Loading...
Fourth Zone Water Tower ProjectMEMORANDUM October 15, 2002 TO:The Honorable Mayor and City Council Members FROM:Michael C. Van Milligen, City Manager SUBJECT:Fourth Zone Water Tower Project Sealed bids were received for the Fourth Zone Water Tower Project. Water Department Manager Bob Green recommends award of the contract to the Iow bidder, Landmark Structures I, L.P., in the amount of $1,206,000, which is approximately 4.65% above the Engineer's estimate, however still within our proposed budget. This contract will provide for the construction of a 1.25 million gallon composite elevated water tower (Alternate D) with the added alternate of a fiberglass screen to conceal most communication equipment, which would be located on top of the tower. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager CITY OF DUBUQUE,IOWA MEMORANDUM October 11, 2002 TO: Michael C. Van Milligen, City Manager FROM:Bob Green, Water Department Manager SUBJECT: Fourth Zone Water Tower Project INTRODUCTION: The purPose of this memorandum is to recommend that the City Council approve the attached resolutions adopting the plans and specifications and awarding the contract for the water tower project on John F. Kennedy Road. DISCUSSION: This project provides for a water tower to be constructed on John F. Kennedy Road. This project is part of an effort to supply water service to the residents in this area and will also provide water to the Industrial Park West and the County Care Facility. There are two different type tower designs and capacities being evaluated for this project. They include a fluted hydropillar that is constructed of all steel, and a composite elevated tank that is designed utilizing a welded steel storage tank on a reinforced concrete support column. The alternates with preliminary cost estimates are: · Alternate A- 1 MG Fluted Pillar $1,100,000 Altemate B - 1.25 Fluted Pillar $1,250,000 · Alternate C - 1 MG Fluted Composite Elevated Tank $I,000,000 · Alternate D - 1.25 MG Composite Elevated Tank $1,150,000 Ten bids were received from three contractors which included the four alternates identified. The bids were as follows: Company Alternate A Alternate B Alternate C Alternate D 1. Landmark Structures I, L.P. No Bid No Bid $1,065,000 $1,168,000 2. CB & I Constructors, Inc. $1,219,000 $1,329,000 $1,230,000 $1,341,000 3. Caldwell Tanks Inc. $1,226,000 $1,378,000 $1,244,000 $1,384,000 The above base bid proposals are for the water tower. In addition to this price the City requested an additional alternate bid for a fiberglass screen on the top of the tower. This fiberglass screen would conceal most communication equipment which would be located on the top of the tower. Fiberglass screen and support frame proposals Addition AItemate: Engineer Estimate: $50,000.00 Company 1. Caldwell Tanks, Inc. $47,000 2. CB & I Constructors, Inc. $75,000 3. Landmark Structures I, L P. $38,000 Previous hydraulic studies of this area have been conducted dudng the past seventeen years by Clapsaddle-Garber Associates, Fox Engineering and I.I.W. Engineering. The results from their reports recommended the need for a water tower in the system's Fourth Pressure Zone. Recent studies have determined that a 1 MG or a 1.25 MG capacity tower would be needed to support the demands in this area. Based on today's demands, development occurring in the West Industrial Park and to support future growth, it is Staff's recommendation that at 1.25 million gallon water tower be built. As identified in these proposals a composite tank is less expensive. The cost difference between a 1 MG and 1.25 MG tank is $103,000 or approximately 9.7% of the project cost. For this approximate additional 10% total project cost, the City would receive a 25% increase in the volume of the tank. Therefore based on previous Engineering reports, Water Department Staff's evaluation of projected growth, development studies and our consulting engineers, Veenstra & Kimm, Inc. input, we are recommending that the 1.25 million gallon Composite Elevated Water Tower with the additive alternate be built and that the award of contract be made to Landmark Structures I, L.P. in the amount identified below: Alternate D $1,168,000 Additive Alternate $ 38,000 TOTAL AWARD OF CONTRACT $1,206,000 The monies for this project will come from the sale of G.O. Bonds through our Capital Improvement Project Fund. The Engineer's estimate for this project was $1,150,000. The Iow bid is approximately 4.65% above the Engineer's estimate, however it is still within our proposed budget. ACTION REQUESTED: I recommend that the City Council approve the attached resolutions adopting the plans and specifications and awarding the contract to Landmark Structures I, L.P. of Fort Worth, Texas in the amount of $1,206,000. Attachments cc: Bill Baum, Community/Economic Development Manager Mike Koch, City Engineer Pauline Joyce, Administrative Services Manager Mike Brekke, Water Distribution Supervisor Bob Ervolino, Assistant Water Plant Manager File PREPARER: ROBERT M. GREEN, WATER DEPARTMENT MANAGER 1902 Hawthorne Street5894291 RESOLUTION NO.578-02 RESOLUTION ADOPTING PLANS AND SPECIFICATIONS Whereas, on the 16th day of September, 2002 plans, specifications, form of contract and estimated cost were filed with the City Clerk of Dubuque, Iowa for the construction of a water tower next to the Soccer Complex, located on John F. Kennedy Road. Whereas, notice of hearing on the plans, specifications, form of contract and estimated cost was published as required by law. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the said plans, specifications, form of contract and estimated cost are hereby approved as the plans, specifications, form of contract and estimated cost for said improvements for said project. Passed, approved, and adopted this 21st day of October, 2002. Terrance M. Duggan, Ms Attest: Jeanne F. Schneider, City Clerk PREPARER: ROBERT M. GREEN, WATER DEPARTMENT MANAGER 1902 HAWTHORNE STREET 589-4291 RESOLUTION NO.579-02 AWARDING CONTRACT TO LANDMARK STRUCTURES I, L.P. OF FORT WORTH, TEXAS FOR THE CONSTRUCTION OF A 1.25 MILLION GALLON COMPOSITE ELEVATED WATER TOWER WITH ACCESSORIES ON JOHN F. KENNEDY ROAD. Whereas, the Fourth Zone Water Tower project has been budgeted; and Whereas, Landmark Structures I, L.P. has submitted to the City an agreement to conduct construction services'of this improvement in the amount of $1,206,000; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the City Manager is authorized to execute the agreement for the construction services with Landmark Structures I, L.P. of Fort Worth, Texas for the construction of a 1.25 million gallon composite water tower in the amount of $1,206,000.00. Passed, adopted, and approved this 21st day of October, 2002. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, City Clerk Proposed water Tower Site VEENSTRA & KIMM INC. October 10, 2002 Robar~, M. Green Water Department Manager City of Dubuque 50 Wegt 13~r~ Street Dubuque, Iowa 52001-4864 DUBUQUE, IOWA FOURTH ZONE 1 MG WATER TOWER I~.EVIEW OF BIDS RFCOMME N DA'I'[ON TO AWA RD CONTRACT '[he City of Dubuque received bids until 2;00 P,M. on October 9, 2002 for the Fourth Zone t MG Water Tow'er project. The City of Dubucjue received bids from three separat'e cont~'aclors. Bids were received on four separate alternates. A summary of the alternates is as follows: Alternate A - 1 MG Fluted Pillar ATlemate B - 1.25 MG Fluted Pillar AIlernate C - 1 MG Composite Elevated Tank Alternate D - 1,25 MG Composite Elevated Tank A summary of Ihe bids received on October 9, 2002 is as follows: Contractor Alternate A Alternate B Alternate C Alternate D Caldwell Tanks, !nc. CB&t Constructors, Inc, Landmark SlrucJures i, L.P. $1,226,000 $1,378,000 $t,244,000 $1,384,000 $1,219,000 $t,329,000 $1,230,000 $ t,341,000 No Bid No Bid $1,065,000 $1,168,000 In addilion to the bids received for the four alternate water towers, the City of Dubuque received an additive alternate bid for a fiber§lass screen on Ihe to of' the tower. The additive bid does not affect tile award of contract. A summary of the additive bids received for the fiberglass sermon [s as fol~ows: Roberl M. Green October 10, 2002 Page 2 Contractors Additive Alternate Coldwell Tanks, Inc. CB&I Constructors, Inc. Landmark Structures I, L.P, $47,000 $75,000 $38,000 The Iow bids received by the City o,~ Dubuque for Alternate C and Alternate D, the two composite elevated tanks, was received from Landmark Structures |, E.P. '] he Iow bids for the composite elevated tank alternates were; Alternate C Alternate D Landmark Slructures I, L.P. $1,065,000 $1,168,000 The iow bids received by the City of Dubuque for the steel fluted pillar were received from C:B&I Constructors, lac, The Iow bids received on the fluted pillar are: Alternate A Alternate B CB&I Constructors, Inc. $1,219,000 $1,329,000 The Engineers Eslimate of cost for the project was prepared for each of the four alternates. The Engineers Estimate of cost for the project was as Alternate A $1,100,000 Alternate B $1,250,000 Alternate C $ t A~ternate D $1,150,000 A comparison of the low bids received far each alternate with the Engineers Es[imate of cost anti the deviation from the Engineers Estimate is: Engineers Percent Estimate Low Bid Deviation Alternate A $1,100,000 $1,219,000 +10.82% Alternate [3 $1,250,000 $1,329,000 +6.32% Alternate C $1,000,000 $t,065,000 +6.50% A~ternate D $1,150,000 $1,168,000 + 1.57% Robert M. Green October 10, 2002 Page 3 The City of Dubuque will first need to determine the alternate for which contract would be awarded. Once the alternate has been selected, the City would award contract to the Iovcest responsible and responsive bidder for the alternate selected. For the comparabIe tank sizes the bids received for the composite elevated tank is lower than the respective bid received for the fluted piliar design. A comparison of Jhe low bid received for tile 1 MG elevated tank and 1.25 MG elevated tank sizing is as follows: Composite Elevated Cost Tank Size Tank Steel Tank Difference 1 MG $1,065,000 $1,219,000 $154,000 1.25 MG $1,168,000 $1,329,000 $161,000 To address the decision makin§ process for the award of contract, it appears the City should resolve the following issues: 1. Determine whether the tank will be a composite elevated tank or fluled pillar. 2, Determine whether the tank will be a 1 MG tank or a 1.25 MG tank. 3. After determining the alternate 1o be selected, the City should decide whether to select [tie optional additive alternate. For comparable tank sizes, the composite elevated tank is significandy less cosily lhal'~ the steel fluted pillar. The cost savings for tile composite elevated tank is approximately $155,000 to $160,000, or in the general range of 14% of the cost of the tank. Although t~'~ere are not a large number of composite elevated tanks h~ Iowa, lhe ~-¢~mposite elevaled tank is ~aining popularity, especially for larger water towers. Each year there is an increasin~ number of composite elevated tanks constructed. The number of composite elevated tanks being constructed in northern ctimates is increasin§ each year. Based on the capital cost difference between the composite elevated tank and the stee! flu~ed pillar tank, it does not appear there is justification to incur the additional cost .~or the steel tank. Ti~e composite elevated tank appears to be a proven design concept. There does not appear to be any desi§n or concerns re§arding the composite elevated tank. Robert M. Green October 10, 2002 Page 4 The costs received for the 1,25 hAG tanks are very favorable ie comparison to the cost of the 1 MG tank, For the composite elevated tank, the cost differential between the 1 MG tank and the 1,25 MG tank is $103,000, or approximately 9.7% of the project cost, For this approximately 10% increase in the Intel project cost, the City' of Dubuque would receive a 2,5% increase in the volume of the tank. The analysis completed by the City of Dubuque would indicate either a 1 MG tank or a 1.25 MG tank would meet the long term storage requirements of the City. The I MG tank is large enough to meet the needs of the City, The 1.25 MG tank is not too large to operate within the fourth pressure zone. Based on the prices received for the four alternates, it would appear Alternate D is the preferable alternative from a cost perspective. This alternate is a 1.25 MG COmposite elevated tank. This alternate allows the City to construct a 1.25 MG tank for a lower cost than a 1 MG fluted pillar. Landmark SLructures I, L,P., the Iow bidder for the composite elevated tank, exclusively builds composite elevated tanks. Landmark Structures I, L.P. has constructed more composite elevated tanks than any other contractor in the United States. Landmark Structures I, LP. has constructed a significant number of composite elevated tanks of the size of 1 MG to 1.25 MG. Landmark Structures I, L,P. has the experience capability to construct the Fourth Zone 1 MG Water Tower. The price bid by Landmark Structures I, L,P. for the fiberglass screen trader the additive ahernate is $38,000, The cost for the additive alternate appears to be fair and reasonable. The additive alternate would add to the top of the elevated storage tank a fiberglass screen which would conceal most communication equipment which wot[id be located on the top of the tower, The Fourth Zone t MG Water Tower is a relatively short tower, '['he communication cctuipment on the top'of the tower will be relatively visible due to its height. The addition of the screen would appear to be a beneficial addition to the project, Veenstra & Kimm, inc. would recommend the City of Dubuque consider the additive ahemate to add the screen to the elevated storage tank. Robert M, Green October 10, 2002 Page 5 Based on review, Veenstra & Kimm, Inc. would recommend the City of Dubuque consider award o1' contract to Landmark S~uctures I, I_.P. for Alternate D with the additive alternate. The award of contract would be as follows'. Alternate D Additive Alternate Total Award of Contract $I,168~000 38.000 ~1,206,000 FoIlowin§ the award ot: contract, the Contract and Bonds will be prepared and transmitted to Landmark Structures I, L.P. If yc)u have any questions or comments concerning ~,he project, pJease contact us at 1 ~800~241-8000. VE£NSTRA & KIMM, INC. H. R. Vee~stra Jr. DUBUQUE, IOWA FOURTH ZONE 1 MG WATER TOWER BID TABULATION October 9, 2002 1. Alternate A - 1 MG Fluted Pillar Contractor Lump Sum Bid Deviation from Estimate En§ineers Estimate Coldwell Tanks, Inc. CB&I Constructors, Inc, Landmark Structures I, L.P. 51,100,000 1,226,000 1,219,000 No Bid ~- 11.45% +10.82% 2. Alternate B - 1.25 MG Fluted Pillar Contractor Lump Sum Bid Deviation from Estimate Engineers Estimate Coldwell Tank~, Inc. CB&I Constructors, Inc. Landmark Structures I, L.P. $1,250,000 1,378,000 1,329,000 No Bid + 10.24% +6.32% 3. Alternate C - 1 MG Composite Elevated Tank Contractor Lump Sum Bid Deviation from Estimate Engineers Estimate Caldwell Tanks, Inc. CB&I Constructors, Inc. Landm;rk Structures I, $1,000,000 1,244,000 I, 230,000 1,065,000 + 24.4% 23.00% + 6.50% 3435 Page 1 4. Alternate D - 1.25 MG Composite Elevated Tank Contractor Engineers Estimate Caldwe]l Tanks, Inc. CB&! Constructors, Inc. Landmark Structures I, L.P. Lump Sum Bid Deviation from Estimate $1,150,000 1,384,000 + 20.35% 1,341,000 + 16.61% 1,168,000 + 1.57% 5. Additive Alternate - Fiberglass Screen and Support Frame Contractor Engineers Est]mate Caidwel] Tanks, Inc. CB&[ Constructors, Inc. Landmark Structures I, L.P. Lump Sum Bid Deviation from Estimate $50,000 47,000 -6.00% 75,000 + 50.00% 38,000 -24.00% I hereby certl~ that this ~s a true tabulation of b~ds recewed on October 9 2002 by the City of Dubu~,ue Iowa · -, ~ ~ . ~ ,l~' ,~ '~ ~,~ H. Robert ~'~ H. Robert Veenstra Jr., P.E. Iowa License No. 903~ My license renewaJ date is December 31, 2002 3435 Page 2 5~-22E-0000 e 515-Z~S~784~FAX) * September $, 2002 Robert Mi Green Water Department'Manager City of Dubuque - 50 West 13m S~'eet Dubuque, Iowa S2001-4864 DUBUQUE, IOWA FOURTH ZONE 1 MG WATER TOWER ZONING APPROVAL PROCEDURE PRELIMINARY ESTIMATE OF COST As a part of the design of the Fourth Zone I MG Water'Tower project Veenstra & Kimm, inc. has prepared a preliminary estimate of cost for the project. The preliminary estimate of cost was prepared for each of the four alternates bein§ bid for the project. The preliminary estimate of cost for the construction of the project is: Alternate A- 1 MG Fluted Pillar $1,100,000 Alternate B - 1 MG Composite Elevated Tank 1,000,000 Alternate C - 1.25 MG Fluted Pillar 1,250,000 Alternate D - 1.25 MG Composite Elevated Tank 1,150,000 If you have any questions or comments ~co;tcerning the project, please con~c~ us at 1-800-241-8000. VEENSTRA &r~IMM, INC. H. R. Veenstra jr. 3435 Wegt Des Moim~ . Comlvfi[e ~, Omaha 'e ~a~ne ,~ Ma.mn Clty . Skxrz O~y MEMORANDUM September 10, 2002 TO:The Honorable Mayor and City Council Members FROM:Michael C. Van Milligen, City Manager SUBJECT:Fourth Zone Water Tower Project This project provides for the construction of a one million gallon water tower to be located next to the Soccer Complex on John F. Kennedy Road. This water tower will supply the needed pressure and water to the Dubuque County Fairgrounds, Westside Industrial Park, residential needs, and to support growth in this area. Water Department Manager Bob Green recommends initiation of the bidding process for the Fourth Zone Water Tower Project, and further recommends that a public hearing be set for October 21, 2002. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager CITY OF DUBUQUE, IOWA MEMORANDUM September 3, 2002 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager SUBJECT: Fourth Zone Water Tower Project INTRODUCTION: The purpose of this memorandum is to inform you that the plans and specifications have been completed and received from Veenstra & Kimm, Inc. of West Des Moines, Iowa for the construction of a one million gallon water tower. DISCUSSION: This project provides for the construction of a new water tower to be located next to the Soccer Complex, North of the Northwest Arterial on John F. Kennedy Road (See Attachment page 1). Thero are two different type tower designs and capacity sizes being evaluated for this project. Those being a fluted hydropillar that is constructed of all steel, or a composite elevated tank that is designed utilizing a welded steel storage tank on a reinforced concrete support column. The proposal schedule for this project is created in requesting these sizes and designs as four alternates. Those alternates with preliminary cost estimates are: · Alternate A- 1 MG Fluted Pillar $1,000,000 · Alternate B - 1 MG Composite Elevated Tank $1,000,000 · Alternate C - 1.25 MG Fluted Pillar $1,250,000 · Alternate D - 1.25 MG Composite Elevated Tank $1,150,000 (See Attachments pages 2-7) Both tower designs include the capability at a later date to add a second floor for future use. In addition, the design includes the installation of two single side doors and two overhead doors (front & back). This will allow the tower column to be used for material, equipment, and vehicle storage. The proposed color selected for this tower is Tnemec Daily Bread, which has been the City's standard for several years. The Contractor will be required though to submit other colors for review. The Engineer's proposed design includes the City,s name to be painted on the storage tank. The City's name would be positioned with its visibility being the strongest when traveling North and South on the Northwest Arterial (See Attachments pages 2-6). The monies budgeted for the construction services for this water tower project are from the FY '03 Budget and is in the Engineer's estimated cost of $1,000,000 to $1,250,000 dollars depending on the type design and capacity size selected. The schedule for the project is as follows: Advertisement of Bids Friday, Sept. 20, 2002 Notice of Hearing on plans and Specifications Friday, Oct. 11, 2002 Receipt of Bids Wed., Oct. 9, 2002 Public Hearing Mon., Oct.21, 2002 Award of Contract Mon., Oct. 21, 2002 Completion November 25, 2003 ACTION REQUESTED: Water Department Staff and I are recommending with your approval of the three attached Resolutions that the City Council establish a date for the Public Hearing and authorize the City Clerk to advertise for proposals. Enclosures cc: Pauline Joyce, Administrative Services Manager Barry Lindahl, Corporation Counsel Bill Baum, Community Economic Development Manager Mike Brekke, Water Distribution Supervisor File Preparer: Robert M. Green, Water Department Manager 1902 Hawthorne 589-4291 RESOLUTION NO. -02 PRELIMINARY APPROVAL OF PLANS AND SPECIFICATIONS Whereas, the proposed plans, specifications and form of contract for the construction of a water tower to be located along John F. Kennedy Road in the estimated amount of $1,250.000.00 dollars have been prepared by Veenstra & Kimm, Inc. of West Des Moines, Iowa. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. The proposed plans, specifications and form of Contract are approved and ordered filed in the office of the City Clerk for public inspection. Passed, approved and adopted this day of , 2002. Attest: Terrance M. Duggan, Mayor Jeanne F. Schneider, City Clerk Preparer: Robert M. Green, Water Department Manager 1902 Hawthorne Street 589-4291 RESOLUTION NO. -02 FIXING DATE FOR HEARING ON PLANS AND SPECIFICATIONS Whereas, the City Council of the City of Dubuque, Iowa has given its preliminary approval on the proposed plans, specifications, and form of contract and placed same on file in the office of the City Clerk for public inspection of the construction of a water tower to be located next to the Soccer Complex on John F. Kennedy Road. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That on the 21~t day of October, 2002 a public hearing will be held at 6:30 p.m. in the Public Library Auditorium at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and cost of said improvement, and the City Clerk be and is hereby directed to cause a notice of time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be not less than four days nor more than twenty days prior to the day fixed for this consideration. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, contract, or estimated cost of the improvement. Passed, adopted and approved this day of ,2002. Attest: Terrance M. Duggan, Mayor Jeanne F. Schneider, City Clerk Preparec Robeit M. Green~ Water Department Manager 1902 Hawthorne Street 589-4291 RESOLUTION NO. -02 ORDERING BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the construction of a water tower on John F. Kennedy Road is hereby ordered to be advertised for bids for construction. Section 2. That the amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the notice to bidders hereby approved as part of the plans and specifications heretofore adopted. Section 3. That the City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall not be less than four days nor more than twenty days prior to the receipt of said bids at 2:00 p. m. on the 9th day of October, 2002. Bids shall be opened and read by the City Clerk at said time and will be submitted to the Council for final action at 6:30 p.m. on the 21st day of October, 2002. Passed, approved and adopted this day of ,2002. Attest: Terrance M. Duggan, Mayor Jeanne F. Schneider, City Clerk Proposed Water Tower Site VEENSTRA & KIMM INC. 3000 Wes[own Parkway · West Des Moines, Iow~ 50266-1320 515-225-8000 · 515-22~-7848(FA)0 · 800-241-80000WATS) September 5, 2002 Robert ML Green Water Department Manager City of Dubuque 50 West 13th Street Dubuque, Iowa 52001-4864 DUBUQUE, IOWA FOURTH ZONE 1 MG WATER TOWER ZONING APPROVAL PROCEDURE PRELIMINARY ESTIMATE OF COST As a part of the design of the Fourth Zone 1 MG Water'Tower project Veenstra & Kimm, inc. has prepared a preliminary estimate of cost for the project. The preliminary estimate of cost was prepared for each of the four alternates being bid for the project. The preliminary estimate of cost for the construction of the project is: Alternate A - 1 MG Fluted Pillar $1,100,000 Alternate B - 1 MG Composite Elevated Tank 1,000,000 Alternate C - 1.25 MG Fluted Pillar 1,250,000 Alternate D - 1.25 MG Composite Elevated Tank 1,1.50,000 If you have any questions or comments concerning the project, please contact us. at 1-800-241-8000: VEENSTRA & KIMM, INC. H. R. Veenstra lt. West DeJ Moires · Coralville · Omaha - i~oline · Mason City · Sioux Cay