6125 SW 68 ST_EB-2005 S LVA WCHTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
Instructions to the Design/Builder(DB):
These instructions are provided to further clarify the information contained in the Bid
Documents, including conceptual drawings, RFP, Design Criteria, all Addenda, and construction
agreement, and are not intended to conflict with the contractual documents contained in these
bid documents. If a conflict is discovered in the Bid documents, the DB shall always adhere to
the strictest requirements.
It is the intent of the City of South Miami to build a new restroom and community meeting room
facility with the highest standard of excellence in every aspect. It is the intent of this
Design/Build team to comply with all aspects of the RFP and provide the City with a
professional, technically competent team that will deliver a facility the City can be proud of.
The DB shall review the entire RFP, all applicable Codes, and conceptual drawings and base
his/her bid on the requirements contained herein.
General Criteria:
The DB shall provide a complete price as stated in the Contract documents for a total complete
building that meets all requirements of the bid documents. DB shall make all required
assumptions and stipulations to meet project guidelines, design criteria, applicable codes and
standards, and conceptual drawings. The drawings provided in these bid documents are
conceptual documents. They are NOT 100% completed drawings. The conceptual drawings
and design criteria provided are to be used as a basis from which the price is to be arrived at,
evolved, and determined to meet the project requirements. As such, the DB shall base his/her
bid upon all available information included in ALL of these publications. In all cases, the most
restrictive requirement for a product, material, and/or installation shall govern.
Temporary Utilities/ Fencing /Security:
The DB shall provide any temporary utilities, security, and/or fencing as required by the City of
South Miami during the construction of the project.
Sustainable Design Criteria:
This project will NOT be submitted for LEED certification. DB shall provide an alternate price to
provide solar powered water heater in lieu of conventional insta-hot as well as a price for solar
panels and inverter system to provide power for the project lighting fixtures. Separate Alternate
price shall also include be provided for occupancy sensors controlling the lights in each toilet
room, janitor closet, and community meeting room.
Division 2 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
Survey information provided by the City of South Miami is very inaccurate regarding existing
trees and sidewalks in the immediate project area. There are two existing trees nearby which
will remain. Substantial fill will be required to be brought on-site so that the entire building can
1
S LVA WCHTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
match be above the existing grade of the existing sidewalk near the font of the building. Fill
shall be good quality fill compacted to 95%. No geotechnical data has been provided. It is
assumed that the existing topsoil shall be cleared and grubbed to a depth of 1'-0" to allow for
installation of building pad. DB shall be responsible for verifying soil conditions onsite and shall
included in his/her bid all fill required.
DB shall slope areas around new building to existing drainage areas and shall match existing
grade. Green area disturbed during construction of the new building shall encourage positive
drainage away from the proposed building and sidewalks.
Provide concrete walkways to match existing as per conceptual drawings.
New sod shall be provided to match existing at all non-paved areas disturbed by the project.
Permanent galvanized chain link fence with top and bottom rail shall be required around
proposed condensing unit at location as shown on conceptual drawings.
The DB shall include in his/her price all the on-site work on the project as shown in the
conceptual drawings and required by the bid documents.
The DB shall include in his/her price all cut, fill, and landscape work that may be required due to
installation of new water, sewer, and electric service to the project.
Water Service
The DB shall connect to an existing 2" water line or 6" water line (This work will be by M-
DWASD forces at Contractor's expense approximate cost $2,500). Contractor to install 1"
backflow preventor and install 1" service line from meter to proposed building.
Sewer Service
The DB shall install 6" sanitary sewer service from existing 8" sewer main along SW 61St Court
to proposed building. Contractor to install CO by M-DWASD standards at R/W line and two way
clean-outs at 75-0" OC max per plumbing code.
Divisions 3, 4, and 5 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
The building is to be constructed of reinforced grout filled 8" dry stack masonry walls with
exposed painted finish. Wood roof trusses with plywood decking and shall be provided for roof
framing. Roof framing shall slope structurally. DB shall submit to the A/E for review shop
drawings signed and sealed by a Florida registered PE for the roof trusses.
Division 6 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
2
SILVA ICHiTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
Casework on the project shall be plywood with plastic laminate finish and 4" backsplash.
Provide HC accessible casework underneath sink and provide (1) door with one adjustable shelf
in remaining area.
Division 7 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
Roofing on the project shall consist of standing seam metal roof over trusses and plywood
decking installed as per manufacturer's Miami-Dade County NOA.
DB shall provide flashing and curbs as required for all roof penetrations, including any roof
mounted HVAC equipment and/or VTR's. All penetrations shall comply with roofing
manufacturer's Miami-Dade County NOA. Provide continuous vent at eaves.
Provide continuous gutters with two downspouts discharging to (2) drywells. Gutters and
downspouts shall be metal by roofing manufacturer to match standing seam roof.
Roof finish and fire rating shall be as per Code.
Division 8 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
DB shall provide complete scope of work for impact resistant hollow metal doors at all exterior
locations except at the Community Meeting Room door. Hollow metal exterior frames shall be
painted and filled solid with grout poured in place. Hardware shall be as per Miami-Dade
County NOA. Hollow metal doors at Toilet Rooms and Janitor Closet shall be impact resistant
full louver doors.
Storefront system at Community Meeting Room shall be impact resistant aluminum storefront
system with door and anodized aluminum finish. All steel required for installation of the
storefront systems shall be included in the scope of work. Hardware shall be as per Miami-
Dade County NOA.
Division 9 Project Specific Design Criteria:.
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
All interior partitions shall be floor to ceiling to provide for acoustical & security separation of
spaces. Finishes shall be as per below:
3
SILVA WCHTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
Community Room
Walls painted drywall over PT furring strips and R5 wall insulation.
Interior of block walls shall be treated with waterproofing compound .
Floor shall be VCT.
Base shall be 4" high rubber cove.
Ceiling shall be painted drywall. Ceiling is required to have 1 hour fire rating.
Insulation shall be R20 batt lay-in insulation over drywall ceiling in attic space.
Wall separating Community Room from Toilets and Janitor closet shall be 1-hour fire rated.
Toilet Rooms
Walls exposed CMU painted with waterproofing compound.
Floor shall be sealed concrete.
Ceiling shall be painted stucco on metal lath. Ceiling is required to have 1 hour fire rating.
Insulation shall be R20 batt lay-in insulation over drywall ceiling in attic space.
Janitor Closet
Walls exposed CMU painted with waterproofing compound.
Floor shall be sealed concrete.
Ceiling shall be painted stucco on metal lath. Ceiling is required to have 1 hour fire rating.
Insulation shall be R20 batt lay-in insulation over drywall ceiling in attic space.
Exterior
Standing seam metal roof to match existing gazebo roof.
Hollow metal door shall be painted.
Storefront and storefront door shall be anodized aluminum.
Wall finish shall be painted 8" dry stack CMU wall OR painted stucco on CMU wall at
Contractor's option. If painted stucco is chosen, Contractor may delete all interior waterproofing
coatings.
Division 10 Project Specific Desian Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
Provide for grab bars and electric hand dryers at each bathroom.
Division 11 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
No special requirements this section.
4
S LVA WCHiTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
Division 12 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
DB shall include blinds or roll down shades at all windows.
Division 13 Project Specific Design Criteria:
DB shall provide scope of work as shown on RFP, City of South Miami requirements, all
Addenda, construction agreement, all applicable Codes and Standards, and Project Specific
Design Criteria as outlined below.
Telephone jack shall be provided in Community Room. DB shall include connection of the jack
with AT&T.
TV distribution system is via cable and required. One jack shall be located in the Community
Room. DB shall include connection of the jack with Comcast.
EMS: Programmable T-stat for Mini-Split unit. Fans in Toilet Rooms shall be interlocked with
lights.
Division 15 Project Specific Design Criteria:
PLUMBING
1. Some items to note:
A. All toilets are floor mounted, elongated floor discharge, low flow in compliance
with Miami-Dade County Ordinance.
B. Lavatories shall be metered low flow heavy duty fixtures in compliance with
Miami-Dade County Ordinance.
C. Floor drains are required in Toilet Rooms with trap primers.
D. Provide a janitor sink and hose bibb in the Janitor Closet.
E. Provide front access HC accessible (shallow) stainless steel sink and faucet in
Community Meeting Room.
F. Provide exterior wall mounted vandalproof Hi-Lo drinking fountain at exterior of
building.
G. Provide two exterior downspouts for roof drainage, converting to round pipe and
running underground to one 36" diameter drywell.
5
S LVA WCHTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
H. Provide condensate drain line for Mini-Split system and run underground to
drywell.
2. As a recap, note the following:
A. Piping by type:
1. Sanitary, storm (underground): PVC schedule 40
2. Sanitary (above): PVC, schedule 40
3. Water(underground) type L copper.
4. Water(above) type M copper
5. Condensate- PVC underground; insulated PVC, above ground.
B. Air chambers required.
C. Provide a 4.6 kW instantaneous electric water heater for the janitor sink.
HVAC
1. There will be a single Mini-Split DX system with minimum Code required efficiency.
2. System will be a 2-ton system with an outside air through wall connection.
3. Fan coil should be exposed wall mounted with auxiliary float switch.
4. Condensing unit will be floor mounted at exterior in chain link enclosure.
5. Toilet Rooms and Janitor Closet are to be exhausted only with regular galvanized ducts.
An intake door louver is required at the doors for Toilet Rooms & Janitor Closet. Provide
one ceiling exhaust fan with roof discharge cowl at each Toilet Room & Janitor Closet.
6. Provide fire dampers at ceiling grilles at Toilet Rooms & Janitor Closet.
Division 16 Project Specific Design Criteria:
1. Final coordination with FPL, Comcast and AT&T has not been done. Routing of power,
telephone and CATV service conduits to park will have to be planned for. Contractor to
provide pull boxes as required by utility company.
All manholes and pull boxes required to be included as necessary. This work must be
included in the cost of the work.
Preliminary investigation with FPL indicates a new pole and aerial service will be
required.
2. Conduit Specification: PVC is allowed under slab and underground throughout site,
Feeders to be rigid galvanized above slab. Branch circuits can be PVC under slab and
EMT above, as allowed by code.
3. Lighting will be fluorescent throughout building. Lighting controls require combination
occupancy sensor/light switch in each space.
6
S LVA WCHTECTS
PROJECT SPECIFIC DESIGN CRITERIA
City of South Miami Marshall Williamson Park Project
RFQ No. CRA-09-1910
4. A complete system of direct building lightning protection will be required for the building.
5. Entry conduit for BellSouth and Cable TV from the property line must be provided by this
Division.
6. Electrical contractor shall provide power to building as required.
7. Electrical Contractor to provide electrical feed for all mechanical equipment including
condensing unit, mini-split unit, and exhaust fans.
8. Electrical Contractor to provide power for (1) 4.6 kW insta-hot electric water heater at
Janitor Closet.
9. Electrical Contractor to provide convenience outlets as required by Code in all rooms as
well as a dedicated outlet for TV near cable jack in Community Meeting Room.
10. Provide WP, GFI receptacle next to condensing unit at exterior.
11. Power distribution will be 120/208 volts single phase or 120/240 volts single phase to be
determined by FPL.
12. Provide (1) emergency lighting fixture and (1) exit light, both powered by battery back-
up, at Community Meeting Room.
13. All wiring copper, THWN_(wet) or THHN (dry) insulation.
14. All panel boards will have copper busses, ground busses, and bolt-on breakers. Panels
shall be recessed and located in Community Meeting Room.
15. Service to be 100 amps, 120/240 volt or 120/208 volt as per FPL and a 120/208 volt
panel (100A). Meter and WP fused service disconnect to be mounted on exterior wall
back to back with panel.
16. Provide wall mounted 1X4 strip fixture with vandal-proof housing at each Toilet Room.
17. Provide wall mounted 1X4 strip fixture with wireguard at Janitor Closet.
18. Provide (4) wall mounted vandal-proof security lighting fixtures at each door controlled
via photocell.
19. Provide electrical power for(1) electric hand dryer in each Toilet Room.
20. Provide (4) 2X4 lay-in fixtures with 3F32WT8 lamps in each. Fixture is to be installed in
fire rated ceiling and must be fire rated.
END OF CRITERIA
7
I �
g
j ml
fill
\Jo,T
DO_ —
a /
° IF a $ fill
Z g �
$ a
Z Ill ilia
a
4
a
a fill
Jill Jill
fit �-
ja
0
S Z
;:z
HHE.� �° All
1� O
j
D I m m
aa
rm'- 9 P9 T g5 m gs< P g C/3
a = is r $Ga r 5 Ca
D 5 D p,5 D ��All It < 2g € Alit
Z
Q 0.EVWOMS
SILI/A ARCHITECTS MARSSHHALLFNW�o�PARK
PLANS �D
+S7 Iii j$r RESTROOM5 AND DETAILS
rE t E s� P�tW�i.4� A At 00 s mgr 0. COMMUNr Y ROOM
Page 1 of 1
Lauderman, Patricia
From: Lauderman, Patricia
Sent: Friday, November 04, 2005 7:49 AM
To: David, Stephen; Mccants, James; Council, Lorraine
Cc: O'Donniley,Don; Cabrera, Lourdes;Youkilis, Sanford
Subject: Marshall Williamson Park Improvements
Good morning to all:
Please find attached agenda and approved minutes for Marshall Williamson Park Improvements for David D.
Bethel Pavilion, which came before the ERPB Board as a presentation item on Oct 6, 2005. (Hard copy of the
presentation booklet prepared by the architect for the design of the pavilion was previously provided).
Thank you,
-Patricia L
11/4/2005
ilk
SOUTH!
04 ��
� q
E�
U
INCORPORATED
1927
O RYA
CITY OF SOUTH MIAMI
ENVIRONMENTAL REVIEW & PRESERVATION BOARD
REGULAR MEETING
SUMMARY MINUTES
Thursday, October 6,2005
8:30 AM
L CALL TO ORDER
Action: Mr. Trautman, Chairperson, called the meeting to order at 8:30 A.M.
II. PLEDGE OF ALLEGIANCE
Action: The Pledge of Allegiance was recited in unison.
III. ROLL CALL
Action: Mr. Trautman performed roll call.
Board members present constituting a quorum: Mr. Trautman, Ms. Mark, Mr. Ms. Morales-
Fernandez, Mr. Jude, and Mr. Vitalini.
Board members absent: Mr. Balli.
City staff present: R. Don O'Donniley (Planning Director), Lourdes Cabrera-Hernandez (Planner),
and Patricia E. Lauderman(absent).
IV. PRESENTATION
lip,
r
Applicant: CRA Dept and C3TS for:
Marshall Williamson Park Improvements
for David D. Bethel Pavilion
Location: 6125 SW 68 Street. So. Miami, FL
Request: The applicant is requesting comments from
the Board for the above-referenced address.
Action: The Board discussed the improvements and addressed specifically two topics: the
architecture of the David D. Bethel pavilion and the tables that will be used in the pavilion.
a✓� Rs
Architecture: The Board recommended increasing the section which connects the columns and the
roof or providing a band / establisher above the columns and then the roof on top of the band/
establisher.
Tables and seats: The Board suggested providing elongated yet smaller tables that could
accommodate more people and that may be more practical for playing board games.
V. REQUESTS
1) AWNING INSTALLATION [ERPB-05-067]
Applicant: Miami Awning
Location: 5815 SW 73 Street
Request: The applicant is requesting final
approval for the awning installation
for the existing retail business, located
at the above referenced location.
Applicant present: Representative from Miami Awning
Action: On September 6, 2005 the proposed awning was deferred with conditions. At today's
meeting, the Board discussed the revised / adjusted awning proposal for the existing two-story
building.
Motion: Mr. Trautman moved to approve as presented. Mr. Jude seconded the motion.
Vote: Approved 5 Opposed 0
2) EXTERIOR RENOVATION [ERPB-05-072]
Applicant: Alvaro J. Espinoza
Location: 5818 SW 68 Street
Request: The applicant is requesting final approval
for the exterior renovation of the
existing, at the above referenced
property.
Applicant present: Representative from JAM Welding Service, Inc.
Action: At today's meeting, the Board discussed the applicant's proposal to upgrade the current
conditions. The Board addressed the proposal which included signage, exterior painting and the
installation of a new gate.
ERPB MINUTES 10-6-05
Page 2 of 5
CITY OF SOUTH MIAMI
Environmental Review & Preservation Board
Regular Meeting Agenda
Thursday, October 6, 2005
City Commission Chambers
8:30 A.M.
I. Call to Order
II. Pledge of Allegiance to the Flag
III. Roll Call
IV. Presentation:
D) ITEM: ERPB-05-074
City of South Miami, CRA Dept. Applicant: Simon LLC
and C3TS for: Location: 6550 SW 75th Terrace
Marshall Williamson Park South Miami, FL
Improvements and Request: New Const. Preliminary
David D. Bethel Pavilion
6125 SW 68th Street
South Miami, FL E) ITEM: ERPB-05-075
Applicant: Allan Bittman
Location: 6193 SW 72nd Street
V. Requests are as follows: South Miami, FL
Request: Exterior Renovation
A) ITEM: ERPB-05-067
Applicant: Miami Awning F) ITEM: ERPB-05-076
Location: 5815 SW 73r Street Applicant: Frank Palmer
South Miami, FL Location: 5711 SW 83rd Street
Request: Awning Installation South Miami, FL
Request: Revisions
B) ITEM: ERPB-05-072 VI. Approval of Minutes:
Applicant: Alvaro J. Espinoza
Location: 5818 SW 68th Street A. ERPB minutes of
South Miami, FL September 6, 2005
Request: Exterior Renovation meeting.
B. ERPB Administrative
C) ITEM: ERPB-05-073 minutes of September 20,
Applicant: Solveig G. LLC 2005 meetin g City Hall
Location: 7710 SW 67th Avenue closed due to tropical
South Miami, FL storm "Rita."
Request: New Const. Preliminary
LCH
Created by City of South Miami
K:\ERPB\ERPB Agendas\2005 AGENDAS\ERPB
October 6,thursday 2005\ERPB-AGENDA October 6,
2005.doc+
C 3 T S Page No. 1 of 1 Pages
CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A.
Engineers*Architects*Planners
901 Ponce De Leon Boulevard,Suite 900 LETTER ,
Coral Gables,Florida 33134 OF
(305)445-2900 DADE TRANSMITTAL
1(800)448-0227 FAX(305)445-3366
Date: 9/29/2005
TO: City of South Miami PROJECT NO.: 1929-022-01-05
6130 Sunset Dr. ATTENTION: Lourdes Cabrera
SW 72nd St. TELEPHONE No.: (305)663-6347
Miami,FL 33163 Re: ERPB Board Drawings
WE ARE SENDING YOU: ❑ Attached ❑ Via Fax ❑ Via Fed Ex. X❑ Hand Delivery ❑ Under separate cover the following:
TIShop Drawings ❑ Prints ❑ Plans D Reports E] Samples ❑ Reproducibles
❑ Copy of Letter Change Order ❑ Specifications ❑ Diskettes ❑ Other: - ❑ Proposal
COPIES DATE'. ISRAWING.NUMBER' DESCRIPTION
1 9/12/20051929-022-01-05 Drawings
THESE ARE TRANSMITTED as checked below:
❑ For approval ❑ Approved as submitted ❑ Resubmit ❑ copies for approval
TIFor your use F� Approved as noted 1:1 Submit a copies for distribution
❑ As requested ❑ Returned for corrections ❑ Return ❑ corrected prints
- ❑ Other ❑ For review and comment ❑ For your information
ElFOR BID DUE/DATE: E-1 PRINTS RETURNED AFTER LOAN TO US
REMARKS:
COPY TO:
SIGNED:
It enclosures are not as n—d.please notity us at once
FOR INTERNAL USE:
❑ General ❑Correspondence ❑ Design File ❑ Accounting ❑ Proposal ❑ Permits
❑ Drainage ❑RIW-Survey ❑ Structures ❑ Utilities ❑ Geotech ❑ Architecture
C3TS Letter of Transroittal.xls Rev.5-7-98
m
moaaN ; �a � 4m Q
9§58 <� aNmp m A'
>X!g- p r
= n nay. --�
mo m Q g� 5"`3i m Z m
Q� o �N cA�°�
mn� A o °g A poem-N a ,m
D $
joy 4,; �§� mom;gym o"9�
>x N a "e N un W off= 988 P9 ^ 9
Ae o �� o cos °�
CD
p -
m
° n aeo _� oa
ma �§ �o� "N w n E," F � � RAC rf CD
- fpm FPW4 ssP P 3,61
a1
A
i 'and g u° y m
°m o 2 `"m y A
n i p> �N o Svc wpm AZm �s "£ cn
9 mom m�� �T> A
��Am e x "" El €>
aq
= p o m _ <
E y� �
° a s gF prmN �fm� � Nr ■
poo ua ^
a
m '9000 0 O
3
o n D 3 3
(D 2* H
_ � � 03 d
0.o �■
n vy c � .. CD w
m ^� Z N 0 F
cn ° n
x my Aom O
� �P �� mo � 3r' 3 C� 3c�i � 3 3
z z zs> D , CO m 3 CD
cn
n mp oi �" tu �an; a N
/�1�7�' ?� •� w
von o N
N, 59 W, 0' CO) � O
n n o=ff W f3D G Z 6 ID
p CD O SU o y ' N O_
3 O n -
'� m
c m 8o
�o Wm
n a v
z^Z <z I _
X g F o Z no a W
m z r O Z A .a Z \
Z O y z m
c
x A z O
\ S
A
x c�nv r�+�+-immmmrim OOn nnnnnn�,nm.��DD D '
zzzz.zi�
n
W
m mmma monnnnnn nn nm�PDD
m�o_noo _oo m
-�oNC
0.<F° _ _ D
o
m "n�oC2
30 —i
s m o- _
O
FFF« ccc (nmin �IAI��I1AVOVaozzz SCC�-Z
vn\app 2C)h��OAr�C>SN<Oti yntiOn��niH-�
O
Z r fd 7
■ Y roadiq�
N(o� �-
Fofmm�occc,<���n�3^vi
`
no c
Z i 4 a Nom`
Aw�D rn D
m ,d' 3i MS
O o 0 0 0 <0
s § '
�8
z k .
m
X
m r
ti
�r
0 O
OD
m-,
Oo
z
O
n -
N U c\n D 8 IV O _ C oQ P D -s
C 0 0 5 r o�Q- ►
m< cn s 3 � Z r N J p C 11-1.
--r — _ m o IV C --
c _
_p "' o Ilan -r, � ,� o � (D -+ A cn Z ry o m r o o U o D (D (D n Q z � < ►S CD o o o C C!J N C/) ► ll
D r.��,o(D
-j m
N N N N N W U1 W p N U1 lU A
N A 6� O� O N l� 6` Q� O N l� 6l O� O N A
O O O O O O O O O O O O O O O O O O 3 z O O O
>
z-I
DA-im m
mugpx N ,
N
M 70
J
Ln 70 7 _
1 I C A M 0
I 1 I mAC3
-ImZD�I
I I I -jm i DO"'zml I
I O
I N
6 �I _ I
I�� �\am
��\�\\\
I i 1 3C I
\ m�
u
,. — - ----- -- -----I y I '�
I I I I I I I I I I I I I I I I I r 1 I
u I I I I I I I I I I 1 I I I I \ I I
r--- -r----rt- --- -- -'-- -----------+-----�- -- -- 4- - -- -- ----- -----f---- ----- --
- - -- Cf-- --
I I I I I I I I I I I I 1 I
I I I• L,� OOA I I\ I
I I I I I I I I I I I I I I zrn°' I i
_L____�_____I___ _L 3
J -- -� --- -- ----- ---L ---- - ---- --�-- -- ---N-f-A-°L
mmm
I I \ I pA>
Amp i
r- ADD
--- ----- - - -- --- - -
J I �---- I-----I -- - I --1 ----4-- ---t-----I--- -r- r ---'t ----I--D�r-- I -4-
9 mAm
- mz
__,_Q Z 2--v -- m Z el ra-cry-----r----+-----�----
L----+- --------r- + -- ----- - - -- --1 280
I' 30 zm mm1 I A
I xn pz xl
O
J I A ZA X11
- - - -------- - -- --- -I-- -� -- 1 7- - ---__--
--- 1- ---- -----I--- -a ---1-----I - - -- -J 260'
_DA
C Z n p to l to 0>
C i m rn� r�
- Er=___rt_____I____-r .y _ ___I____-
- mOrx I �I
ymn� I 1 zl 1 O =D m
Z1AZ i -( I mm 3
J OnG� I A 1 1 M> O
J r--�-t-- -�--A-r„r--- - =------ -- r- --+---- -----1--- -+=--- -----r ----�---- - - +---- 220' Do m
3 3=rAl W 1 A m
D D1nl p z N
z zAOZI I 1 IS F
I I I �nl I I I I. I 1 I I I •� I �
J I--- -- --- - " �-----1 ----I----- - --- -- --I---- ------t-----I- - - --- -- ---- 200' n m
I I I I I 1 I I I
I 7 O z N
N
p m
I 1 Y�
�_ --- ---- ---------- - -- ---- 1 r ---rt----- ----4 - - - - - - -rt----- 180'
I I I I I I I I I I I I o
I I I I I I I I I I I I I O
I I I I I I I I I I
- I I q' I I
I I I I I I I I I I I
I
----- ---------- - --�- - -- ----1-----I - --t - --1--- - - - ---- 140'
I I I I 1 I I I I O
I I I I I I I I 1 I I I -
�C-I - - - -I- ---I - -
J �cZ ---- I NI20'
mG�- I I I r rt----
060 1 3A0 1 A
I m-=io I zC O
3_U O
> I
r----t -- �- m--I- -- t---- ----- -------- -1100'
I I I N
I I I I I I I I I O
I I I I I I I I I
I rn Q
j 1------1- -- ------a------G------- --- ----1--- --a-----�80' D
I I u O
o O
I I I I I I I
�
Z
--- -- -=- - ---- -- -------1----- 20'
I Qo
I I I I I I
I I I I
L -(_j L-- - 1------- - ----1 JO' m
M
X
0 0 0 o p
- o 0
Xm ppm D
Z3 rr r
N 0 n p m n
Lzm mm OOz
A> mm AA
<� DN 3 � '¢
mp p7 Dm
N N NLZ 2r
D z
A -I
O
U J E o s m o
g..Co)
Q'M New Construction for. _ m
D_ 000 >
M R 0 6 > _
M° o Z /< N Marshall Williamson Park m �O � O . V.' • ' •
Q M O oo O C B —
m O-, m O o m 2 Bo' oQ Nm '=m (D m • ►
m N m SOUTH MIAMI FLORIDA g �p �I/ w
D y s $ oD o ° City of South Miami �> { •
YO T 'wag fA Cn C/1 • ► • ��
U
OUnr AAOm k
NmDZA D m-cF
°003°= >�ODO Ln
NmDDA A11Z �
dmpmm Dmzm
nO3 -A{ MG,2fm
p N Az0 D
`N I D
Dm
i0 Am=O
3 r x z f
m- m-
Z A z
JDp Dp
v
l \
rr I I
\ I /
I I
/
M m m X
zr Zr @m
X
/ \ , 7 N r
1C,=-I D1 () I
I o I G)�:1 5 -rn
mDNxmp p�
■ 1 (m1°A z z A D q�D
i 1pmmrA _D D=m
Z .�N N
\ n o 0
\ // r1MN�1 zD0
A
mpnzm �D
nX
\ 15 ,Zpj Z
\ G'
o i i y��07
\ 160 _
I
.0 I O
I
7
1
1
n Z
I D m
/ m�
/ ■
/ N u
O
M
-n
r
D
Z
f
I .
D x x New Construction for: g2�o�� T
D z n _
M �N F —
m < N a U _ mom oT _z o N m Marshall Williamson Parka ° " ' • ' •
0 2 -O Z =i — 0 0 0 .. FSm� ..N oo OZ
m m N 8g °; oNNm SOUTH MIAMI FLORIDA �o$a n W
z s z ob N T D City of South Miami aN� -, • y
�bo� 0 Nom-ao° Cn W W • •
111=111°111.1�1=
1 n-u 1-1 n-1 u_n
°111_111-III-111-
I I I-III=1I I=111=1
-�-11 L-III=111
I I IL I I°111_111- �
_I I_ =111_Il
I I-111=I11 111=111
.11 GA
III=11 L=111=1 I I
1=I I I1=1 I 1=1_11=
111=111=I I II-I
1=I I I1=I I I1=1 I I
-rl n111 -r
-III=T-
6' �
L=11-I-I
w
I_IIIIIIIIIII - %z,- rpu�nmg Dm0 n
D-j DO OAmmrD n03
—III=1 i o�N nym-Imp C)20:- / \ w
III=III m mm nfmpnm IM a
=II I=1 A0A, mzrcAA Nn- \
=11
II=III
11=III-I m mzrn0 zA-lrpO /
III=111- 0 a x 7>
=111=
L=111-I i r \ \
=111 zmm / n
11=1
1=III D j m \\ 5'-8 /4"
z r Nn
n1111 I
=1T=1 -------
III-III
m? 11=-11-III I 1 Am sp x N r a cD n
D ® K n D om
1 1 1 : 1N`n
\
1
r< 3> 3>
=Z Mzz � 01->Ca=7 m Az m r m>n p r m z
�p Do-U AnrN �� N
u r II—III- OZ x Ii r I�m� _Amy tmnm@ tnrni: mom p
III-I O N D I��L nx -iD cD1Lm O
11=III_ �"Am _ J O I n Dm- D A m �` N AAO-r x m
b III=1 opo N b I�m� r�A _ - i m �DA �>_ _A
'z —III pp oo
-III=1 OAZ3 .Z D I=OZ Amo N AN ^c rn7C n
11=III ° ' °706�UNZN r
o IU, uNm ^c D7z
m I = z 1= z r x 3 7 z
< 11111111 ® i 0 I / N \ m Nmr O N >rn
-III=1 m N z r-,)o
D 111111111 ��-C�77 Om o =�D m
"'I �IIImI ------ N II 11 1 A-ni - o1Dic A
-III- ___-___ A -, I" D N Az F
11=1 g II
Z 1111111 ` \ J IT n3 A
=1 /
1=1111 Z /
I-111
I-111
1111
F
I` 111 I- \ /
I I v
111111 �-n 3/4"
EA7^''0 7ArOtnp7DA
-III_ '10 APDA r0 mz flAD>A DD�m mAm1D
AAArzN rcA m-i DfiC Dfmi nzS.A>D3'I<
^NE pA ..�63 Op Dzm O rDrnmD Z�-i D AFm n oro
-�(mD DO 0MrQDiD1 <pD Dg -1 u�m'1 >> rmN�O2 ' 'r-11 Y,Az °mA
AmD zp ernO�m-mo 1A'I az �pA<� <m Oz�i m�� n crnf DOZ rm
J, m Fnp rnm Cx r ` = p7 -IIAO 1 �x
-I� NA dD3 AOjD G�NO Gl � L�'A Oz0 Gi m A MIP� PA cmZ N LN
�L1 p< nr�U, OVA D1 A��rnl rn 1Nsn AX �rn Dmm my
�� Ar_ 03A =lmn crnm �n-( <ODwm O Nm01C A A.-{ mfl 1
C� O
- Mm A N w 0 A c -I ° m c
pT m2 AO wm D Orn=ND O AA Dcm n DON >m
DC m= <r D Z �� rDN m gay o mnpx
zm f 0 G� A� -� 07L Dn1
NN 1 m N Zmz
' O mfl
O
tt _ _I—I I I ANi c D m
11=1 11-1 I p X
III-111—III—I m
II-1II—III—III D
1 11-1 11=1 I r f n
—I I -1 11=1 I I ; A r O
III—III-1 I I— f N m
�, I I—III—III—I m m / \
M III=1 I=1 i_ - / \
1- I -1 I I,1 I I-1 I >y /� \
s i I I I-111-11 A\� / m z \
bZ — / / X20 \ \
�Z 1;Z yx-a
rcg
/1 °A
J ,-9mT
N
D O NNE
1-5� ZmD z
r � � Z
cDxmEA
�n
rA' Oa'p1m mAmfl a Z O A,i m- -11 r
Zm m
1
MmXnD� i
Z D oar z mmoWol
;r n m70 3
El
I \ O
1,4PNo Nn AO
tt n A N= D
0 Z
m�'rtnx O Ni
=r' c _
OO upaN ,jOj \ /
(l 0a +rnpn D
n�OAfn "' I,
A
M
OOn pm m ❑
m
n Oz F m A
M mm
0. ND Zm O OA3
�Z o =° A �m8 S
T° Ap < m -iOc ° mL =
O 70 r A -(m
-�I z z O O �m O nz ?
T O m z O N N q_6
O
z A T
_ A
r
O
z
_ �y x — o s a �� �- i m° ` New Construction for: 2 R°� -0 T
��s D
mS o 0 0 4 �< ►
m D z < N a 0 _ e oT m m z N Marshall Williamson Park -fig: ° ' • •
O C �r y u n1°n ° y m � ..Q �° Oc N B _. � ..
m m _ _
m �8 m ZO m ,o F aofl N lJ� �sSm � • ► �J
SOUTH MIAMI FLORIDA 55��a
N ti m a 7 (� m Yno (D T n ► �7
y s oD City of South Miami o� -. { •
C1i
J�
I'-8" 31I
i Ell, ,I_2°
0
0 W_
D
M
O
W z • •
ii (Z ,'2n' �m w Ell m D
o n H3_ D
'T 05' O
1 1 I m o
m = -
wam&gym $ 3v�
GL i 3
3
D Name F
o
C Z •
M
W
N
O
M
O
W Z
u
b� e
M —
Z A
—I
D
O ;
C
M
� o
O
c
z
A
'I
4" 1'-4"
n
z
z
n
A
m
-i
D
z
z
F
D
r
r
N
m
D
g z New Construction for: i $ W nB� -0 m D O
'D
°5 —Z zo 10(D �
:�0 0
ufll
o z ° '< Q Marshall Williamson Park � •
•z OC
O p m & 3 N ►
o (�Z SOUTH MIAMI FLORIDA
{ ►City of South Miam
G�J D
z (T N�aS
w>
0; H ai
s oa�b
r
_ 8
_ r
Z
ffi01
112
Up$ V
�9 M
m
x
-
� � -;` 0
rs I �
6 �g m
mi-
Q
CQ
m
r r
� z
TH,
i
A
e
a
$oao"saoa0000! !
>})))N>1))))))
N
u i
is
O>
�a gg $ I
>m
P 2
o N «
mn r C £5
cmbm
m e
p(��Z p � E��RBmNwN00P�N p
Fm 9����A1 fDA
cac
y.6 m m
y�y1N
l tp
m = < _ _ o New Construction tor: _ -O f•1'1 D
a N Z Marshall Williamson Park acv Q
Z p
o- O SOUTH MIAMI AM I FLORIDA _
- z nom. =:' °_e —m o o
o e? on e oA City of South Miami as N ti y
M N
A m n
s - -
n
-CASTE LLA
-CAR6ALL0
DAVID D.BETHEL PAVILION
ThIs PavIllon Is erected and dedlIcated In
lovIng memory of DwId D.Bethel.Cly
Commissioner from 19%to 2)34,
CKY of South Mlaml
------- Mayor. Mary Scott Russell
Vice Mayor. V.I..Pat—
Commissions-Randy G.Wiscombe
M.I.Bins
City Manager: Msrl.Davis
June 2005
PAVILION ELEVATION
CITYTHOMPSON
OF SOUTH MIAMI CPS MAN