMENT 1517-55-1005 Indirect Allocation - A ( 25,244.64) ( 25,244.64) ( 38,144.00) ( 31,795.70) ( 38,144.00) 0.00 TOTAL INTERFUND/INTERDEPARTMENT ( 25,244.64) ( 25,244.64) ( 38,144.00) ( 31,795.70) ( 38,144.00) 0.00 TOTAL Finance - A/P 36,949.45 39,858.40 33,691.00 21,920.42 34,167.00 476.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 15 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Finance - Payroll EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1519-51-1100 Salaries & Wages 34,707.24 25,398.00 18,730.00 0.00 38,154.00 19,424.00 1519-51-1300 Overtime 1,040.82 41.22 448.00 0.00 0.00 ( 448.00) 1519-51-1400 Employee Benefits 700.00 700.00 0.00 0.00 0.00 0.00 1519-51-2100 Health Insurance Benefits 4,989.97 2,200.00 2,416.00 0.00 10,768.00 8,352.00 1519-51-2200 FICA Soc Sec Contribution 2,160.02 1,640.00 1,190.00 0.00 2,366.00 1,176.00 1519-51-2300 FICA Medicare Contributio 505.15 400.00 278.00 0.00 554.00 276.00 1519-51-2400 Retirement Contributions 7,500.00 6,823.36 2,138.00 556.70 3,586.00 1,448.00 1519-51-2700 Workers Compensation 86.43 145.00 77.00 144.70 126.00 49.00 TOTAL PERSONNEL 51,689.63 37,347.58 25,277.00 701.40 55,554.00 30,277.00 SERVICES 1519-52-3220 Postage & Freight 49.83 0.00 0.00 0.00 0.00 0.00 1519-52-3500 Travel & Related 117.60 755.65 1,000.00 0.00 1,000.00 0.00 1519-52-3700 Education & Training 325.00 325.00 390.00 0.00 400.00 10.00 TOTAL SERVICES 492.43 1,080.65 1,390.00 0.00 1,400.00 10.00 SUPPLIES 1519-53-1100 Supplies & Materials 500.00 312.89 500.00 26.17 400.00 ( 100.00) TOTAL SUPPLIES 500.00 312.89 500.00 26.17 400.00 ( 100.00) INTERFUND/INTERDEPARTMENT 1519-55-1008 Indirect Allocation - P ( 4,895.64) ( 4,895.64) ( 12,831.00) ( 14,816.50) ( 12,831.00) 0.00 TOTAL INTERFUND/INTERDEPARTMENT ( 4,895.64) ( 4,895.64) ( 12,831.00) ( 14,816.50) ( 12,831.00) 0.00 TOTAL Finance - Payroll 47,786.42 33,845.48 14,336.00 ( 14,088.93) 44,523.00 30,187.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 16 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Law EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES 1530-52-1200 Legal Gen Government 0.00 495.00 0.00 0.00 0.00 0.00 1530-52-1203 Legal/Lawsuits/All Depts 158,456.00 226,757.37 246,000.00 171,757.12 240,000.00 ( 6,000.00) 1530-52-1204 Legal/Ethics Comm 0.00 0.00 0.00 0.00 2,000.00 2,000.00 TOTAL SERVICES 158,456.00 227,252.37 246,000.00 171,757.12 242,000.00 ( 4,000.00) INTERFUND/INTERDEPARTMENT 1530-55-5500 Insurance Deductibles - G 2,567.30 4,285.20 6,000.00 4,000.00 5,000.00 ( 1,000.00) TOTAL INTERFUND/INTERDEPARTMENT 2,567.30 4,285.20 6,000.00 4,000.00 5,000.00 ( 1,000.00) TOTAL Law 161,023.30 231,537.57 252,000.00 175,757.12 247,000.00 ( 5,000.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 17 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Information Technology EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1535-51-1100 Salaries & Wages 110,131.11 116,195.51 116,720.00 89,067.34 158,482.00 41,762.00 1535-51-1300 Overtime 0.00 181.70 6,000.00 244.90 7,000.00 1,000.00 1535-51-1400 Employee Benefits 6,000.00 6,000.00 7,000.00 5,000.00 9,000.00 2,000.00 1535-51-2100 Health Insurance Benefits 16,354.83 17,361.24 18,349.00 15,403.90 35,338.00 16,989.00 1535-51-2200 FICA Soc Sec Contribution 7,029.60 7,382.83 8,043.00 5,695.81 10,818.00 2,775.00 1535-51-2300 FICA Medicare Contributio 1,643.92 1,726.59 1,881.00 1,332.04 2,530.00 649.00 1535-51-2400 Retirement Contributions 14,774.99 13,072.95 12,513.00 9,384.12 12,000.00 ( 513.00) 1535-51-2700 Workers Compensation 310.64 324.65 415.00 328.97 558.00 143.00 TOTAL PERSONNEL 156,245.09 162,245.47 170,921.00 126,457.08 235,726.00 64,805.00 SERVICES 1535-52-1300 Service Contracts 140,432.83 161,774.50 236,000.00 215,966.96 233,560.00 ( 2,440.00) 1535-52-1325 Contract Services - Class 0.00 743.00 0.00 0.00 0.00 0.00 1535-52-2110 Garbage Charges 41.71 41.73 50.00 31.12 50.00 0.00 1535-52-2201 Repair/Maint-Buildings 2,043.09 1,075.00 5,000.00 3,336.47 5,000.00 0.00 1535-52-2203 Repair/Maint-Equipt 9,156.29 5,329.88 5,000.00 4,992.35 6,000.00 1,000.00 1535-52-2320 Rent- Equip & Vehicles 0.00 7,009.73 11,500.00 7,944.56 14,000.00 2,500.00 1535-52-3100 Property & Liability Insu 568.13 685.44 950.00 771.87 950.00 0.00 1535-52-3201 Telephone/Internet Costs 66,195.29 62,171.61 58,000.00 49,420.26 57,400.00 ( 600.00) 1535-52-3203 Cell Phones 7,635.53 5,559.84 0.00 0.00 0.00 0.00 1535-52-3500 Travel & Related Expenses 0.00 0.00 1,200.00 0.00 0.00 ( 1,200.00) 1535-52-3600 Dues and fees 0.00 0.00 0.00 18.51 100.00 100.00 1535-52-3700 Educ & Training 0.00 0.00 3,000.00 60.00 5,000.00 2,000.00 1535-52-3850 Contract Services 8,950.00 5,203.17 6,000.00 1,700.00 2,500.00 ( 3,500.00) TOTAL SERVICES 235,022.87 249,593.90 326,700.00 284,242.10 324,560.00 ( 2,140.00) SUPPLIES 1535-53-1100 Supplies & Materials 529.53 550.00 500.00 327.13 500.00 0.00 1535-53-1210 Water/Sewer Chgs 29.65 36.19 35.00 42.59 50.00 15.00 1535-53-1230 Electricity 701.89 895.35 1,000.00 479.57 500.00 ( 500.00) 1535-53-1600 Small Equipment 15,752.54 36,466.29 43,000.00 21,114.41 30,000.00 ( 13,000.00) TOTAL SUPPLIES 17,013.61 37,947.83 44,535.00 21,963.70 31,050.00 ( 13,485.00) CAPITAL OUTLAY 1535-54-2100 Machinery & Equipment 0.00 6,500.00 0.00 0.00 0.00 0.00 1535-54-2101 Backup Power Generator 45,893.00 0.00 0.00 0.00 0.00 0.00 1535-54-2300 Computer Room Equipment 99,999.20 0.00 0.00 0.00 125,000.00 125,000.00 1535-54-2400 Computers 40,850.81 14,548.54 15,000.00 6,267.88 15,000.00 0.00 TOTAL CAPITAL OUTLAY 186,743.01 21,048.54 15,000.00 6,267.88 140,000.00 125,000.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 18 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Information Technology EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ DEBT SERVICE ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Information Technology 595,024.58 470,835.74 557,156.00 438,930.76 731,336.00 174,180.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 19 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Human Resources EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1540-51-1100 Salaries & Wages 57,463.93 61,524.74 62,223.00 47,255.06 64,092.00 1,869.00 1540-51-1400 Employee Benefits 3,000.00 3,000.00 3,000.00 2,500.00 3,000.00 0.00 1540-51-2100 Health Insurance Benefits 6,379.48 6,756.90 7,132.00 6,179.20 8,605.00 1,473.00 1540-51-2200 FICA Soc Sec Contribution 3,635.97 3,879.64 4,044.00 3,006.68 4,160.00 116.00 1540-51-2300 FICA Medicare Contributio 850.35 907.33 946.00 703.16 973.00 27.00 1540-51-2400 Retirement Contributions 7,770.00 6,989.76 6,511.00 4,883.04 6,235.00 ( 276.00) 1540-51-2700 Workers Compensation 162.37 170.76 209.00 175.27 215.00 6.00 1540-51-2900 Wellness Benefits 3,320.88 3,410.54 3,500.00 600.00 3,000.00 ( 500.00) TOTAL PERSONNEL 82,582.98 86,639.67 87,565.00 65,302.41 90,280.00 2,715.00 SERVICES 1540-52-1120 Management Support Activi 1,606.56 1,575.96 1,700.00 1,379.50 1,700.00 0.00 1540-52-1231 Drug Testing 4,289.46 4,040.90 4,500.00 2,530.41 4,500.00 0.00 1540-52-1275 Employee Assistance Expen 3,000.00 3,000.00 3,000.00 3,000.00 3,000.00 0.00 1540-52-1300 Contract Services 0.00 0.00 0.00 91.00 0.00 0.00 1540-52-1325 Contract Services - Class 372.00 372.00 0.00 0.00 0.00 0.00 1540-52-2110 Garbage 25.20 24.45 30.00 18.15 30.00 0.00 1540-52-3100 Property & Liability Insu 173.07 206.19 280.00 229.65 280.00 0.00 1540-52-3220 Postage 342.15 322.57 400.00 221.28 450.00 50.00 1540-52-3300 Advertising 1,218.32 293.54 1,000.00 0.00 1,000.00 0.00 1540-52-3500 Travel & Related Expenses 682.00 571.00 900.00 0.00 900.00 0.00 1540-52-3600 Dues and Fees 285.00 315.00 300.00 300.00 425.00 125.00 1540-52-3700 Educ & Training 869.00 803.00 1,200.00 0.00 1,200.00 0.00 1540-52-3725 Education & Training -Int 0.00 0.00 2,000.00 0.00 2,000.00 0.00 1540-52-3850 Contract Services 0.00 0.00 1,500.00 338.35 1,500.00 0.00 TOTAL SERVICES 12,862.76 11,524.61 16,810.00 8,108.34 16,985.00 175.00 SUPPLIES 1540-53-1100 Supplies & Materials 864.51 567.60 914.00 473.41 900.00 ( 14.00) 1540-53-1210 Water Sewer Chgs 17.34 21.17 22.00 24.88 30.00 8.00 1540-53-1230 Electricity 410.40 433.71 464.00 280.44 575.00 111.00 1540-53-1312 Employee Appreciation Lun 964.19 2,145.90 2,500.00 888.17 2,500.00 0.00 1540-53-1710 Employee Appreciation Awa 889.75 323.71 500.00 212.53 500.00 0.00 1540-53-1720 Uniforms 193.77 0.00 0.00 0.00 0.00 0.00 TOTAL SUPPLIES 3,339.96 3,492.09 4,400.00 1,879.43 4,505.00 105.00 INTERFUND/INTERDEPARTMENT ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 1540-57-2012 Unitied Way Coastal Empir 0.00 0.00 2,800.00 2,742.13 3,200.00 400.00 1540-57-2100 Flowers 0.00 0.00 600.00 0.00 600.00 0.00 TOTAL OTHER COSTS 0.00 0.00 3,400.00 2,742.13 3,800.00 400.00 TOTAL Human Resources 98,785.70 101,656.37 112,175.00 78,032.31 115,570.00 3,395.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 20 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Bldg Maint & Allocations EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 1565-51-1100 Salaries & Wages 132,235.66 133,812.01 136,477.00 111,630.56 149,700.00 13,223.00 1565-51-1300 Overtime Wages 7,892.42 4,243.74 10,000.00 5,294.08 7,000.00 ( 3,000.00) 1565-51-1400 Employee Benefits 2,100.00 2,300.00 2,400.00 2,000.00 2,400.00 0.00 1565-51-2100 Health Insurance Benefits 27,294.34 30,638.84 36,199.00 29,922.40 43,439.00 7,240.00 1565-51-2200 FICA Soc Sec Contribution 8,818.19 8,702.04 9,234.00 7,374.46 9,864.00 630.00 1565-51-2300 FICA Medicare Contributio 2,062.36 2,035.14 2,175.00 1,724.75 2,307.00 132.00 1565-51-2400 Retirement Contributions 18,044.60 19,916.86 13,676.00 10,256.31 14,210.00 534.00 1565-51-2700 Workers Compensation 7,015.02 7,953.00 13,319.00 9,678.94 14,526.00 1,207.00 TOTAL PERSONNEL 205,462.59 209,601.63 223,480.00 177,881.50 243,446.00 19,966.00 SERVICES 1565-52-1325 Contract Services - Class 0.00 1,486.00 0.00 0.00 0.00 0.00 1565-52-2130 Custodial City Hall Build 6,600.00 6,600.00 6,600.00 5,500.00 140,000.00 133,400.00 1565-52-2200 Pest Control 3,749.73 3,401.32 3,720.00 3,719.94 3,800.00 80.00 1565-52-2201 Repair/Maintain-Buildings 47,133.74 53,107.49 39,380.00 19,047.53 39,000.00 ( 380.00) 1565-52-3100 Property & Liability Insu 109.51 1,305.37 22,310.00 6,084.62 10,000.00 ( 12,310.00) TOTAL SERVICES 57,592.98 65,900.18 72,010.00 34,352.09 192,800.00 120,790.00 SUPPLIES 1565-53-1100 Supplies/Materials 1,373.96 732.55 2,500.00 927.60 2,500.00 0.00 TOTAL SUPPLIES 1,373.96 732.55 2,500.00 927.60 2,500.00 0.00 CAPITAL OUTLAY 1565-54-1315 Building Improvements 18,900.00 642.36 10,000.00 0.00 160,000.00 150,000.00 1565-54-1319 Building Imprv Storm Dama 0.00 0.00 0.00 13,275.00 0.00 0.00 1565-54-2100 Machinery & Equipment 49,168.00 0.00 0.00 0.00 0.00 0.00 TOTAL CAPITAL OUTLAY 68,068.00 642.36 10,000.00 13,275.00 160,000.00 150,000.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Bldg Maint & Allocations 332,497.53 276,876.72 307,990.00 226,436.19 598,746.00 290,756.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 21 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Municipal Court EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 2650-51-1100 Salaries & Wages 0.00 0.00 86,550.00 60,645.90 91,225.00 4,675.00 2650-51-1300 Overtime 0.00 0.00 0.00 1,846.07 1,000.00 1,000.00 2650-51-1400 Employee Benefits 0.00 0.00 2,400.00 200.00 0.00 ( 2,400.00) 2650-51-2100 Health Insurance Benefits 0.00 0.00 14,089.00 10,572.23 20,679.00 6,590.00 2650-51-2200 FICA Soc Sec Contribution 0.00 0.00 5,367.00 3,886.88 5,718.00 351.00 2650-51-2300 FICA Medicare Contributio 0.00 0.00 1,255.00 909.03 1,337.00 82.00 2650-51-2400 Retirement Contributions 0.00 0.00 9,331.00 6,767.76 9,680.00 349.00 2650-51-2700 Workers Compensation 0.00 0.00 277.00 118.48 295.00 18.00 TOTAL PERSONNEL 0.00 0.00 119,269.00 84,946.35 129,934.00 10,665.00 SERVICES 2650-52-1101 Legal - Judge 2,400.00 2,400.00 10,000.00 1,800.00 10,000.00 0.00 2650-52-1300 Service Contracts 0.00 0.00 1,500.00 354.00 1,500.00 0.00 2650-52-1385 Custody - Food Supplies 0.00 0.00 0.00 0.00 600.00 600.00 2650-52-3100 Property/Liability Insura 0.00 0.00 200.00 0.00 200.00 0.00 2650-52-3500 Travel & Related Expenses 0.00 0.00 2,400.00 423.24 2,400.00 0.00 2650-52-3600 Dues & Fees 0.00 0.00 1,000.00 0.00 1,000.00 0.00 2650-52-3700 Educ & Training 0.00 0.00 4,500.00 0.00 4,500.00 0.00 TOTAL SERVICES 2,400.00 2,400.00 19,600.00 2,577.24 20,200.00 600.00 SUPPLIES 2650-53-1100 Supplies & Materials 0.00 0.00 300.00 299.41 300.00 0.00 2650-53-1400 Books/Periodicals 0.00 0.00 500.00 0.00 500.00 0.00 2650-53-1600 Small Equipment 0.00 0.00 1,200.00 0.00 1,200.00 0.00 2650-53-1703 Cash- Over/Short 0.00 0.00 100.00 0.00 100.00 0.00 TOTAL SUPPLIES 0.00 0.00 2,100.00 299.41 2,100.00 0.00 OTHER COSTS 2650-57-1008 Indigent Defense Fees 9,999.80 10,000.01 15,000.00 4,166.70 15,000.00 0.00 TOTAL OTHER COSTS 9,999.80 10,000.01 15,000.00 4,166.70 15,000.00 0.00 TOTAL Municipal Court 12,399.80 12,400.01 155,969.00 91,989.70 167,234.00 11,265.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 22 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Police Administration EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 3210-51-1100 Salaries & Wages 1,292,084.79 1,173,472.47 1,114,825.00 816,859.86 1,157,372.00 42,547.00 3210-51-1200 Part Time/Seasonal Wages 39,677.07 93,644.64 77,378.00 83,077.01 79,699.00 2,321.00 3210-51-1300 Overtime 74,262.80 79,826.97 50,000.00 53,028.86 50,000.00 0.00 3210-51-1400 Employee Benefits 7,694.58 9,500.00 7,200.00 6,400.00 9,600.00 2,400.00 3210-51-2100 Health Insurance Benefits 207,046.84 208,907.19 213,194.00 167,561.76 260,962.00 47,768.00 3210-51-2200 FICA Soc Sec Contribution 87,449.26 83,731.49 77,463.00 57,625.87 80,394.00 2,931.00 3210-51-2300 FICA Medicare Contributio 20,451.79 19,582.37 18,116.00 13,477.10 18,802.00 686.00 3210-51-2400 Retirement Contributions 140,861.03 122,389.89 117,844.00 89,229.75 111,555.00 ( 6,289.00) 3210-51-2700 Workers Compensation 50,245.96 53,664.96 68,079.00 61,189.72 67,969.00 ( 110.00) TOTAL PERSONNEL 1,919,774.12 1,844,719.98 1,744,099.00 1,348,449.93 1,836,353.00 92,254.00 SERVICES 3210-52-1225 Physical Evals 0.00 1,125.00 2,500.00 900.00 2,500.00 0.00 3210-52-1300 Equip Service Contracts 11,484.41 11,574.09 20,000.00 11,338.38 20,000.00 0.00 3210-52-1325 Contract Services - Class 5,151.50 10,685.50 0.00 0.00 0.00 0.00 3210-52-2110 Garbage Charges 584.40 610.29 800.00 427.92 0.00 ( 800.00) 3210-52-2130 Custodial 3,913.54 7,842.50 10,000.00 5,943.28 10,000.00 0.00 3210-52-2201 Repair/Maint-Buildings 966.77 1,836.89 3,000.00 1,381.07 5,000.00 2,000.00 3210-52-2202 Repair/Maint-Vehicles 20,724.09 20,469.83 29,200.00 26,126.85 28,000.00 ( 1,200.00) 3210-52-2203 Repair/Maint-Equipment 2,960.59 3,040.24 5,000.00 2,539.09 7,500.00 2,500.00 3210-52-2320 Rent-Equip & Vehicles 2,251.44 1,363.44 2,500.00 0.00 5,000.00 2,500.00 3210-52-3100 Property & Liability Insu 59,241.35 70,607.27 101,000.00 80,938.74 82,000.00 ( 19,000.00) 3210-52-3220 Postage/Freight 612.42 698.55 700.00 571.50 500.00 ( 200.00) 3210-52-3500 Travel & Related Expenses 15,884.11 16,651.67 22,000.00 19,899.83 19,700.00 ( 2,300.00) 3210-52-3600 Dues, Fees, Tags & Titles 844.20 1,488.30 2,000.00 1,579.00 2,000.00 0.00 3210-52-3602 Certifications 489.00 335.50 2,500.00 1,591.00 2,500.00 0.00 3210-52-3700 Educ &Training 9,298.00 18,065.00 17,500.00 14,558.46 17,500.00 0.00 3210-52-3850 Contract Labor 0.00 14,037.50 0.00 0.00 0.00 0.00 3210-52-3901 Credit Card Svc. Charges 2,018.50 3,814.34 5,000.00 1,107.18 4,000.00 ( 1,000.00) TOTAL SERVICES 136,424.32 184,245.91 223,700.00 168,902.30 206,200.00 ( 17,500.00) SUPPLIES 3210-53-1100 Supplies & Materials 10,088.76 16,783.55 15,000.00 8,461.54 15,000.00 0.00 3210-53-1103 Investigation & I.D. Supp 2,389.29 2,499.87 2,500.00 1,469.09 2,500.00 0.00 3210-53-1185 Community Police Programs 1,110.34 1,458.21 3,000.00 1,546.80 3,000.00 0.00 3210-53-1190 Animal Control Supplies 0.00 41.10 500.00 31.98 500.00 0.00 3210-53-1191 Animal Control Costs 100.00 100.00 150.00 100.00 150.00 0.00 3210-53-1210 Water/Sewer Charges 1,001.01 628.53 900.00 408.00 750.00 ( 150.00) 3210-53-1230 Electricity 28,388.10 24,120.84 29,100.00 19,457.37 28,000.00 ( 1,100.00) 3210-53-1270 Gasoline & Diesel Fuel 66,543.35 44,156.96 51,980.00 38,117.28 54,680.00 2,700.00 3210-53-1310 Food - Officials & Functi 289.34 498.36 2,500.00 460.37 2,500.00 0.00 3210-53-1385 Custody - Food Supplies 349.67 367.85 600.00 216.22 0.00 ( 600.00) 3210-53-1600 Small equipment 8,744.46 3,104.01 5,000.00 2,654.24 15,000.00 10,000.00 3210-53-1601 Safety Equipment 1,653.01 1,636.00 18,850.00 16,628.47 18,850.00 0.00 3210-53-1603 Protective Gear 4,555.00 6,596.50 7,500.00 6,558.88 7,500.00 0.00 3210-53-1615 Small Equipment-camera's 11,427.05 33,621.04 0.00 0.00 0.00 0.00 3210-53-1616 Small Equipment-radios & 70,916.00 0.00 44,150.00 3,678.15 44,150.00 0.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 23 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Police Administration EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ 3210-53-1619 Small Equipment-Storm Dam 0.00 0.00 3,000.00 0.00 0.00 ( 3,000.00) 3210-53-1620 Small Equipment-Tech Fees 26,083.41 19,202.08 18,000.00 4,286.42 18,000.00 0.00 3210-53-1720 Uniforms & Accessories 12,497.63 12,474.26 20,000.00 14,269.77 20,000.00 0.00 TOTAL SUPPLIES 246,136.42 167,289.16 222,730.00 118,344.58 230,580.00 7,850.00 CAPITAL OUTLAY 3210-54-2100 Capital Equipment 0.00 73,761.84 38,000.00 26,542.57 35,000.00 ( 3,000.00) 3210-54-2125 Software - Capital 0.00 999.92 0.00 0.00 0.00 0.00 3210-54-2200 Vehicles 53,907.38 0.00 0.00 0.00 110,000.00 110,000.00 3210-54-2300 Furnitures & Fixtures 879.92 8,976.46 3,000.00 0.00 3,000.00 0.00 TOTAL CAPITAL OUTLAY 54,787.30 83,738.22 41,000.00 26,542.57 148,000.00 107,000.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Police Administration 2,357,122.16 2,279,993.27 2,231,529.00 1,662,239.38 2,421,133.00 189,604.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 24 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Beach Patrol EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 3215-51-1100 Salaries & Wages 0.00 0.00 151,018.00 96,714.20 238,560.00 87,542.00 3215-51-1200 Part Time/Seasonal Wages 54,651.31 95,988.16 90,480.00 18,497.87 0.00 ( 90,480.00) 3215-51-1300 Overtime 7,171.68 7,410.08 5,600.00 8,772.63 5,600.00 0.00 3215-51-2100 Health Insurance Benefits 19.86 103.88 63,117.00 19,941.83 73,795.00 10,678.00 3215-51-2200 FICA Soc Sec Contribution 3,832.38 6,516.51 15,342.00 9,323.24 15,138.00 ( 204.00) 3215-51-2300 FICA Medicare Contributio 896.44 1,524.14 3,589.00 2,180.48 3,540.00 ( 49.00) 3215-51-2400 Retirement Contributions 0.00 0.00 4,865.00 3,648.15 8,720.00 3,855.00 3215-51-2700 Workers Compensation 2,079.27 1,881.81 12,963.00 2,948.71 12,548.00 ( 415.00) TOTAL PERSONNEL 68,650.94 113,424.58 346,974.00 162,027.11 357,901.00 10,927.00 SERVICES 3215-52-2203 Repair & Maintain - Equip 1,313.04 1,406.50 1,500.00 1,222.33 0.00 ( 1,500.00) TOTAL SERVICES 1,313.04 1,406.50 1,500.00 1,222.33 0.00 ( 1,500.00) SUPPLIES 3215-53-1100 Supplies & Materials 0.00 69.83 500.00 20.90 500.00 0.00 3215-53-1600 Small Equipment 1,239.85 1,493.26 2,000.00 0.00 2,000.00 0.00 3215-53-1601 Safety Equipment 273.45 350.00 500.00 0.00 500.00 0.00 3215-53-1720 Uniforms 1,893.88 1,892.00 4,000.00 3,091.08 4,000.00 0.00 TOTAL SUPPLIES 3,407.18 3,805.09 7,000.00 3,111.98 7,000.00 0.00 CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Beach Patrol 73,371.16 118,636.17 355,474.00 166,361.42 364,901.00 9,427.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 25 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund City Marshall EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL ______________ ______________ ______________ ______________ ______________ ______________ ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 26 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Fire Administration EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 3510-51-1100 Salaries & Wages 71,097.19 131,343.51 185,533.00 127,577.78 304,836.00 119,303.00 3510-51-1200 Part Time/Seasonal Wages 87,160.62 43,595.26 53,936.00 37,787.08 55,554.00 1,618.00 3510-51-1201 Volunteer Awards 700.00 300.00 300.00 0.00 0.00 ( 300.00) 3510-51-1300 Overtime 88.07 822.77 6,000.00 6,362.74 12,500.00 6,500.00 3510-51-1400 Employee Benefits 1,100.00 1,700.00 2,400.00 2,000.00 2,400.00 0.00 3510-51-2100 Health Insurance Benefits 18,774.98 16,733.97 44,841.00 27,099.79 82,492.00 37,651.00 3510-51-2200 FICA Soc Sec Contribution 9,929.02 11,021.37 15,592.00 10,771.18 23,268.00 7,676.00 3510-51-2300 FICA Medicare Contributio 2,322.11 2,577.56 3,688.00 2,519.11 5,442.00 1,754.00 3510-51-2400 Retirement Contributions 10,040.00 8,727.84 8,224.00 6,167.34 14,290.00 6,066.00 3510-51-2500 GA Firefighters Pen Fund 4,225.00 4,400.00 4,500.00 2,275.00 6,000.00 1,500.00 3510-51-2600 Unemployment Insurance 0.00 0.00 3,583.00 3,583.00 12,084.00 8,501.00 3510-51-2700 Workers Compensation 4,187.00 4,787.00 7,968.00 6,783.49 0.00 ( 7,968.00) TOTAL PERSONNEL 209,623.99 226,009.28 336,565.00 232,926.51 518,866.00 182,301.00 SERVICES 3510-52-1325 Contract Services - Class 0.00 743.00 0.00 0.00 0.00 0.00 3510-52-2110 Garbage 224.00 262.59 260.00 225.04 300.00 40.00 3510-52-2201 Repair & Maintain - Build 1,474.67 2,610.72 10,000.00 2,619.20 15,000.00 5,000.00 3510-52-2202 Repair & Maintain - Vehic 13,820.67 12,967.78 20,000.00 8,648.82 20,000.00 0.00 3510-52-2203 Repair & Maintain - Equip 4,395.73 8,022.24 12,000.00 3,834.81 12,000.00 0.00 3510-52-3100 Property & Liability Insu 15,385.50 18,211.45 23,000.00 16,017.96 30,000.00 7,000.00 3510-52-3200 Communication 7,880.09 840.81 10,000.00 2,938.62 10,000.00 0.00 3510-52-3220 Postage & Freight 392.48 199.54 500.00 113.83 500.00 0.00 3510-52-3500 Travel & Related Expenses 0.00 147.01 3,400.00 795.35 3,400.00 0.00 3510-52-3600 Dues and Fees 144.30 346.00 500.00 156.00 500.00 0.00 3510-52-3603 Ga Firefighters Assoc Con 0.00 ( 1,092.50) 0.00 0.00 0.00 0.00 3510-52-3700 Education & Training 394.87 1,276.22 11,150.00 3,066.09 11,150.00 0.00 3510-52-3850 Contract Labor 13,469.00 300.00 8,000.00 80.00 8,000.00 0.00 TOTAL SERVICES 57,581.31 44,834.86 98,810.00 38,495.72 110,850.00 12,040.00 SUPPLIES 3510-53-1100 Supplies & Materials 896.54 6,052.60 7,000.00 4,583.25 9,000.00 2,000.00 3510-53-1102 Flags 97.95 0.00 100.00 0.00 100.00 0.00 3510-53-1103 Medical supplies - expend 1,166.43 2,078.90 4,000.00 177.65 4,000.00 0.00 3510-53-1120 Marine Rescue Operations 0.00 0.00 300.00 0.00 300.00 0.00 3510-53-1210 Water & Sewer 799.85 678.91 825.00 519.54 900.00 75.00 3510-53-1220 Propane 1,184.99 258.09 1,500.00 365.08 1,500.00 0.00 3510-53-1230 Electricity 6,079.53 5,767.50 5,316.00 4,471.18 5,400.00 84.00 3510-53-1270 Gasoline & Diesel Fuel 5,495.64 4,265.66 6,000.00 4,655.97 6,000.00 0.00 3510-53-1271 Gasoline - EMS Chatham C( 345.09) 0.00 700.00 0.00 700.00 0.00 3510-53-1300 Volunteer Apprec -Wed Dri 1,787.96 1,465.34 2,000.00 516.78 2,000.00 0.00 3510-53-1400 Books & periodicals 70.00 0.00 1,000.00 0.00 1,000.00 0.00 3510-53-1600 Small Equipment 7,061.57 10,753.24 7,500.00 6,436.90 7,500.00 0.00 3510-53-1601 Breathing Apparatus 3,979.40 455.55 500.00 0.00 750.00 250.00 3510-53-1602 Hose, accessories 175.00 1,016.00 4,850.00 4,850.00 6,000.00 1,150.00 3510-53-1603 Protective gear 30,489.30 24,702.65 9,000.00 3,058.95 9,000.00 0.00 3510-53-1710 Volunteer Apprec Awards D 3,419.00 3,450.00 4,000.00 3,103.55 4,000.00 0.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 27 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Fire Administration EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ 3510-53-1720 Uniforms & Accessories 1,488.35 3,746.83 5,000.00 4,468.78 8,000.00 3,000.00 TOTAL SUPPLIES 63,846.42 64,691.27 59,591.00 37,207.63 66,150.00 6,559.00 CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 3510-57-5000 Loss on Disposition of F/ 0.00 666.67 0.00 0.00 0.00 0.00 TOTAL OTHER COSTS 0.00 666.67 0.00 0.00 0.00 0.00 TOTAL Fire Administration 331,051.72 336,202.08 494,966.00 308,629.86 695,866.00 200,900.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 28 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Emergency Management EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 3920-51-1100 Salaries and Wages 38,307.86 39,793.43 40,517.00 30,548.00 41,736.00 1,219.00 3920-51-1400 Employee Benefits 1,200.00 1,100.00 1,200.00 1,000.00 1,200.00 0.00 3920-51-2100 Health Insurance Benefits 9,921.89 10,566.90 11,164.00 9,011.60 13,330.00 2,166.00 3920-51-2200 FICA Social Security Cont 2,449.57 2,535.41 2,586.00 1,955.98 2,662.00 76.00 3920-51-2300 FICA Medicare Contributio 572.79 592.98 605.00 457.51 623.00 18.00 3920-51-2400 Retirement Contributions 5,025.00 4,904.33 4,243.00 3,181.86 4,015.00 ( 228.00) 3920-51-2700 Workers Compensation 160.00 167.67 225.00 247.78 232.00 7.00 TOTAL PERSONNEL 57,637.11 59,660.72 60,540.00 46,402.73 63,798.00 3,258.00 SERVICES 3920-52-1300 Equipment Service 0.00 0.00 150.00 0.00 150.00 0.00 3920-52-1325 Contract Services - Class 0.00 372.00 0.00 0.00 0.00 0.00 3920-52-3100 Property & Liability Insu 409.77 453.48 600.00 477.33 600.00 0.00 3920-52-3225 CRS - Flood Awareness 360.00 660.00 1,135.00 1,080.00 12,000.00 10,865.00 3920-52-3500 Travel and Related 110.05 118.72 500.00 0.00 500.00 0.00 3920-52-3700 Education & Training 315.00 120.00 500.00 0.00 500.00 0.00 3920-52-3900 Fire Ext. Maintenance 1,507.50 1,776.53 1,850.00 0.00 2,000.00 150.00 TOTAL SERVICES 2,702.32 3,500.73 4,735.00 1,557.33 15,750.00 11,015.00 SUPPLIES 3920-53-1100 Supplies - Emergency Mgmt 95.92 38.49 112.00 1,928.95 200.00 88.00 3920-53-1107 Emergency Rations and Sup 670.92 810.68 1,000.00 2,715.08 1,000.00 0.00 3920-53-1600 Small Equipment 3,584.25 59.76 150.00 0.00 575.00 425.00 3920-53-1720 Uniforms 188.00 278.64 450.00 240.96 450.00 0.00 TOTAL SUPPLIES 4,539.09 1,187.57 1,712.00 4,884.99 2,225.00 513.00 CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Emergency Management 64,878.52 64,349.02 66,987.00 52,845.05 81,773.00 14,786.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 29 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Public Works EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 4210-51-1100 Salaries & Wages 653,851.96 705,183.78 708,033.00 507,286.91 737,364.00 29,331.00 4210-51-1300 Overtime 25,415.22 24,814.45 14,200.00 20,422.60 42,000.00 27,800.00 4210-51-1400 Employee Benefits 12,700.00 11,800.00 12,000.00 8,600.00 12,000.00 0.00 4210-51-2100 Health Insurance Benefits 140,418.35 142,158.19 155,994.00 109,544.78 195,987.00 39,993.00 4210-51-2200 FICA Soc Sec Contribution 42,586.44 45,661.63 47,866.00 32,964.92 49,065.00 1,199.00 4210-51-2300 FICA Medicare Contributio 9,959.92 10,678.95 11,199.00 7,709.46 11,475.00 276.00 4210-51-2400 Retirement Contributions 86,215.04 68,614.97 69,428.00 52,071.21 71,390.00 1,962.00 4210-51-2700 Workers Compensation 35,055.36 21,203.48 37,357.00 28,522.49 39,135.00 1,778.00 TOTAL PERSONNEL 1,006,202.29 1,030,115.45 1,056,077.00 767,122.37 1,158,416.00 102,339.00 SERVICES 4210-52-1201 Studies, Survey, Consulta 400.00 0.00 0.00 0.00 0.00 0.00 4210-52-1325 Contract Services - Class 0.00 6,687.00 0.00 0.00 0.00 0.00 4210-52-2140 Landscaping/Lawncare 2,636.24 8,096.10 10,000.00 3,396.65 10,000.00 0.00 4210-52-2141 Trees - Palms Up 500.00 2,455.00 3,000.00 2,400.00 3,000.00 0.00 4210-52-2200 Repair and Maintanance 57,154.71 0.00 0.00 0.00 0.00 0.00 4210-52-2201 Repair & Maintain - Build 1,160.71 2,385.73 3,170.00 52.65 3,170.00 0.00 4210-52-2202 Repair & Maintain - Vehic 13,875.22 55,632.55 60,000.00 36,414.13 60,000.00 0.00 4210-52-2203 Repair & Maintain - Equip 2,336.72 4,247.48 11,000.00 9,510.00 11,000.00 0.00 4210-52-2205 Repair & Maint- Infrastru 27,718.20 45,363.10 47,500.00 10,221.33 37,500.00 ( 10,000.00) 4210-52-2219 Repair & Maint -Infras Da 0.00 0.00 0.00 0.00 19,550.00 19,550.00 4210-52-2320 Rental - Equipment & Vehi 1,150.10 1,700.00 2,500.00 1,703.40 2,500.00 0.00 4210-52-3100 Property & Liability Insu 30,924.00 26,259.05 23,400.00 14,953.47 19,000.00 ( 4,400.00) 4210-52-3220 Postage & Freight 173.37 111.24 200.00 0.00 200.00 0.00 4210-52-3300 Advertising 160.00 100.00 200.00 0.00 200.00 0.00 4210-52-3500 Travel & Related Expenses 664.04 790.43 1,000.00 821.20 1,000.00 0.00 4210-52-3600 Dues, Fees & Licenses 17,736.00 13,602.08 21,075.00 18,060.53 18,000.00 ( 3,075.00) 4210-52-3700 Education and Training 2,417.44 1,437.72 4,000.00 2,378.46 4,000.00 0.00 4210-52-3850 Contract Labor 0.00 1,992.00 15,000.00 5,280.00 10,000.00 ( 5,000.00) 4210-52-3990 Service Charges, Late Cha 0.00 1,264.30 9,500.00 1,445.92 9,500.00 0.00 TOTAL SERVICES 159,006.75 172,123.78 211,545.00 106,637.74 208,620.00 ( 2,925.00) SUPPLIES 4210-53-1100 Supplies & Materials 20,963.87 17,750.24 19,925.00 12,552.18 20,000.00 75.00 4210-53-1105 Public Restroom Supplies 15,923.32 16,640.08 16,000.00 7,667.29 16,000.00 0.00 4210-53-1210 Water/Sewer Charges 1,435.45 1,004.20 2,000.00 950.85 2,000.00 0.00 4210-53-1230 Electricity 117,415.92 116,935.29 120,000.00 86,253.27 120,000.00 0.00 4210-53-1270 Gasoline & Diesel Fuel 48,851.70 28,220.96 51,000.00 22,597.37 51,000.00 0.00 4210-53-1400 Books & Periodicals 0.00 43.98 0.00 0.00 0.00 0.00 4210-53-1600 Small Equipment 3,998.36 18,515.41 24,100.00 2,166.72 24,100.00 0.00 4210-53-1601 Safety Equipment 8,467.61 8,029.70 9,000.00 6,519.96 9,000.00 0.00 4210-53-1702 Signs - various 7,216.46 7,425.92 25,000.00 2,438.38 15,000.00 ( 10,000.00) 4210-53-1720 Uniform/ Clothing 3,656.61 5,179.82 7,000.00 5,944.11 7,000.00 0.00 TOTAL SUPPLIES 227,929.30 219,745.60 274,025.00 147,090.13 264,100.00 ( 9,925.00) 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 30 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Public Works EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ CAPITAL OUTLAY 4210-54-1100 Site Improvement 0.00 16,460.00 0.00 0.00 0.00 0.00 4210-54-1315 Building Improvements 0.00 6,208.22 0.00 269.33 0.00 0.00 4210-54-1410 Infrastructure 9,212.00 62,000.20 83,000.00 19,688.90 83,000.00 0.00 4210-54-1416 Infrastructure - LMIG Gra 34,665.00 43,450.00 40,000.00 0.00 40,000.00 0.00 4210-54-2100 Machinery & Equipment 195,900.00 37,698.79 75,000.00 0.00 75,000.00 0.00 4210-54-2200 Vehicles 0.00 13,700.00 65,000.00 16,214.95 65,000.00 0.00 TOTAL CAPITAL OUTLAY 239,777.00 179,517.21 263,000.00 36,173.18 263,000.00 0.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Public Works 1,632,915.34 1,601,502.04 1,804,647.00 1,057,023.42 1,894,136.00 89,489.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 31 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Street Cleaning EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES ______________ ______________ ______________ ______________ ______________ ______________ ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 32 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Storm Drainage EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES 4250-52-1201 Studies, Survey, Consulta 11,374.92 7,500.00 12,000.00 5,625.00 12,000.00 0.00 TOTAL SERVICES 11,374.92 7,500.00 12,000.00 5,625.00 12,000.00 0.00 CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Storm Drainage 11,374.92 7,500.00 12,000.00 5,625.00 12,000.00 0.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 33 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Solid Waste Collection EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES 4520-52-2110 Curbside Dry Trash Pickup 112,785.76 119,276.90 0.00 0.00 0.00 0.00 4520-52-2111 City Dump Pick Up -Waste 130,358.20 92,993.73 150,000.00 79,304.17 90,000.00 ( 60,000.00) TOTAL SERVICES 243,143.96 212,270.63 150,000.00 79,304.17 90,000.00 ( 60,000.00) CAPITAL OUTLAY 4520-54-1410 Infrastruture 0.00 43,903.78 0.00 0.00 0.00 0.00 4520-54-2100 Machinery & Equipment 28,781.46 0.00 0.00 0.00 0.00 0.00 TOTAL CAPITAL OUTLAY 28,781.46 43,903.78 0.00 0.00 0.00 0.00 TOTAL Solid Waste Collection 271,925.42 256,174.41 150,000.00 79,304.17 90,000.00 ( 60,000.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 34 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Cultural & Recreation EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL ______________ ______________ ______________ ______________ ______________ ______________ SERVICES 6110-52-2110 Garbage Charges 1,923.98 2,359.45 2,200.00 2,326.96 3,200.00 1,000.00 6110-52-3100 Property & Liability Insu 9,069.07 7,763.16 8,400.00 0.00 8,400.00 0.00 TOTAL SERVICES 10,993.05 10,122.61 10,600.00 2,326.96 11,600.00 1,000.00 SUPPLIES 6110-53-1150 Holiday expense 22,417.59 22,309.15 23,000.00 21,613.55 23,000.00 0.00 6110-53-1210 Water/Sewer Charges 3,598.62 3,735.92 4,000.00 2,578.62 4,000.00 0.00 6110-53-1230 Electricity 62,215.51 61,049.62 62,200.00 47,048.29 62,200.00 0.00 TOTAL SUPPLIES 88,231.72 87,094.69 89,200.00 71,240.46 89,200.00 0.00 CAPITAL OUTLAY 6110-54-1315 Building Improvements 0.00 0.00 32,100.00 1,567.60 32,100.00 0.00 TOTAL CAPITAL OUTLAY 0.00 0.00 32,100.00 1,567.60 32,100.00 0.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 6110-57-2000 Fresh Air Home 0.00 350.00 500.00 500.00 500.00 0.00 6110-57-2001 Tybee Island Maritime Aca 0.00 19,000.00 10,000.00 10,000.00 10,000.00 0.00 6110-57-2004 Yeepies 561.43 472.16 575.00 429.00 600.00 25.00 6110-57-2007 Veteran's Monument Commit 0.00 30,000.00 0.00 0.00 0.00 0.00 6110-57-2008 Friends of the Tybee Thea 7,500.00 10,000.00 25,000.00 25,000.00 25,000.00 0.00 6110-57-2010 Garden Club 0.00 500.00 500.00 500.00 500.00 0.00 6110-57-2011 Irish Heritage 750.00 750.00 1,500.00 1,500.00 1,500.00 0.00 6110-57-2012 United Way Coastal Empire 3,037.08 3,462.13 0.00 0.00 0.00 0.00 6110-57-2015 Islands Feral Cats Projec 740.00 740.00 740.00 740.00 740.00 0.00 6110-57-2991 Farmers Market 0.00 0.00 500.00 500.00 500.00 0.00 6110-57-2993 Tybee MLK 0.00 0.00 300.00 300.00 300.00 0.00 TOTAL OTHER COSTS 12,588.51 65,274.29 39,615.00 39,469.00 39,640.00 25.00 TOTAL Cultural & Recreation 111,813.28 162,491.59 171,515.00 114,604.02 172,540.00 1,025.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 35 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Recreation Centers EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES 6122-52-3850 YMCA - Director Services 158,450.00 158,450.04 168,950.00 124,670.84 168,950.00 0.00 TOTAL SERVICES 158,450.00 158,450.04 168,950.00 124,670.84 168,950.00 0.00 SUPPLIES ______________ ______________ ______________ ______________ ______________ ______________ CAPITAL OUTLAY ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Recreation Centers 158,450.00 158,450.04 168,950.00 124,670.84 168,950.00 0.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 36 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Lifeguards EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 6124-51-1100 Salaries & Wages 0.00 0.00 0.00 0.00 354,262.00 354,262.00 6124-51-1200 Part Time/Seasonal Wages 308,804.10 319,276.36 319,335.00 136,362.45 0.00 ( 319,335.00) 6124-51-1300 Overtime 0.00 0.00 0.00 0.00 1,200.00 1,200.00 6124-51-2200 FICA Soc Sec Contribution 19,145.84 19,795.20 19,799.00 8,454.49 22,039.00 2,240.00 6124-51-2300 FICA Medicare Contributio 4,477.81 4,629.54 4,630.00 1,977.32 5,154.00 524.00 6124-51-2600 Unemployment Ins 3,843.00 0.00 0.00 0.00 0.00 0.00 6124-51-2700 Workers Compensation 8,732.57 8,951.69 8,988.00 7,547.71 8,988.00 0.00 TOTAL PERSONNEL 345,003.32 352,652.79 352,752.00 154,341.97 391,643.00 38,891.00 SERVICES 6124-52-1226 Lifeguard Certifications 2,561.95 4,797.94 4,500.00 350.00 4,500.00 0.00 6124-52-2201 Repair & Maintain - Build 363.66 891.99 20,892.00 328.53 15,000.00 ( 5,892.00) 6124-52-2203 Repair & Maintain - Equip 5,202.59 5,333.77 7,000.00 2,906.82 10,000.00 3,000.00 6124-52-2320 Rental Equip & Vehicles 0.00 0.00 2,197.00 2,196.60 2,000.00 ( 197.00) 6124-52-3100 Property & Liability Insu 2,358.15 3,732.71 4,400.00 3,556.76 4,500.00 100.00 6124-52-3220 Postage 0.00 16.98 178.00 0.00 178.00 0.00 TOTAL SERVICES 10,486.35 14,773.39 39,167.00 9,338.71 36,178.00 ( 2,989.00) SUPPLIES 6124-53-1100 General Supplies & Materi 2,099.82 1,599.78 8,200.00 4,549.71 10,000.00 1,800.00 6124-53-1104 First Aid Supplies 3,056.41 5,264.44 5,000.00 3,192.10 10,000.00 5,000.00 6124-53-1270 Gas & Diesel Fuel 3,278.44 2,426.45 5,000.00 780.63 5,000.00 0.00 6124-53-1600 Small Equipment 3,171.26 14,859.63 17,803.00 2,865.08 20,000.00 2,197.00 6124-53-1720 Uniforms 5,690.86 6,351.97 6,000.00 615.02 10,000.00 4,000.00 TOTAL SUPPLIES 17,296.79 30,502.27 42,003.00 12,002.54 55,000.00 12,997.00 CAPITAL OUTLAY 6124-54-2200 Capital Outlay - Vehicles 0.00 6,449.00 0.00 13,892.50 14,000.00 14,000.00 6124-54-2505 Lifegrd Capital Equipment 12,121.25 0.00 15,000.00 0.00 0.00 ( 15,000.00) TOTAL CAPITAL OUTLAY 12,121.25 6,449.00 15,000.00 13,892.50 14,000.00 ( 1,000.00) DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Lifeguards 384,907.71 404,377.45 448,922.00 189,575.72 496,821.00 47,899.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 37 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Beach Related EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES 6125-52-1250 Beach Task Force Expense 36,000.00 36,000.00 56,000.00 27,000.00 36,000.00 ( 20,000.00) 6125-52-2110 Garbage Beach Related 0.00 0.00 0.00 ( 333.60) 0.00 0.00 TOTAL SERVICES 36,000.00 36,000.00 56,000.00 26,666.40 36,000.00 ( 20,000.00) SUPPLIES 6125-53-1210 Water/Sewer Chgs 12,614.58 11,526.62 15,000.00 5,885.13 15,000.00 0.00 6125-53-1235 Beach Oper & Maint 38,659.00 29,657.50 30,000.00 24,790.00 47,500.00 17,500.00 6125-53-1310 Food - Officials & Functi 1,349.99 1,133.04 1,700.00 1,179.33 1,800.00 100.00 TOTAL SUPPLIES 52,623.57 42,317.16 46,700.00 31,854.46 64,300.00 17,600.00 CAPITAL OUTLAY 6125-54-1402 Beach Renourishment 0.00 0.00 0.00 0.00 25,000.00 25,000.00 6125-54-2105 Beach Crossovers 28,590.33 0.00 0.00 0.00 0.00 0.00 TOTAL CAPITAL OUTLAY 28,590.33 0.00 0.00 0.00 25,000.00 25,000.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Beach Related 117,213.90 78,317.16 102,700.00 58,520.86 125,300.00 22,600.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 38 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Museums EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ OTHER COSTS 6172-57-2000 Tybee Is Historic Soc Gra 16,125.00 16,125.00 16,125.00 16,125.00 16,125.00 0.00 6172-57-2001 Marine Science Center Gra 25,212.00 25,212.00 25,212.00 25,212.00 25,212.00 0.00 6172-57-4000 Bad Debt Expense 67,370.00 ( 6,501.00) 0.00 0.00 0.00 0.00 TOTAL OTHER COSTS 108,707.00 34,836.00 41,337.00 41,337.00 41,337.00 0.00 TOTAL Museums 108,707.00 34,836.00 41,337.00 41,337.00 41,337.00 0.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 39 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund River's End RV Park EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL ______________ ______________ ______________ ______________ ______________ ______________ ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 40 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Parks Administration EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 6210-51-1100 Salaries 104,653.42 130,143.33 130,308.00 105,497.43 137,654.00 7,346.00 6210-51-1300 Overtime 6,556.76 6,634.17 12,000.00 4,539.11 7,000.00 ( 5,000.00) 6210-51-1400 Employee Benefits 1,100.00 1,200.00 1,200.00 1,000.00 1,200.00 0.00 6210-51-2100 Health Insurance Benefits 37,193.19 35,217.04 45,559.00 31,136.70 50,040.00 4,481.00 6210-51-2200 FICA Social Security Cont 6,986.52 8,554.73 8,937.00 6,884.51 9,043.00 106.00 6210-51-2300 FICA Medicare 1,634.00 2,000.68 2,088.00 1,610.11 2,115.00 27.00 6210-51-2400 Retirement Contributions 13,466.18 12,684.90 12,618.00 9,462.87 13,195.00 577.00 6210-51-2700 Workers Compensation 2,555.37 2,782.26 3,629.00 4,014.27 3,821.00 192.00 TOTAL PERSONNEL 174,145.44 199,217.11 216,339.00 164,145.00 224,068.00 7,729.00 SERVICES 6210-52-1325 Contract Services - Class 0.00 1,486.00 0.00 0.00 0.00 0.00 6210-52-2203 Repair & Maint- Equipment 0.00 0.00 14,100.00 5,532.88 14,100.00 0.00 6210-52-3100 Property & Liability Insu 269.08 304.32 300.00 322.89 500.00 200.00 TOTAL SERVICES 269.08 1,790.32 14,400.00 5,855.77 14,600.00 200.00 SUPPLIES 6210-53-1100 General Supplies and Mate 7,417.50 8,476.60 12,000.00 8,840.64 12,000.00 0.00 6210-53-1102 Flags 0.00 1,566.32 0.00 0.00 0.00 0.00 6210-53-1210 Water/Sewer Chgs 888.27 838.10 1,231.00 554.74 1,200.00 ( 31.00) 6210-53-1230 Electricity 3,994.08 4,155.12 5,900.00 3,324.77 5,900.00 0.00 6210-53-1600 Small Equipment 0.00 7,244.74 8,900.00 2,456.67 7,300.00 ( 1,600.00) TOTAL SUPPLIES 12,299.85 22,280.88 28,031.00 15,176.82 26,400.00 ( 1,631.00) CAPITAL OUTLAY 6210-54-1100 Site Improvements 17,556.70 12,672.00 0.00 0.00 0.00 0.00 6210-54-1410 Infrastructure -PhillipsJ 0.00 0.00 11,880.00 0.00 0.00 ( 11,880.00) TOTAL CAPITAL OUTLAY 17,556.70 12,672.00 11,880.00 0.00 0.00 ( 11,880.00) DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Parks Administration 204,271.07 235,960.31 270,650.00 185,177.59 265,068.00 ( 5,582.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 41 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Park Areas - Concession EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 6222-51-1100 Salaries & Wages 0.00 1,549.13 20,282.00 20,230.39 0.00 ( 20,282.00) 6222-51-1200 Part Time/Seasonal 0.00 313.50 2,040.00 1,974.50 0.00 ( 2,040.00) 6222-51-2100 Health Insurance Benefits 0.00 0.00 1,920.00 1,901.68 0.00 ( 1,920.00) 6222-51-2200 FICA Soc Sec Contribution 0.00 115.49 1,408.00 1,376.70 0.00 ( 1,408.00) 6222-51-2300 FICA Medicare Contributio 0.00 27.01 401.00 321.98 0.00 ( 401.00) 6222-51-2700 Workers Compensation 0.00 0.00 104.00 31.95 0.00 ( 104.00) TOTAL PERSONNEL 0.00 2,005.13 26,155.00 25,837.20 0.00 ( 26,155.00) SERVICES 6222-52-1300 Service Contracts 0.00 0.00 800.00 612.93 0.00 ( 800.00) 6222-52-2110 Garbage Charges 0.00 0.00 1,000.00 889.60 0.00 ( 1,000.00) 6222-52-2130 Custodial Services 0.00 2,300.00 36,750.00 17,940.00 40,000.00 3,250.00 6222-52-2200 Repair and Maintanance 0.00 0.00 3,675.00 3,172.39 0.00 ( 3,675.00) 6222-52-2210 Pest Control 0.00 0.00 1,625.00 693.00 300.00 ( 1,325.00) 6222-52-3100 Property & Liability Insu 0.00 0.00 1,000.00 0.00 3,000.00 2,000.00 6222-52-3800 Permits, Regulatory Fees 0.00 0.00 0.00 500.00 0.00 0.00 6222-52-3901 Credit Card Svc. Charges 0.00 0.00 2,250.00 1,594.29 0.00 ( 2,250.00) TOTAL SERVICES 0.00 2,300.00 47,100.00 25,402.21 43,300.00 ( 3,800.00) SUPPLIES 6222-53-1100 Supplies & Materials 0.00 8,205.06 14,816.70 14,558.32 0.00 ( 14,816.70) 6222-53-1210 Water/Sewer Charges 0.00 0.00 1,000.00 942.06 30,000.00 29,000.00 6222-53-1230 Electricity 0.00 159.08 2,100.00 2,376.37 5,000.00 2,900.00 6222-53-1520 Groceries-COGS 0.00 1,572.86 3,700.00 3,474.54 0.00 ( 3,700.00) 6222-53-1523 Sundries - COGS 0.00 5,288.10 2,600.00 2,551.13 0.00 ( 2,600.00) 6222-53-1600 Small Equipment 0.00 0.00 3.30 0.00 0.00 ( 3.30) 6222-53-1703 Over/Short 0.00 0.00 10.00 8.42 0.00 ( 10.00) 6222-53-1720 Uniforms 0.00 299.05 0.00 0.00 0.00 0.00 TOTAL SUPPLIES 0.00 15,524.15 24,230.00 23,910.84 35,000.00 10,770.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Park Areas - Concession 0.00 19,829.28 97,485.00 75,150.25 78,300.00 ( 19,185.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 42 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Parkways and Boulevards EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ CAPITAL OUTLAY 6230-54-1400 Infrastructure 0.00 0.00 25,000.00 12,500.00 387,500.00 362,500.00 6230-54-1417 Infrastructure - DOT Gran 0.00 0.00 199,000.00 0.00 199,000.00 0.00 TOTAL CAPITAL OUTLAY 0.00 0.00 224,000.00 12,500.00 586,500.00 362,500.00 TOTAL Parkways and Boulevards 0.00 0.00 224,000.00 12,500.00 586,500.00 362,500.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 43 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Zoning and Inspection EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 7220-51-1100 Salaries & Wages 67,086.75 87,309.40 98,151.00 80,035.45 134,033.00 35,882.00 7220-51-1300 Overtime 255.70 126.22 1,000.00 295.15 1,000.00 0.00 7220-51-1400 Employee Benefits 1,500.00 1,000.00 3,000.00 1,000.00 3,000.00 0.00 7220-51-2100 Health Insurance Benefits 11,342.73 12,864.27 18,103.00 17,490.60 35,233.00 17,130.00 7220-51-2200 FICA Soc Sec Contribution 4,212.49 5,482.92 6,333.00 5,042.93 8,558.00 2,225.00 7220-51-2300 FICA Medicare Contributio 985.15 1,282.31 1,481.00 1,179.42 2,001.00 520.00 7220-51-2400 Retirement contributions 10,890.00 10,828.80 3,214.00 2,410.38 9,585.00 6,371.00 7220-51-2700 Workers Compensation 251.19 222.20 327.00 230.39 442.00 115.00 TOTAL PERSONNEL 96,524.01 119,116.12 131,609.00 107,684.32 193,852.00 62,243.00 SERVICES 7220-52-1100 Studies/Mstr Plan Upd/Sol 0.00 47,580.00 48,000.00 43,920.00 48,000.00 0.00 7220-52-1200 Legal Notices 300.00 190.00 300.00 240.00 300.00 0.00 7220-52-1202 Engineer Review 9,625.00 2,931.25 18,000.00 3,193.75 18,000.00 0.00 7220-52-1203 Engineer Review - Billabl 9,512.50 6,956.26 12,000.00 4,987.50 12,000.00 0.00 7220-52-1205 County Inspection Contrac 33,214.72 45,000.00 50,000.00 33,750.00 50,000.00 0.00 7220-52-1240 Planning Commission expen 1,314.15 0.00 1,500.00 14.00 1,500.00 0.00 7220-52-1300 Contract Services 40,381.75 13,428.75 30,000.00 0.00 0.00 ( 30,000.00) 7220-52-1325 Contract Services - Class 0.00 743.00 0.00 0.00 0.00 0.00 7220-52-2110 Garbage Charges 49.37 49.86 50.00 37.20 60.00 10.00 7220-52-3100 Property & Liability Insu 996.10 1,453.81 1,550.00 1,250.44 1,500.00 ( 50.00) 7220-52-3220 Postage & Freight 211.66 109.12 1,000.00 56.78 1,000.00 0.00 7220-52-3400 Printing & Binding 0.00 0.00 500.00 0.00 500.00 0.00 7220-52-3500 Travel & Related Expenses 369.00 1,203.17 3,480.00 1,517.13 3,480.00 0.00 7220-52-3600 Dues and Fees 721.20 361.90 1,000.00 710.47 1,000.00 0.00 7220-52-3700 Educ & Training 225.00 1,299.00 3,500.00 1,295.00 3,500.00 0.00 TOTAL SERVICES 96,920.45 121,306.12 170,880.00 90,972.27 140,840.00 ( 30,040.00) SUPPLIES 7220-53-1100 Supplies & Materials 1,566.23 775.34 2,500.00 1,865.03 2,500.00 0.00 7220-53-1210 Water/Sewer Chgs 36.66 43.25 60.00 50.87 60.00 0.00 7220-53-1230 Electricity 838.85 886.46 1,030.00 573.21 1,030.00 0.00 7220-53-1400 Books & Periodicals 0.00 265.00 300.00 0.00 300.00 0.00 7220-53-1720 Uniforms 165.90 0.00 170.00 169.90 170.00 0.00 TOTAL SUPPLIES 2,607.64 1,970.05 4,060.00 2,659.01 4,060.00 0.00 CAPITAL OUTLAY 7220-54-2150 GIS 2,500.00 2,500.00 2,500.00 0.00 0.00 ( 2,500.00) TOTAL CAPITAL OUTLAY 2,500.00 2,500.00 2,500.00 0.00 0.00 ( 2,500.00) 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 44 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Zoning and Inspection EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS 7220-57-2000 Payment to Other Agencies 0.00 0.00 0.00 0.00 2,500.00 2,500.00 TOTAL OTHER COSTS 0.00 0.00 0.00 0.00 2,500.00 2,500.00 TOTAL Zoning and Inspection 198,552.10 244,892.29 309,049.00 201,315.60 341,252.00 32,203.00 ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 45 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Better Hometown EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 7300-51-1100 Salaries & Wages 41,967.58 43,659.57 42,828.00 32,726.20 44,117.00 1,289.00 7300-51-1300 Overtime 0.00 0.00 3,000.00 1,101.13 1,000.00 ( 2,000.00) 7300-51-1400 Employee Benefits 1,200.00 1,200.00 1,200.00 1,000.00 1,200.00 0.00 7300-51-2100 Health Insurance 9,928.68 10,169.45 11,191.00 9,025.90 13,360.00 2,169.00 7300-51-2200 FICA Social Security 2,629.87 2,734.81 2,942.00 2,121.75 2,872.00 ( 70.00) 7300-51-2300 FICA Medicare 614.99 639.55 703.00 496.20 672.00 ( 31.00) 7300-51-2400 Retirement Contributions 5,500.00 4,458.63 4,620.00 3,464.37 4,405.00 ( 215.00) 7300-51-2700 Workers Compensation 119.05 119.74 144.00 115.32 148.00 4.00 TOTAL PERSONNEL 61,960.17 62,981.75 66,628.00 50,050.87 67,774.00 1,146.00 SERVICES 7300-52-1300 Contract Services 0.00 6,000.00 6,000.00 6,000.00 0.00 ( 6,000.00) 7300-52-1325 Contract Services - Class 0.00 372.00 0.00 0.00 0.00 0.00 7300-52-2110 Garbage Charges 19.32 18.24 20.00 13.52 20.00 0.00 7300-52-3100 Property & Liability Insu 311.80 376.85 550.00 424.98 550.00 0.00 7300-52-3220 Postage & Freight 0.00 2,349.34 2,400.00 14.04 1,000.00 ( 1,400.00) 7300-52-3300 Advertising 5,645.36 7,769.98 9,620.00 8,396.78 9,620.00 0.00 7300-52-3500 Travel & Related 2,654.38 1,970.12 2,116.00 1,642.94 2,110.00 ( 6.00) 7300-52-3600 Dues & Fees 2,224.59 1,751.50 2,300.00 1,786.01 2,300.00 0.00 7300-52-3700 Education & Training 3,158.00 1,355.00 1,475.00 580.00 1,475.00 0.00 7300-52-3800 Contract Labor 0.00 0.00 8,400.00 2,400.00 4,800.00 ( 3,600.00) 7300-52-3850 BHT Contract Labor 755.00 6,200.00 1,050.00 400.00 1,000.00 ( 50.00) TOTAL SERVICES 14,768.45 28,163.03 33,931.00 21,658.27 22,875.00 ( 11,056.00) SUPPLIES 7300-53-1100 Supplies & Materials 1,235.40 3,290.02 6,510.00 1,612.64 6,510.00 0.00 7300-53-1210 Water Sewer Chgs 12.97 15.76 30.00 18.53 30.00 0.00 7300-53-1230 Electricity 305.74 323.09 300.00 208.91 300.00 0.00 7300-53-1231 Donated Money Expenses 375.00 410.00 3,000.00 200.00 3,000.00 0.00 TOTAL SUPPLIES 1,929.11 4,038.87 9,840.00 2,040.08 9,840.00 0.00 OTHER COSTS 7300-57-2010 Post Theater Sub Grantee 20,000.00 0.00 0.00 0.00 0.00 0.00 TOTAL OTHER COSTS 20,000.00 0.00 0.00 0.00 0.00 0.00 TOTAL Better Hometown 98,657.73 95,183.65 110,399.00 73,749.22 100,489.00 ( 9,910.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 46 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Community Development EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SUPPLIES 7520-53-1100 Supplies and Material 0.00 17,170.00 33,448.00 33,661.68 15,000.00 ( 18,448.00) TOTAL SUPPLIES 0.00 17,170.00 33,448.00 33,661.68 15,000.00 ( 18,448.00) CAPITAL OUTLAY 7520-54-1405 S Beach Business District 12,172.68 0.00 0.00 0.00 10,000.00 10,000.00 TOTAL CAPITAL OUTLAY 12,172.68 0.00 0.00 0.00 10,000.00 10,000.00 DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Community Development 12,172.68 17,170.00 33,448.00 33,661.68 25,000.00 ( 8,448.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 47 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Parking EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ PERSONNEL 7564-51-1100 Salaries & Wages 79,676.64 88,843.04 91,303.00 70,603.06 93,738.00 2,435.00 7564-51-1200 Part Time/Seasonal Wages 43,042.75 60,215.67 70,391.00 44,979.03 73,611.00 3,220.00 7564-51-1300 Overtime 0.00 1,039.92 1,500.00 2,043.62 1,500.00 0.00 7564-51-1400 Employee Benefits 700.00 0.00 2,400.00 1,000.00 2,400.00 0.00 7564-51-2100 Health Insurance Benefits 15,548.04 14,853.56 17,498.00 14,508.90 20,975.00 3,477.00 7564-51-2200 FICA Soc Sec Contribution 7,632.90 9,305.31 10,416.00 7,354.97 10,617.00 201.00 7564-51-2300 FICA Medicare Contributio 1,785.14 2,176.29 2,436.00 1,720.11 2,483.00 47.00 7564-51-2400 Retirement Contributions 11,455.00 10,559.88 5,426.00 4,069.08 8,905.00 3,479.00 7564-51-2600 Unemployment Insurance 525.00 0.00 2,409.00 0.00 0.00 ( 2,409.00) 7564-51-2700 Workers Compensation 4,254.34 2,334.49 4,402.00 2,131.04 4,487.00 85.00 TOTAL PERSONNEL 164,619.81 189,328.16 208,181.00 148,409.81 218,716.00 10,535.00 SERVICES 7564-52-1300 Computer service contract 49,775.73 42,884.27 65,000.00 37,482.00 68,000.00 3,000.00 7564-52-1325 Contract Services - Colle 9,010.28 3,610.37 12,000.00 3,007.99 12,000.00 0.00 7564-52-1326 Contract Services - Class 0.00 742.00 0.00 0.00 0.00 0.00 7564-52-1330 Contract Services - Amano 50,700.00 19,800.00 7,000.00 3,900.00 0.00 ( 7,000.00) 7564-52-2110 Garbage Charges 22.64 21.84 27.00 16.16 27.00 0.00 7564-52-2202 Repair & Maint- Vehicles 2,933.07 2,976.96 4,000.00 1,369.10 4,500.00 500.00 7564-52-2203 Repair & Maint- Equipment 1,007.00 0.00 13,000.00 830.00 15,000.00 2,000.00 7564-52-2325 Armored Car Service 1,262.22 1,350.96 3,000.00 1,225.22 3,000.00 0.00 7564-52-3100 Property & Liability Insu 5,582.92 6,493.16 5,100.00 4,166.93 6,500.00 1,400.00 7564-52-3220 Postage & Freight 2,509.60 3,104.23 3,500.00 1,635.34 3,500.00 0.00 7564-52-3300 Advertising 40.00 0.00 40.00 0.00 40.00 0.00 7564-52-3400 Printing & Binding 237.00 0.00 250.00 35.00 250.00 0.00 7564-52-3500 Travel & Related Expenses 0.00 0.00 1,000.00 659.00 1,000.00 0.00 7564-52-3600 Dues and Fees 114.00 142.50 150.00 147.02 150.00 0.00 7564-52-3700 Educ & Training 0.00 0.00 1,000.00 0.00 1,000.00 0.00 7564-52-3850 Contract Services 0.00 0.00 200.00 0.00 200.00 0.00 7564-52-3901 Credit Card Service Charg 130,520.80 130,362.95 138,000.00 79,629.24 140,000.00 2,000.00 TOTAL SERVICES 253,715.26 211,489.24 253,267.00 134,103.00 255,167.00 1,900.00 SUPPLIES 7564-53-1100 Supplies & Materials 14,579.08 17,304.18 19,624.00 12,510.93 19,800.00 176.00 7564-53-1110 Parking Meters 23,410.57 0.00 0.00 0.00 0.00 0.00 7564-53-1210 Water/Sewer Charges 14.22 18.80 32.00 22.11 32.00 0.00 7564-53-1230 Electricity 1,293.68 1,307.07 1,400.00 952.47 1,400.00 0.00 7564-53-1270 Gas & Diesel Fuel 5,550.93 3,236.40 8,300.00 2,487.43 8,300.00 0.00 7564-53-1590 Inventory - Parking Decal 2,552.00 3,209.00 2,880.00 2,498.00 3,250.00 370.00 7564-53-1600 Small Equipment 21,368.49 13,558.28 26,200.00 23,771.85 26,200.00 0.00 7564-53-1701 Cash/ Short-Over deposits 26.00 136.85 100.00 ( 2,109.75) 100.00 0.00 7564-53-1702 Signs 203.36 126.00 300.00 0.00 300.00 0.00 7564-53-1720 Uniforms 422.00 844.83 800.00 312.44 850.00 50.00 TOTAL SUPPLIES 69,420.33 39,741.41 59,636.00 40,445.48 60,232.00 596.00 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 48 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Parking EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ CAPITAL OUTLAY 7564-54-2055 Parking Meter System 424,000.00 0.00 0.00 0.00 0.00 0.00 7564-54-2200 Vehicles 0.00 0.00 15,000.00 15,000.00 15,000.00 0.00 7564-54-2410 Capital Equip 0.00 0.00 73,000.00 0.00 34,500.00 ( 38,500.00) TOTAL CAPITAL OUTLAY 424,000.00 0.00 88,000.00 15,000.00 49,500.00 ( 38,500.00) DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ TOTAL Parking 911,755.40 440,558.81 609,084.00 337,958.29 583,615.00 ( 25,469.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 49 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Debt Service EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ SERVICES ______________ ______________ ______________ ______________ ______________ ______________ DEBT SERVICE 8000-58-1125 Principle - Phone System 16,492.60 16,971.06 13,051.00 13,050.62 0.00 ( 13,051.00) 8000-58-1145 Note Payable -DPW Current 45,631.97 55,709.27 56,630.00 42,385.29 0.00 ( 56,630.00) 8000-58-2230 Interest Expense - Public 2,010.13 1,581.25 680.00 582.60 0.00 ( 680.00) 8000-58-2235 Interest Expense -Phone S 1,158.52 680.06 188.00 136.21 0.00 ( 188.00) 8000-58-3200 Loan Closing Cost Fees 131.10 0.00 0.00 0.00 0.00 0.00 TOTAL DEBT SERVICE 65,424.32 74,941.64 70,549.00 56,154.72 0.00 ( 70,549.00) TOTAL Debt Service 65,424.32 74,941.64 70,549.00 56,154.72 0.00 ( 70,549.00) ============== ============== ============== ============== ============== ============== 4-14-2017 06:54 PM C I T Y O F T Y B E E I S L A N D PAGE: 50 PROPOSED BUDGET WORKSHEET AS OF: APRIL 14, 2017 100-General Fund Other Financing Uses EXPENDITURES ------------- 2017 ------------- 2015 2016 CURRENT Y-T-D + 2018 BUDGET ACTUAL ACTUAL BUDGET ENCUMBERED BUDGET VARIANCE _________________________________________________________________________________________________________________________________________ DEPRECIATION/AMORTIZATIO ______________ ______________ ______________ ______________ ______________ ______________ OTHER COSTS ______________ ______________ ______________ ______________ ______________ ______________ DEBT SERVICE ______________ ______________ ______________ ______________ ______________ ______________ OTHER FINANCING USES 9000-61-1000 Contingency 0.00 0.00 48,737.00 0.00 0.00 ( 48,737.00) 9000-61-1001 Trans out Solid Waste Fun 0.00 0.00 262,526.00 98,542.94 264,050.00 1,524.00 9000-61-1002 Trans out E911 Fund 64,825.11 318,276.00 328,564.00 227,485.63 299,300.00 ( 29,264.00) 9000-61-1003 Transfer Out - Capital Pr 0.00 0.00 0.00 0.00 1,800,000.00 1,800,000.00 9000-61-1060 Transfer to Water & Sewer 0.00 0.00 81,558.00 0.00 0.00 ( 81,558.00) 9000-61-1220 Transfer to Grant Fund 22 0.00 0.00 445,410.00 0.00 0.00 ( 445,410.00) 9000-61-1340 Transfer to Capital Grant 0.00 0.00 1,800,000.00 0.00 0.00 ( 1,800,000.00) 9000-61-1555 Trans out River's End RV 135,442.00 0.00 49,913.00 27,946.00 200,301.00 150,388.00 TOTAL OTHER FINANCING USES 200,267.11 318,276.00 3,016,708.00 353,974.57 2,563,651.00 ( 453,057.00) TOTAL Other Financing Uses 200,267.11 318,276.00 3,016,708.00 353,974.57 2,563,651.00 ( 453,057.00) ============== ============== ============== ============== ============== ============== TOTAL EXPENDITURES 9,312,190.41 8,952,721.59 13,289,975.00 6,853,760.96 14,083,961.80 793,986.80 ============== ============== ============== ============== ============== ============== *** END OF REPORT *** Requests for New Positions General Fund: 100-1535 IT Support Specialist Grade 107 57,884.00$ 100-7220 Planning & Zoning Adm Specialist Grade 105 49,187.00$ 100-3510 Fire Firefighter Grade 106 49,608.00$ Fire Firefighter Grade 106 49,608.00$ Fire Firefighter Grade 106 49,608.00$ Total for General Fund:255,895.00$ Water Sewer Fund: 505-4310 Water W/S Maint Wkr I Grade 107 50,254.00$ Campground Fund: 555*6180 Campground Campground Clerk Grade 104 47,157.00$ Total Cost for new positions:353,306.00$ Est. additional cost for next budget for retirement:23,835.00$