Loading...
HomeMy WebLinkAboutCC Resolution 10473 (GIS Mapping System Updates)RESOLUTION NO. 10473 RESOLUTION ACCEPTING PROPOSAL FROM TOWILL, INC. FOR UPDATES TO THE CITY GIS MAPPING SYSTEM, IN AN AMOUNT NOT TO EXCEED $42,250, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, Towill, Inc. has submitted a Mapping Update Proposal with a list of update options sought by City Staff for Updates to the City GIS Mapping System; and WHEREAS, Towill, Inc., has extensive experience in the field Professional Photogrammetric Engineering and GIS Mapping; NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that San Rafael City Council does hereby accept proposal from Towill, Inc. for Updates to the City GIS Mapping System; BE IT FURTHER ORDERED AND RESOLVED that the Mayor be authorized to execute the Agreement BE IT FURTHER RESOLVED that the Director of Public Works take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, Jeanne M. Leoncini, City Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 2"d day of August, 1999, by the following vote, to wit: -1- offib"NA 5 AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None rI)t .d JEAN M EONCINI, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES FOR UPDATES TO THE CITY OF SAN RAFAEL GIS MAPPING This Agreement is made and entered into this 2nd day of August 1999, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Towill, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that Professional Photogrammetric Engineering and GIS Mapping Consulting Services are required for the UPDATES TO THE CITY OF SAN RAFAEL GIS MAPPING (hereinafter "PROJECT"); and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Engineer is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to provide professional services as a Photogrammetric Engineer and GIS Mapping Consultant to update the City of San Rafael GIS Mapping, including, but not limited to, obtaining 1997 aerial photography and updating the San Rafael 1988 topographic maps in the vicinity of outdated mapping as delineated by City Staff, Converting the datum of the San Rafael 1988 topographic maps from NAD27 to NAD83(1992), and renumbering the attribute blocks in the Drainage Facility Mapping, as outlined in Task numbers 3.1, 3.3, and 5., in the Proposal from CONTRACTOR dated May 26, 1999, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". 4. DUTIES OF THE CITY CITY shall check and request all revisions necessary over the work performed by the CONTRACTOR as described in Tasks 3.1, 3.3, and 5 of Exhibit "A" attached hereto and incorporated herein. S. COMPENSATION For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a lump sum basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Any additional work must be authorized by the City Engineer and agreed by the Contractor in writing. Progress Payment based upon percentage of completion will be made by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 6. TERM OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project is complete. 7. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. Agreement o 2 C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 8. OWNERSHIP OF DOCUMENTS The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 9. INSPECTION AND AUDIT Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILTY The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million Agreement o 3 ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. Agreement o 4 12. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. 13. NONDISCRIMINATION CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinance, codes or regulations. 15. NO TI URD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: Agreement o 5 TO CITY: Mr. David M. Bernardi, (Project Manager) City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Warren P. McKean, P.E., (Project Director) 301 Mission Street, Suite 300 San Francisco, CA 94105 17. INDEPENDENT CONTRACTOR For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 18. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. Agreement o 6 20. WAIVERS The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver, of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. COSTS AND ATTORNEY's FEES The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 22. CITY BUSINESS LICENSE/OTHER TAXES CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 94-1682877, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL Mayor W11q -1� PRO ED AS TO ONTENT: Director of Public Works CONTRACTOR Towill, Inc. By: Title: f Agreement o 7 ATTEST: Ci Jerk 2 City Attorney Agreement o 8 �' ,1 RECEIVED �. X�'1►h►-E, A JUL 2 6 1999 PUBLIC WORKS DEPT. 301 MISSION STREET, SUITE 300, SAN FRANCISCO, I CAOU&RAFAEL I O �' "� inc.1 Telephone (415) 243-4384 • Fax (415) 243-8264 PROFESSIONAL SURVEYING, PHOTOGRAMMETRIC ENGINEERING, AND GIS SERVICES May 26, 1999 City of San Rafael Department of Public Works 1400 Fifth Ave. San Rafael, CA 94915-1560 Attention: Mr. Andrew J. Preston Deputy Director traea�� u�u�aa�s In response to your requests dated April 22, 1999 and May 4, 1999, Towill, Inc. submits the following proposal to provide professional photogrammetric and GIS services for San Rafael's Mapping/GIS system. The precise level of effort required for some of the tasks listed is difficult to establish until the existing data is carefully reviewed and software programs are run to test the consistency of the data. We will make our best attempt to quantify the effort required for each task based on our preliminary review of the City's data. TASK 1... TOPOLOGY 1.1 Build Topology We have been provided with an AutoCAD file with parcel lines and Assessor's Parcel Numbers (APNs) for an area that includes the City of San Rafael, Marinwood, and San Rafael Sanitation District. We will clean up the graphic data and build a topology based on parcel polygons. The topology will be linked to an ACCESS database provided by the City. Parcels that are in the database but not shown in the graphic file will be eliminated from the database in order to make the database file as efficient as possible. APNs that are in the graphic file but not in the database table will be added to the table. The APN text in the existing graphic file is justified top/center and seems to be adequate to correctly build the topology, so the justification will not be converted to middletcenter. Multi- story condominiums will be multi -linked to the same parcel polygon. This will enable a query to return all the parcels if any of the condominiums are selected. However AutoDesk has a limitation that it will only return the last linked parcel number as the result of a topological query. We will need to write a routine that will search a second table for all the APNs when a multi -story condo is queried. This is a relatively simple work -around that may be eliminated in future versions of AutoCAD MAP. 710_01 pd. �I W i 11. i n--Cj Mr. Andrew I Preston Page 2 May 26, 1999 1.2 Build Buffer Query for Noticing We have written an existing parcel buffer query for noticing routine that will only need to be customized for San Rafael's data structure. The existing routine suffers from a MAP3 limitation that can take up to 15 minutes to complete a report query from a topologically structured data set. We are currently looking into two ways to work around this limitation. One is to subdivide the data set into logically independent segments (such as parcel books), then limit the queries to only those segments. The selection of parcel books to query would be done by the system and will not require additional input from the operator. This method minimizes the size of the data that needs to be searched. The other method is to create a routine that emulates the report query, but uses faster database search engines that are available. 1.3 Update Parcel Mapping Recent parcel updates will be incorporated into the parcel map. This process is best performed before the topology is built and the database is linked because topology updating is much more cumbersome than topology building. We need to review the parcel update data before we can arrive at a cost to perform this task. 1.4 Documentation The processes involved to update the topology and database using MAP3 will be documented with clear instructions and screen captures for the most typical updates encountered. TASK 2—FIRE MAPPING 2.1 Review CAD Structure We will compare the existing fire mapping data with the standards set by the San Rafael Mapping System. To check the spatial consistency between the two data sets we will plot them together using a different color pen for each. We will determine if a portion of the City data can be utilized as a basemap for the Fire Mapping System. After determination of the City map layers required to take the place of Fire Map layers, we will create a standard query that will automatically build the Fire Map basemap from the current City map files. 2.2 Evaluate Update Methodology We will review the existing Fire Department "Run Books" and evaluate methodologies to update information and produce updated hardcopies. 2.3 Merge Fire Map Data into City System The City Map layers will be used as a basemap for the Fire Map files (see 2.1). We will also review the structure of the existing Fire Map data and make recommendations to City staff to simplify the layering and bring the Fire Map data into the City Map system. When this is accomplished the Fire Maps will become an integral part of the City Map System and the Fire Maps can be created by using standard queries from the City Map System. Features that can be shared with DPW functions will be totally incorporated into the DPW Mapping System. Features that are unique to the Fire Mapping System will be reorganized and maintained in a graphics file separate from the DPW Map System. V__ x n IV) I L 1W, ! OUji 11. i�1 Mr. Andrew J. Preston Page 3 May 26, 1999 2.4 Produce Updated "Run Books" A set of Updated "Run Books" will be plotted per Fire Department requirements. The data for each page of the Run Book will be queried from the City Mapping System as discussed in section 2.3. The Fire Department has asked for some revisions to the sheet format and these revisions will be incorporated. There is a set of maps in this series referred to as "Auxiliary Maps". This series apparently was created by selecting certain features from the City -Wide Mapping project under circumstances specified by the Fire Department. These features include swimming pools where hydrants are scarce, buildings in areas of high urban density, and vegetation where slopes are steep. Uniquely selecting these features and extracting them from one map series and importing them into another creates a condition where updates must be maintained on both systems. A more efficient and reliable method that maintains the basic principles of GIS is to store the data at one central location and create polygons describing the several conditions that require auxiliary map data for the Fire Maps. The GIS can then be used to extract the required data layers that fall within the boundaries of the defining polygons. Using this procedure map updates need only be done once and modifications to auxiliary data polygons becomes a simple task. 2.5 Documentation The current Fire Mapping system contains many files and requires many processes to operate. As mentioned in paragraph 2.3, we will restructure the data files to make them compatible with the Department of Public Works Mapping System. The structure of the data will be fully documented and the methods used to update the data and plot new maps will be documented. Standard queries used to extract the required data from both DPW files and Fire System files will be written to ensure consistency. The queries and the procedures to run them will be fully described. 2.6 Marinwood and S.RS.D. Additional Information Additional information for the Marinwood and S.R. S.D. areas will be provided by the City. Towill will provide a proposal to incorporate this data after it is received and reviewed. TASK 3 ... TOPOGRAPHIC MAP UPDATES 3.1 Update Portions of 1"=100' Topo Maps The San Rafael City -Wide Topographic Mapping Project was originally generated from aerial photography dated March 3, 1988. Much revision to streets, buildings, open space, etc. has occurred since that time and the map data does not reflect these changes. We have been supplied with an index map showing twenty-two areas that require updating. The twenty-two areas cover portions of approximately 40 map sheets. Towill, Inc. obtained aerial photography on March 25, 1997 for a County -Wide mapping project. It is proposed that the county photography be used to update the San Rafael topographic maps in the vicinity of the areas marked. The county photography was flown at 1 "=1000' while the original San Rafael photography was flown at 1"=667'. This scale difference will affect the accuracy of the planimetric data only slightly since modern instrumentation allows for greater enlargements. Some of the small features such as light poles and manholes may not be as visible on the smaller scale photography. The contour data cannot be compiled accurately at a 2' interval from the smaller scale photography. If requested, we can update the contours to the best of our ability where we see significant change. 710-011.6. �I W i 11. i -n-C-1 Mr. Andrew J. Preston Page 4 May 26, 1999 The new softcopy stereo compilation instruments that we would use for the map updates have a great advantage over conventional stereo plotters. They enable us to superimpose the existing AutoCAD map files directly over the stereo photographic models that are used to compile the map vector data. This process makes it relatively easy to locate and update changed areas since the old maps and the new photography can be viewed together. Earlier systems require a laborious, iterative search process to determine the areas of change and the conform between the new and old data. Also a significant cost savings is made possible by using the two year old county photography since the value of obtaining and controlling photography for mapping is significant. The procedure outlined here utilizes the advantages of stereo viewing over interpretation from monoscopic digital orthophotos. Estimating the cost to update a large mapping project in an urban area after a 10 year period is a difficult task. The preferred procedure would be to carefully review every square foot of the City and update all changed features. The cost of such a rigorous review would be prohibitive for the marginal gain in completeness for the City since areas of significant change are well known to City staff. The City has outlined twenty-two areas that have undergone major changes. A quick review of the original aerial city photography and the newer county photography has shown many less obvious, but significant changes that occur near but outside the limits described. It is our recommendation that we be instructed to quickly review the entire stereo model that we are required to set and compile updates for all changes in those models. This procedure makes the most efficient use of the photogrammetric process while limiting the scope to known geographic areas. We will supply a cost range for this work and suggest that it be performed on a cost reimbursable basis so that the project will gain the most benefit. 3.2 n/a 3.3 Convert NAD27 to NAD83(1992) Without changing the sheet format or sheet index, we will use the functionality of AutoCAD MAP3 to convert the existing map data from the horizontal datum NAD27 to NAD83(1992) which is the datum used by the county -wide mapping program. TASK 4 ... SEWER MAPPING No work will be performed at this time on the sewer mapping. We have enclosed a sample manhole "dip" field note template for your use in recording manhole pipe and invert data. TASK 5 ... DRAINAGE MAPPING We will modify AutoCAD drawing "Drainage.dwg". This file has 5907 blocks on layers SDCB, SDCO, SDHW, SDHWSP, SDMK AND SDNODE. These blocks have an identifier attribute that does not conform to a consistent numbering system. We will renumber the blocks with attributes starting at "D0001" and increasing numerically to "D5907". No other modifications will be performed. ,to, p.d. "A" O ���� �nyi Mr. Andrew J. Preston Page 5 FEE SCHEDULE Task 1. L.. Build Topology May 26, 1999 Towill, Inc. appreciates the opportunity to submit a proposal for this project, and we look forward to working with you. If you have any questions or need additional information, please call me. Very truly yours, TOWILL, INC. Warren P. McKean, P.E. Vice President Clean, build, link $ 3,000.00 Add Vertical Condos $ 1,500.00 Task 1.2... Build Buffer Query for Noticing Modify Existing Software $ 2,000.00 Improve Speed w/ Database Query $ 1,000.00 Improve Speed w/ Data Reformat $ 3,000.00 Task 1.3 ... Update Parcel Mapping need more info Task 1.4... Topology Documentation $ 900.00 Task 2. L.. Review CAD Structure $ 750.00 Task 2.2... Evaluate Update Methodology $ 400.00 Task 2.3... Merge Fire Map Data into City System $ 1,800.00 Task 2.4... Produce Updated "Run Books" $ 5,000.00 Create Topology for Auxiliary Data —$3,000 Task 2.5 ... Fire Map Documentation $1,800.00 Task 2.6... Marinwood and S.R.S.D. Additional Info. need more info Task 3.1... Update Portions of 1 "=100' Topo Maps $30,0004$40,000 Task 3.2 ... n/a n/a Task 3.3... Convert NAD27 to NAD83(1992) $ 2,050.00 Task 4..... Sewer Mapping n/a Task 5.....Drainage Map Block ID $ 200.00 May 26, 1999 Towill, Inc. appreciates the opportunity to submit a proposal for this project, and we look forward to working with you. If you have any questions or need additional information, please call me. Very truly yours, TOWILL, INC. Warren P. McKean, P.E. Vice President