Loading...
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