web viewsection 1 paragraph 1.28; office of the inspection general . ... embroidery thread must be...

62
Section 2 Special Conditions 2.1 PURPOSE The purpose of this solicitation is to establish a contract for the purchase of polo shirts in conjunction with the County's needs. 2.2 TERM OF CONTRACT This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for sixty (60) months and upon completion of the expressed and/or implied warranty periods. 2.3 METHOD OF AWARD Group 1 Non-Federally funded departments : Awards will be made to the lowest priced responsive, responsible bidder on an item-by- item basis for items 1 thru 48 (Polo shirts). An item is defined as all associated and noted sizes of the same particular article of clothing (i.e. Sizes S-XL and 2XL, 3XL…etc.). Prices bid will apply to all colors offered by the manufacturer. The County will multiply the unit price bid, by the estimated quantity given to arrive at an extended price. The sum of the extended prices will represent the price which will be evaluated for the determination of a bidders ranking. Group 2 Non-Federally funded departments : Awards will be made to the lowest priced, responsive, responsible bidder who submit an offer on all items identified in Group 2 (embroidery/screening)

Upload: trinhdieu

Post on 30-Jan-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

Section 2

Special Conditions

2.1 PURPOSE

The purpose of this solicitation is to establish a contract for the purchase of polo shirts in conjunction with the County's needs.

2.2 TERM OF CONTRACT

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for sixty (60) months and upon completion of the expressed and/or implied warranty periods.

2.3 METHOD OF AWARD

Group 1 Non-Federally funded departments: Awards will be made to the lowest priced responsive, responsible bidder on an item-by-item basis for items 1 thru 48 (Polo shirts). An item is defined as all associated and noted sizes of the same particular article of clothing (i.e. Sizes S-XL and 2XL, 3XL…etc.). Prices bid will apply to all colors offered by the manufacturer.

The County will multiply the unit price bid, by the estimated quantity given to arrive at an extended price. The sum of the extended prices will represent the price which will be evaluated for the determination of a bidders ranking.

Group 2 Non-Federally funded departments: Awards will be made to the lowest priced, responsive, responsible bidder who submit an offer on all items identified in Group 2 (embroidery/screening) and whose offer represents the lowest price when all items are added in the aggregate.

Group 3 Federally funded departments: Awards will be made to the lowest priced responsive, responsible bidder on an item-by-item basis for items 1 thru 48 (Polo shirts). An item is defined as all associated and noted sizes of the same particular article of clothing (i.e. Sizes S-XL and 2XL, 3XL…etc.). Prices bid will apply to all colors offered by the manufacturer.

Group 4 Federally funded departments: Awards will be made to the lowest priced, responsive, responsible bidder who submit an offer on all items identified in Group 2 (embroidery/screening) and whose offer represents the lowest price when all items are added in the aggregate.

If an awardee defaults, the County shall have the right to negotiate with the next responsive, responsible bidder for that group.

2.4 PRICES

The prices proposed by the successful bidder to group 1 shall remain fixed for a period of no less than twelve (12) months after the commencement of the contract. After this period, the bidder may submit a request for price adjustment to the County based on documented price adjustments by the product’s manufacturer. Acceptable documentation for an adjustment may be an email or letter by the product Manufacturer to its distributors notifying them of an adjustment. Said adjustment must be shown as a percentage or actual dollar value. Requested adjustments greater than five percent on any items current value will be dis-allowed. The County reserves the right to negotiate lower pricing based on market conditions or other factors that influence price.

Prices proposed by the successful bidder to group 2 shall remain fixed for a period of no less than twelve (12) months after the commencement of the contract. After this period, the bidder may submit a request for price adjustment not exceeding the Consumer Price Index (CPI), U.S. City Average, All Items, for All Urban Consumers. Said adjustment must be shown as a percentage or actual dollar value. The County reserves the right to negotiate lower pricing based on market conditions or other factors that influence price.

It is the bidder’s responsibility to request any pricing adjustment under this provision. The bidder’s request for adjustment must be submitted to the County’s Internal Services Department, Procurement Management Division for review no less than 90 days prior to expiration of the then current contract year.

The County reserves the right to reject any price adjustments submitted by the bidder.

2.5 PRODUCTS

A. The mention of a particular manufacturer’s brand name or style number in the specifications does not imply that this particular product is the only one that will be considered for purchase. This reference is intended solely to designate the style, color, type or quality of merchandise that will be acceptable. If an “equal” product is to be considered by the County in accordance with the pricing pages, the product shall be equal in style, color, quality and standards of performance to the item specified in the solicitation.

The determination as to whether any alternate product is or is not equal shall be made solely by Miami-Dade County and such determination shall be final and binding upon all bidders. Miami-Dade County reserves the right to request and review additional information and samples to make a determination.

Each ‘equal’ item must be clearly identified on the submittal pages(s) as to manufacturer and style number. Failure to provide this information with the offer may result in rejection of the offer.

B SAMPLES

Bidders may be required to submit a sample of the goods to be supplied for evaluation by, and at no cost to the County. This sample will become property of the County, and may or may not be returned to the bidder at the County’s option. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name, brand name, and style number if applicable and a pre-paid return label which the County may use to return the sample to the bidder. If the bidder fails to submit the samples, properly labeled, by the specified date stipulated in the notice, the County may not consider the bidder's proposal for that item(s). Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted.

2.6 PURCHASE OF OTHER ITEMS

While the County has listed items/services within this solicitation which are utilized by County departments in conjunction with their operations, there may be similar items or services that must be purchased during the term of this contract. Under these circumstances, a representative of the Internal Services Department, Procurement Management Division will contact the awarded bidders in the group to obtain a price quote. Award of these items will be made as described in Section 2.0, Paragraph 2.3. In cases where a product has been awarded and additional sizes, colors or services are required by the County, the bidders awarded the item shall be solicited for the new requirement. The County retains the right to reject any quote received and purchase the item through other means.

2.7 SUBSTITUTION OF ITEMS

Substitute brands and/or styles may be considered during the contract period. The bidder shall not deliver any substitute item as a replacement to an awarded product without express written consent of the Internal Services Department, Procurement Management Division prior to such delivery. Substitute items must be provided at the contract price and be of equal or better quality than the awarded item.

2.8 DELIVERY

County departments will place orders for polo shirts awarded in Group 1 with the successful bidder. Bidder(s) shall make deliveries of ordered items within thirty (30)

calendar days after the date of the order with the exception of extended sizes which are defined as 3XL and larger which must be delivered within forty-five (45) calendar days of the order. DELIVERIES SHALL BE MADE TO THE SUCESSFUL BIDDER OF GROUP 2.

The successful bidder of Group 2 shall receive deliveries from bidder(s) awarded items in Group 1. Bidder shall confirm the number of shirts received, who the ordering department is, and obtain embroidery/screening instructions from the County department in writing. Bidder shall make delivery of completed orders within seven (7) calendar days after the date of receipt of the shirt(s). Individual orders in excess of one thousand (1000) shirts shall be delivered within ten (10) calendar days of receipt of shirts. Shirts shall be delivered individually folded, deliveries of multiple shirts folded as one unit shall be returned to the bidder at bidder’s cost for re-folding. Noncompliance with this requirement may lead to default of the bidder.

All deliveries shall be made in accordance with good commercial practice and all required delivery time frames shall be adhered to by the bidder; except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County.

Should the bidder(s) to whom the contract is awarded fail to deliver in the number of days stated above, the County reserves the right to cancel the order on a default basis. If the order is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods/services elsewhere and to charge the incumbent bidder with any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the contract for default. Repeated late delivery or failure to deliver complete order(s) may also result in default and contract termination.

2.9 INSURANCE REQUIREMENT

The insurance requirement shown in Section 1.0 Paragraph 1.22 does not apply to this solicitation.

2.10 MEASURES

Award of Groups one (1) and two (2) have been set aside for participation by Certified Small Business Enterprises only. Groups three (3) and four (4) have no measures applied.

2.11 USE OF FEDERAL FUNDING

The contract to be awarded under this solicitation will be accessed by the Miami-Dade

Community Action and Human Services Department (CAHSD). Since the items that will be acquired under this solicitation will be purchased, in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this solicitation and resultant contract by reference.

2.12 EXEMPTION TO CERTAIN CLAUSES

As a Federally-funded agency, the following clauses within this Invitation to Bid (ITB) do not apply to this contract.

Section 1 Paragraph 1.11; Local Preferences Section 1 Paragraph 1.28; Office of the Inspection General Section 1 Paragraph 1.36; County User Access Program (UAP) Section 1 Paragraph 1.44; Small Business Enterprises (SBE) Measure Section 1 Paragraph 1.45; Local certified serviced-Disable Veteran’s Business

Enterprise Preference Section 1 Paragraph 1.47; First Source Hiring Referral Program

Section 3

Technical Specifications

3.1 Scope

Provide polo shirts and embroidery/screening services for use by Miami-Dade County departments as needed.

3.2 Polo Shirts

Items proposed shall be available at the price bid in all colors offered by the manufacturer.

3.2.1 Men’s, 100% Cotton, 6.8 oz. fabric, short sleeve, flexible color stays, three button placket, long tail. 5.11, Inc. 41060 or equal.

3.2.2 Men’s, 100% Cotton, 6.8 oz. fabric, long sleeve, flexible collar stays, three button placket, long tail. 5.11, Inc. 42056 or equal

3.2.3 Men’s 100% Cotton, 6.5 oz. fabric, short sleeve, no curl collar, three button placket, mic. clips at placket and shoulders, dual pen pocket on sleeve, long tail. Corner Stone, CS414 or equal.

3.2.4 Men’s, 100% Pima Cotton, 6.8 oz. fabric, short sleeve, three button placket, rib knit cuffs. Devon & Jones, D100 or equal.

3.2.5 Women’s, 100% Pima Cotton, 6.8 oz. fabric, short sleeve, two button placket, rib knit cuffs. Devon & Jones, D100W or equal.

3.2.6 Men’s, 100% Cotton pique, 7 oz. fabric, short sleeve, three button placket, rib knit cuffs. Hanes, HX055 or equal

6

3.2.7 Women’s, 100% Cotton pique, 7 oz. fabric, short sleeve, four button placket, hemmed sleeves, taped neck. Hanes, HX035 or equal.

3.2.8 Men’s, 100% Cotton pique, 7 oz. ring spun fabric, short sleeve, side vents, chest pocket. Port Authority, K420P or equal.

3.2.9 Men’s, 100% Cotton pique, 6.5 oz. ring spun fabric, short sleeve, soil release treatment, rib knit cuffs, double needle hem, three button placket. Port & Company, KP150 or equal.

3.2.10 Women’s, 100% Cotton pique, 6.5 oz. ring spun fabric, short sleeve, soil release treatment, rib knit cuffs, double needle hem, four button placket. Port & Company, LKP150 or equal.

3.2.11 Men’s, 100% Cotton pique, 6.2 oz. fabric, short sleeve, side vents, taped neck, three button placket. Ultra Club, 8535 or equal.

3.2.12 Women’s, 100% Cotton pique, 6.2 oz. fabric, short sleeve, side vents, taped neck. Ultra Club, 8530 or equal

3.2.13 Men’s, 65/35 Polyester/Cotton, 5.5 oz. fabric, short sleeve, wrinkle and stain resistant treatment, button down collar, chest pocket, hemmed sleeves. Blue Generation, BG7266s or equal.

3.2.14 Men’s, 65/35 Polyester/Cotton, 5.5 oz. fabric, short sleeve, three button placket, wrinkle resistant, rib knit cuffs, curl free collar, side vents, taped neck. Blue Generation, BG7500 or equal.

3.2.15 Women’s, 65/35 Polyester/Cotton, 5.5 oz. fabric, short sleeve, two button placket, wrinkle resistant, rib knit cuffs, curl free collar, side vents, taped neck. Blue Generation, BG6500 or equal

3.2.16 Men’s, 60/40 Cotton/Polyester, 6.7 oz. pique fabric, short sleeve, pocket, stain release treatment, rib knit cuffs, three button placket, curl free collar. Blue Generation, BG7206 or equal.

7

3.2.17 Men’s, 65/35 Polyester/Cotton, 6 oz. pique fabric, short sleeve, side vents, three button placket, long tail. Edwards Garments, 1500 or equal.

3.2.18 Women’s, 65/35 Polyester/Cotton, 6 oz. pique fabric, short sleeve, side vents, four button placket. Edwards Garments, 5500 or equal.

3.2.19 Men’s, 65/35 Polyester/Cotton, 6 oz. pique fabric, short sleeve, pocket, three button placket, long tail. Edwards Garments, 1505 or equal

3.2.20 Men’s, 50/50 Cotton/Polyester (5% recycled polyester), jersey fabric, short sleeve, pocket, rib knit cuffs, two button placket. Hanes, H0504 or equal.

3.2.21 Men’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, short sleeve, flat knit cuffs, side vents. Port Authority, K500 or equal.

3.2.22 Men’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, short sleeve, pocket, flat knit cuffs, soft hand, side vents. Port Authority, K500P or equal.

3.2.23 Men’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, short sleeve, tall, flat knit cuffs, side vents. Port Authority, TLK500 or equal

3.2.24 Men’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, long sleeve, flat knit cuffs, side vents. Port Authority, K500LS or equal.

3.2.25 Women’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, short sleeve, flat knit cuffs, side vents. Port Authority, L500 or equal

3.2.26 Women’s, 65/35 Polyester/Cotton, 5 oz. pique fabric, long sleeve, flat knit cuffs, side vents. Port Authority, L500LS or equal

3.2.27 Women’s, 52/48 Cotton/Polyester, 6.5 oz. jacquard fabric, short sleeve, antimicrobial and moisture wicking treatment, two button placket. Proline Fairway, 7273 or equal.

8

3.2.28 Men’s, 50/50 Cotton/Polyester, 5.5 oz. birdseye fabric, short sleeve, pocket, soil release and moisture wicking treatment, three button placket, dual color. Red Kap, SK94 or equal.

3.2.29 Men’s, 100% Polyester, 6.6 oz. fabric, short sleeve, pen pocket on sleeve, mic. clips on placket and shoulders, antimicrobial and moisture wicking treatment, flat knit collar, three button placket, long tail. Corner Stone, CS410 or equal.

3.2.30 Men’s, 100% Polyester, 6.6 oz. fabric, long sleeve, pen pocket on sleeve, mic. clips on placket and shoulders, antimicrobial and moisture wicking treatment, flat knit collar, three button placket, long tail. Corner Stone, CS410LS or equal.

3.2.31 Women’s, 100% Polyester, 6.6 oz. fabric, short sleeve, pen pocket on sleeve, mic. clips on placket and shoulders, antimicrobial and moisture wicking treatment, flat knit collar, three button placket, long tail. Corner Stone, CS411 or equal

3.2.32 Men’s, 100% Polyester, 6.6 oz. fabric, short sleeve, pen pocket on sleeve, mic. clips on placket and shoulders, antimicrobial and moisture wicking treatment, flat knit collar, three button placket, long tail, tall. Corner Stone, TLCS410 or equal.

3.2.33 Men’s, 100% Polyester, pique fabric, short sleeve, three button placket, rib knit collar, taped neck seam. Cutter & Buck, Clique, MQK00023 or equal.

3.2.34 Women’s, 100% Polyester, pique fabric, short sleeve, three button placket, rib knit collar, taped neck seam. Cutter & Buck, Clique, LQK00021 or equal.

3.2.35 Men’s, 60/40 Cotton/Polyester, long sleeve, three button placket. Cutter and Buck MQK00012 or equal.

3.2.36 Men’s, 100% Polyester, 4.7 oz. fabric, short sleeve, three button placket, moisture wicking treatment, flat knit collar. Nike, 267020 or equal.

3.2.37 Women’s, 100% Polyester, 4.7 oz. fabric, short sleeve, two button Y placket, moisture wicking treatment, flat knit collar. Nike, 286772 or equal

9

3.2.38 Women’s, 100% Polyester, 4.2 oz. fabric, short sleeve, V neck placket, antimicrobial and moisture wicking treatment. Port Authority, L572 or equal.

3.2.39 Men’s, 100% Polyester, 3.8 oz. tricot fabric, short sleeve, three button placket, moisture wicking treatment, taped neck, side vents. Sport-Tek, ST659 or equal.

3.2.40 Women’s, 100% Polyester, 3.8 oz. tricot fabric, short sleeve, four button placket, moisture wicking treatment, taped neck, side vents. Sport-Tek, LST659 or equal.

3.2.41 Men’s 100% Polyester, 6.7 oz. jersey knit, short sleeve, three button placket, bartacked at stress points, moisture wicking, mic loop at shoulders and placket. 5.11, Inc. 71049 or equal.

3.2.42 Men’s 100% Cotton, 6.2 oz. pima, short sleeve, flat knit collar and cuffs, three button placket, side vents. Port Authority K448 or equal.

3.2.43 Men’s 100% Polyester, 3.8 oz. micro pique tricot, short sleeve, three button placket with dyed to match buttons, side vents. Port Authority K571 or equal.

3.2.44 Women’s 100% Cotton, 6.2 oz. pima, short sleeve, two button Y-placket, pearl buttons, flat knit cuffs, side vents. Port Authority L448 or equal.

3.2.45 Women’s 100% Polyester, 3.8 oz. micro pique tricot, short sleeve, bust darts, back yoke, open hem, side vents. Port Authority L571 or equal.

3.2.46 Men’s 100% Polyester, 4.4 oz. micro pique, short sleeve, three button placket, flat knit collar, open hem sleeves. Nike Golf Dri-FIT Micro Pique Polo 363807 or equal.

3.2.47 Women’s 100% Polyester, short sleeve, V-neck, moisture wicking. Port Authority style L540 or equal.

3.2.48 Woman’s 60/40 Cotton/Polyester, long sleeve, four button placket. Cutter and Buck LQK00009 or equal.

10

3.2.49 Men’s 100% Cotton, short sleeve, three button placket. Gildan, Inc. 82800 or equal.

3.2.50 Women’s 100% Cotton, short sleeve, three button placket. Gildan, Inc. 82800L or equal.

3.2.51 Men’s 60/40 Cotton/Polyester, long sleeve, three button placket. Port Authority K100LS or equal.

3.3 EMBROIDERY/SCREENING SERVICES

In all cases, polo shirts ordered under this contract will require embroidery or screening. At a minimum, the County logo and department name will be required, either on the front or on the sleeve of the shirt, as directed by the ordering department. Prices bid shall be inclusive of any fees that are necessary in preparing the sewing/screening machines to perform the service. If the successful bidder has any questions as to what embroidery is required they must contact the ordering department for written clarification of the order prior to processing. Bidders are advised to provide the ordering department a sample of an image or logo and receive approval prior to its production, failure to do so may result in rejection of an order. Embroidery thread must be colorfast high quality rayon or polyester, with no loose threads. Screening ink must be color fast and high quality.

Bidder shall also provide for the sewing of County provided patches. Patches shall be sewn on with matching color thread around the full perimeter of the patch and in a manner that the patch will be permanently affixed to the uniform. There shall be no loose threads allowed. Heat transfers must be approved by the ordering department prior to being applied.

3.4 COUNTY LOGOS

The official County logo is shown below. This version of the logo will be used on all articles where the County logo or County hook is mentioned throughout this solicitation. The logo should be no less than 2-1/2 inches across and shall not be modified without written instruction from the Internal Services Department, Procurement Management Division.

Color Standards The colors of the logo are PMS 576 Green (bar under the word MIAMI) & PMS 300 blue, with the text 100% Black. The bar with the word county in the logo is of specific proportion to the type, the proportion must be maintained as the size of the logo increases or decreases. When color is not required the logo must appear in black or reversed out in white. For embroidery applications the tread brand will be Madeira, and thread colors are Green #1769, Blue #1797, Black #1800 and White #1801.

11

Colors: Embroidery

Green: Pantone 576 Green: Madeira 1769

Blue: Pantone 300 Blue: Madeira 1797

Black: Pantone Black Black: Madeira 1800

White Madeira 1801

County Vision Statement The County’s Vision Statement is “Delivering Excellence Every Day” it may or may not be required. If required, the font should not be used for any other purpose on the item ordered.

12

3.4.1 Animal Services Department

13

3.4.2 Aviation

Division name shall be embroidered below the MIA logo. Each division uses a specific color and wording on logo. MIA logo has approximately 16,500 stitches plus 2,000 more for division lettering.

14

3.4.3 County Seal

Usage of the County Seal is restricted to departments having obtained approval from the County’s communications office.

15

16

3.4.4 Government Information Center

Underlined numbers ‘311’ separated by a dash, over miamidade.gov with a blacked out County logo (hook), all in black.

17

3.4.5 Juvenile Services

Logo for Juvenile Services Department’s ENGAGE 305 initiative.

18

3.4.6 Medical Examiner Department

Complete logo in colors black and white. Uses blacked out County seal, Department name, skull and half-filled beaker.

19

3.4.7 Miami-Dade Police Department (MDPD)

A. Embroider Miami-Dade Police Department Badge, “Miami-Dade Police Department” under it either one or two lines as required and in designated color. “MIAMI-DADE POLICE” silk screened on back in designated color. Unit designator may also be required.

B. Miami-Dade County Seal Insignia, approximately 3½ inches high by 2¼ inches wide. Centered below the Miami-Dade County Seal Insignia shall be “MDPD”. Two lines may be used, as necessary. All lettering shall be in the color designated by the department, and shall be in capital letters. All lettering will be in a horizontal line. All embroidery shall begin 3 inches below the left front shoulder seam

Front:

Line 1 (Miami-Dade County Seal Insignia) 3½ X 2¼ inches

Line 2 “MDPD” 3/8 inch letters

C. Embroidery shall begin 3 inches below the left front shoulder seam. “Miami-Dade” shall be centered on the left chest in a horizontal line. Centered below Miami-Dade, shall be “Police Department” in a horizontal line. The Miami-Dade Police Department badge outline, approximately 3½ inches high by 2¼ inches wide, shall be centered below Police Department. All front embroidery shall be in the color designated by the department, and shall be in capital letters

“POLICE” will be either silk-screened or heat transferred to the back of the shirt, 6 inches below the collar seam. The lettering will be 4 inches by 1 inch, bold letters, centered across the back.

Front:

Line 1 “MIAMI-DADE” 3/8 inch letters

Line 2 “POLICE DEPARTMENT” 3/8 inch letters

Line 3 (Miami-Dade Police Department badge outline) 3 X 2¼ inches

Back:

Line 1 “MIAMI-DADE’ 2 X ½ inch letters

Line 2 POLICE” 3 7/8 X 1 inch letters

20

D. Shirt Color Embroidery/Silk Screening Color

Light stone (aka Miami tan) Chocolate brown

Black Silver/gray

Red Black

Steel gray Black

21

MDPD Badge

Approximately 3½ inches high by 2¼ inches wide

22

MDPD Seal (Miami-Dade County seal, with unit identifier)

23

MDPD Citizen’s Academy

24

MDPD Gun Bounty Program: Embroidery on the sleeve and on the front

25

26

MDPD Students Together Against Negative Decisions (STAND) logo

27

28

SEAPORT DEPARTMENT

29

30

31

32

3.4.8 Parks, Recreation and Open Spaces (PROS)

Miami-Dade County Marina logo

The logo is 3” in diameter the word STAFF is to be centered directly under the logo and centered, the color is black.

All sections of the sun are separated with white stitching and the wave also between the black outline. Exceptions are made for white shirts can substitute the stitching and allow the shirt color to show as determined by the department. 12 colors total including white.

33

Rope Gold

Bottom of Sail

Cream

Middle of Sail

Light Blue

Sun Section 2

PMS 23

Sun Section 6

PMS 208

Sun Section 5

PMS 199

Sun Section 4

PMS 179

Sun Section 3

PMS 144

Sun Section 1

PMS Process Yellow

Waves & top of Sails PMS 292

Lettering PMS Reflex Blue

STAFF

34

3.4.9 Zoo Miami (PROS)

Miami Zoo shirts have the Zoo logo on the left chest and the County’s logo (hook) and department’s name on the right sleeve. Six color logo (for zoo) used for one division Parks, Recreation and Open Spaces Department. Animals and palm must be filled in with white thread.

35

36

37

38

3.4.10 Fruit & Spice Logo (PROS)

39

3.4.11 Deering Estate Logo

3.4.12 Trail Glades Range Logo

40

3.4.13 Natural Areas Logo

41

3.4.14 Park Officer Logo – to be silver or gold

42

Seaport (Port of Miami)

3.4.15 Port Miami with globe

43

3.4.16 Port Miami without globe

44

3.4.17 Port Miami – Cruise Capital

3.4.18 Port Miami - Gateway

45

3.4.19 WATER AND SEWER

Size is 5”(w) X 3”(h)

Color is black on a white background

46

3.4.20 Head Start

Head Start/Early Head Start Program

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side, front.

Community Action and Human Services Department

Head Start/Early Head Start Program

Instructions: Place Head Start embroidered Logo on the Left and Right Sleeves Embroidered logo size 2 1/4 long by 2 wide.

47

3.4.21 Foster Grandparent

Foster Grandparent Program

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side, front.

Community Action and Human Services Department

Foster Grandparent Program

Instructions: Place Corporation for National and Community Service embroidered Logo on the Left Sleeve. Embroidered logo size 3 ½ X 3 ½

Instructions: Place Senior Corps Foster Grandparents embroidered Logo on Right Sleeve. Embroidered Logo Size: 3 ½ x 3 ½

48

3.4.22 Retired and Senior Volunteer

Retired and Senior Volunteer Program

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side, front.

Community Action and Human Services Department

Retired and Senior Volunteer Program

Instructions: Place Corporation for National and Community Service embroidered Logo on the Left Sleeve. Embroidered logo size 3 ½ X 3 ½

Instructions: Place Senior Corps Foster Grandparents embroidered Logo on Right Sleeve. Embroidered Logo Size: 3 ½ x 3 ½

49

3.4.23 Senior Companion

Senior Companion Program

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side, front.

Community Action and Human Services Department

Senior Companion Program

Instructions: Place Corporation for National and Community Service embroidered Logo on the Left Sleeve. Embroidered logo size 3 ½ X 3 ½

Instructions: Place Senior Corps Foster Grandparents embroidered Logo on Right Sleeve. Embroidered Logo Size: 3 ½ x 3 ½

50

3.4.24 R.E.L.I.E.F

Respite for Elders Living in Everyday Families (R.E.L.I.E.F.)

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side of Polo Shirt.

Community Action and Human Services Department

R.E.L.I.E.F. Volunteer Program

__________________________________________________________________

Instructions: Place R.E.L.I.E.F embroidered Logo on Right Sleeve. The embroidery should be centered from the top of the sleeve to the bottom of the sleeve. Embroidered Logo Size: 3 ½ x 3 ½

51

3.4.25 Family and Community Services

Family and Community Services Division

Instructions: Place embroidered Miami Dade County Logo, Department Name, and Program Title on Top Left Side, front.

Community Action and Human Services Department

Family and Community Services Division

Instructions: Place Community Action Partnership embroidered Logo on the Left and Right Sleeves.

52

53

3.4.26 Clerk of Courts