Loading...
LTC 21-2003CITY OF MIAMI BEACH Office of the City Manager Letter to Commission No. To: From: Subject: Mayor David Dermer and Date: January 21, 2003 Members of the City Commission Jorge M. Gonzalez r~ .A.~c-,'// Murray H. Dubl:[il]~, City Manager ~_j~ ¢'v/~) City Attorney ~jU/~ ~[J~[/w ~ ~'~'~-~ UPDATE ON THE WATER/WASTEWATER'PUMP STATION PROJEC~ AND FELIX EQUITIES, INC. This is to provide you an update on the WaterNVastewater Pump Station projeCt and. the current situation with the Contractor, Felix Equities, Inc. (FEI). As you may recall, the~ity Commission ratified the Adm n strat on's defau t of FEI and gave the City Ma~ag~'the authority to enter into any and all contracts to complete the remaining work with associated authority to spend up to the amount appropriated for the FEI Contract. This occurred at the July 10, 2002 City Commission Meeting. The day after the Commission Meeting, the City was notified that FEI had filed for bankruptcy as of July 9, 2002. The filing of bankruptcy also constitutes a default of FEI's contract. However, due to the bankruptcy status, any changes in the status of FEI's contract with the City, including default, payments, additions, etc. must be approved by the bankruptcy court. In practical terms this means that the scope of work for the contract, the sub-contractors and suppliers, and the City's funding for the project are essentially frozen until the bankruptcy court issues a ruling as to how the FEI Contract with the City should be handled. In an effort to avoid the legal issues noted above, the City then submitted a claim to the surety company guaranteeing FEI's performance, which is United States Fidelity and Guaranty Company (USF&G), demanding that USF&G step in and finish the project. To date, USF&G, as well as FEI, have both taken the position that the surety is precluded from completing the project unless the bankruptcy court provides them permission to do so. Although the City has taken the position that the surety is legally separate from FEI, and thus the bankruptcy, neither party has accepted the City's position. The current situation, noted above, has caused the City to modify its approach in proceeding with the project. Based on the July 10th resolution, the City Manager was authorized to enter into any and all contracts necessary to complete the project with spending authority limited to the amount of the original contract with FEI. Ideally the project would have included some agreement with USF&G (who would cover excess costs) to finish the job and would have been handled by the City Manager under the authority granted in the resolution. Because of the legal issues involved, such as the pursuit of a settlement, it is likely that the City Commission will be requested to consider a package that will include approval of a replacement contractor that will finish all components of the original job. Letter to Commission January 21, 2003 Page 2 This LTC provides a status on those elements of the project that are either not anticipated to be subject to potential litigation or are issues to which all parties have previously agreed. Individual verbal briefings can be provided by the City Attorney and myself should a broader overview be requested. In order to move towards a settlement, all parties have agreed that it should be determined what the cost to complete the project with a replacement contractor will be. In moving towards this goal, the City is in the process of updating the construction documents to a point where potential replacement contractors can price the remainder of the job. This process requires the design firm (Camp Dresser McKee (CDM)) and FEI (as the contractor) to modify/edit the existing construction drawings to clearly reflect what has been constructed and what has not been constructed. From there, specifications and quantities of materials must also be updated. Finally, since the project is approximately 37.5% complete, a considerable amount of equipment and materials have already been purchased, which must also be identified within the updated construction documents. With this updated set of construction documents, it is believed that sufficient information will exist for a replacement contractor to price the job. Once a price is established for the completion of the project, all parties will be able to calculate the cost of the project over and above the existing contract price with FEI. With this information, the intention would be for FEI, USF&G, and the City to enter into settlement negotiations that would address the issues of all parties and allow the project to proceed. Any settlement proposal would need to be approved by the Bankruptcy court and then by the City Commission. In order to price the job, it is proposed that three contractors be chosen, who have a successful history with the surety and the design firm (CDM) for this type of work, and who also do not have a negative history with the City. CDM was asked to provide the names of three contractors with whom they have successfully completed problem projects and the surety and City staff were provided the opportunity to reject the contractors based on previous experience. CDM was asked to consider all the contractors it has worked with, as well as contractors that had expressed an interest to the City for this work. The nature of this project and the conditions under which a replacement contractor would be coming into the job create a situation where we believe it is imperative that the number of potential replacement contractors be limited to a small group. Further, the City should be reasonably assured that potential replacement contractors have experience with assuming partially completed projects of this nature. By way of illustration, the nature of the work includes inheriting a highly complex project that is only partially complete, where the construction documents utilized for pricing are modified original documents (not new documents), and where the successful contractor will need to assume responsibility for the work of the previous contractor. Accordingly, the three contractors identified through the process are (in no particular order): Poole & Kent, Project Integration, and R.J. Sullivan. Letter to Commission January 21,2003 Page 3 CDM delivered the updated construction documents in a satisfactory form on January 17, 2003. ClP is reviewing the CDM submittal for completion and will transmit them to USF&G for their review. USF&G will then transmit these documents to the three selected contractors and then schedule a walk-through of the project with the documents so that all three contractors have an in-depth understanding of the project, including what has been constructed by FEI and what remains pending. The walk-thru is now expected in the last week of January, depending on the promptness with which the surety reviews the submittal. The contractors will be asked to submit their pricing for the project, within three weeks of the walk-through, to the City and to the surety. The successful contractor, chosen from the above named three contractors, will be the best and most responsive and will provide the lowest price. Upon the receipt of the pricing, the City, FEI, and USF&G will finalize the discussions on how, what, and whether a final package will be submitted to the bankruptcy court and then to the City Commission for approval. If the parties are unsuccessful in coming to a mutual agreement that will allow the project to move forward, then the City will need to explore its remaining legal remedies. This is provided for your information. Please let me, or the City Attorney, know if you have any questions or concerns about the information in this LTC or the direction in which the City is.,~a~ng regarding this project. JM~M~rH c: Robert C. Middaugh, Assistant City Manager Fred Beckmann, Director of Public Works Tim Hemstreet, CIP Director F:\CAPI\$alI\TIMHEMS~LTC - Status Update on FEI 010203.doc