Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

Similar documents
Request for Proposals for MIS Programming & Web Development Services

Request for Proposal(s) for Adult or Youth Re- Entry Model Programs. An equal opportunity employer/program

OUT-OF-SCHOOL YOUTH EMPLOYMENT AND TRAINING SERVICES. Published July 3, 2013

REQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT ADULT AND DISLOCATED WORKERS EMPLOYMENT AND TRAINING SERVICES HOME OFFICE. Published March 14, 2014

Bidders Conference. One-Stop Career Center Operator March 18, An Equal Opportunity Employer/Program

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS. Workforce Innovation and Opportunity Act (WIOA)

San Mateo County Workforce Investment Board Summer Youth Employment Programs Request for Concept Papers. Overview and Submission Guidelines

REQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT YOUTH AND ADULT/DISLOCATED WORKER SERVICES IN RURAL SOUTHERN NEVADA. Published March 14, 2014

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Request for Proposals RFP VIRTUAL SERVICES

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Arizona Department of Education

REQUEST FOR PROPOSAL

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Knights Ferry Elementary School District

Social Media Management System

SCHOOL BOARD ACTION REPORT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Disadvantaged Business Enterprise Supportive Services Program

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSALS For Design Services for New Fire Station

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS RFP # for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES. Issued by:

REQUEST FOR QUALIFICATIONS. Design Professional Services

Request for Proposals (RFP) Training and Education Campus Athletic Programs. RFP Release: April 23, 2018 Proposal Due Date: May 9, 2018

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

REQUEST FOR PROPOSALS

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Auditory Oral Early Education Program APPLICATION GUIDELINES FY

Below are five basic procurement methods common to most CDBG projects:

Attention Design Firms

Request for Proposal Youth Motivational and Workshop Speakers

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

PRACTICE PARTICIPANT AGREEMENT

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

STATE OF MAINE Department of Economic and Community Development Office of Community Development

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR PROPOSALS

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Clinical Dental Education Innovations Grants

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR PROPOSAL Non-Custodial Parent Employment Program ISSUED February 20, RFP No

Request for Proposal. Independent Living

REQUEST FOR APPLICATIONS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Attention Design Firms

REQUEST FOR PROPOSAL Architectural Services

NOTICE OF REQUEST FOR PROPOSALS

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR APPLICATIONS. School Nurse Intervention Program

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

Request for Proposal PROFESSIONAL AUDIT SERVICES

Contra Costa Behavioral Health Division Request for Qualifications Alcohol and Other Drug Services (AODS)

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

Request for Proposal. Parenting Education

I. General Instructions

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

LEGAL NOTICE Request for Proposal for Services

Release Date: Tuesday, March 14, 2017 Deadline for Submissions: Friday, April 14, 2017

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

Request for Proposals. For RFP # 2011-OOC-KDA-00

Last updated on April 23, 2017 by Chris Krummey - Managing Attorney-Transactions

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

RFP No Interim General Counsel Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR GRANT PROPOSALS. RESPONSE DEADLINE: Friday, March 2, 12 PM ET

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

REQUEST FOR PROPOSAL FOR INCUMBENT WORKER TRAINING

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Marlboro County School District

Request for Proposals

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

SECTION 3 Policies and Procedures Manual

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Transcription:

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL workforceconnections (wc) is soliciting a Best Practice Model for a Statewide Prison Re-Entry Program Publication of the Proposal May 28, 2011 Submission of Proposal Deadline June 13, 2011 workforceconnections is an Equal Opportunity Employer/Program Auxiliary aids & services available upon request for individuals with disabilities from workforceconnections 1

TABLE OF CONTENTS Table of Contents Preface........3 SECTION I Introduction........3 Purpose.3 & 4 SECTION II RFP Schedule.4 SECTION III Solicitation Process... 4 & 5 Award of Contract...5 & 6 Protests/Disputes/Grievance/Appeals Process & Procedures...6 Program Period.6 Type of Award Contract & Compensation Terms.....6 & 7 Ex Parte Communication.7 SECTION IV Model Description & Executive Summary...7 & 8 Qualifications of Respondents...8 Proposal Page Layout Requirements...8 SECTION V Questions/wC s Responses & Proposal Check List....9 Evaluations Guidelines & Ratings.. 10 2

APPENDIX ATTACHMENTS workforceconnections Notice of Request for Proposals for Best Practice Prison Re-Entry Program Model Preface workforceconnections (wc) recognizes the fact that there are many Prison Re-entry Best Practice Models that have received national recognition for the activities and achievements they have accomplished for their Models that work! Therefore, wc is requesting proposals from organizations that have Models that target previously incarcerated persons to replicate and implement, where appropriate, into wc s current Statewide Prison Re-entry Project. SECTION I Introduction workforceconnections (wc) has been designated by the Governor of the State of Nevada as Southern Nevada s workforce investment board whose primary responsibility is to provide administrative oversight over the funds they have been awarded under the Workforce Investment Act (WIA) and the American Recovery and Reinvestment Act (ARRA). These funds are used to provide employment and training services to unemployed and underemployed individuals who reside in the Southern Nevada Workforce Investment Area (SNWIA) which encompasses the cities of Las Vegas, North Las Vegas, Henderson, Boulder City, and the counties of Clark, Nye, Lincoln and Esmerald. wc also receives federal funds to support targeted workforce programs such as a Youthbuild, Prison Re-Entry and other related local workforce employment and training initiatives. Purpose Many of the barriers Nevada s previously incarcerated persons face each day as they reenter this community are very difficult to remove due mainly to the shortage and in many instances, the absence of educational, vocational, therapeutic, and employment training services this population so urgently needs. In order to confront and assist in the removal of many of these barriers, wc has been awarded funds to develop a Prison Re-Entry program. workforceconnections Re-Entry program s main goal is to assist in deterring the State of Nevada s growing rate of recidivism. wc is challenged, however, with the task of enhancing its current program to include additional features that could more effectively and successfully prepare ex-offenders for work and life outside the prison. After a thorough and careful analysis of the current program, wc has ascertained the need to adopt an existing Best Practice Model which would necessitate providing additional training and technical assistance to wc s current prison re-entry staff. 3

This Model should focus on, but not limited to, the following elements: 1 A model that provides curriculum which encompasses methods by which individuals receive encouragement and motivation for life; A model that provides Steps toward envisions of new roles and self-concepts; A model that contains diverse approaches that nurtures a commitment to change; A model that has assessment tools which readily identify compatibilities between an individual s temperaments with employment opportunities A model that provides various non-punitive, problem-solving techniques A model that can be utilized to conduct reliable outcome evaluations 2 SECTION II Request for Proposals Schedule* RFP Announcement Advertisement May 28, 2011 RFP Available for Pick-Up or Download from Internet May 28, 2011 Deadline for RFP Related Questions and Answers June 10, 2011 Deadline for Submittal of Reponses to RFP June 13, 2011 on or before 4:30pm Recommendation of Selection to wc A/DW Committee June 22, 2011 Commence Contract Negotiations June 23, 2011 Tentative Project Star Date June 27, 2011 * Subject to change SECTION III Solicitation Process All sealed proposals must be submitted by 4:30pm, June 13, 201l to: workforceconnections Prison Re-Entry Model Proposals attention: Heather DeSart 7251 West Lake Mead Blvd., Suite 200 Las Vegas, Nevada 89128 1 Urban Institute, Petersilia s, Safer Foundation, publications of Best Practice Models of Previously Incarcerated Persons 2 LaFrance Associates, LLC;, Milton S. Eisenhower Foundation, publication of Prison Re Entry Best Practice Models 4

workforceconnetions will only accept written, sealed proposals that have been mailed or hand delivered to the above address on or before the designated deadline. No proposals will be accepted by fax or e-mail. No proposals shall be accepted after 4:30pm on June 14, 20ll. Proposals that are mailed must be received at the above address prior to the deadline. The selection process will be conducted utilizing competitive, fair, open, and objective procedures that adhere to all applicable wc, State of Nevada, and federal procurement standards and regulations. This Request for Proposals (RFP), however, does not commit wc to accept any proposal submitted, nor is wc responsible for any costs incurred in the preparation of responses to this RFP. wc reserves the right to reject any or all proposals, to accept or reject any or all items in the proposals, and/or to award the contract in whole or in part as is deemed to be in the best interest of wc. wc reserves the right to negotiate separate proposal components after the proposal(s) are reviewed, if such action is deemed to be in the best interest of wc. wc reserves the right to cancel, delay, amend, or reissue the RFP at any time. Award of Contract 1. Each respondent submitting a proposal will be notified in writing or via e-mail of wc s decision concerning their proposal. Formal notification to award a contract and the actual execution of a contract are subject to the following conditions: Receipt of WIA funds from federal and state administering agencies; Results of negotiations between the selected vendor and wc administrative staff; Continued availability of wc WIA/ARRA funds, and; Approval by ADW Committee and full wc Board of staff s recommendation. 2. All awards may also be contingent upon the results of a more thorough pre-award review including an assessment of the qualifications of the proposer. If the results of the review indicate, in the opinion of wc, that the actual infrastructure of the proposer s program and the selected Model may not fulfill contract expectations, wc reserves the right not to enter into a contract with the organization, regardless of the ranking and/or approval of the respondent s proposal. 3. wc may require the selected vendor to participate in negotiations and modify their proposals based on the outcomes of contract negotiations. 4. wc may decide not to fund part or all of a proposal even though it is found to be in the competitive range if, in the opinion of wc, the services proposed are not needed, the goals of the proposal do not align with goals of wc, or the costs are higher than wc finds reasonable in relation to the overall funds available. 5

5. Any federal changes to the WIA/ARRA programs, the State of Nevada and/or wc WIA Plan, may result in a change in contract terms. wc reserves the right to modify or alter the requirements and standards as set forth in this RFP based on program requirements mandated by State or Federal agencies. In such instances, wc will not be held liable for provisions in the RFP package that become invalid. 6. Additional funds received by wc may be used to expand the existing contract. These decisions shall be at the discretion of wc. Protests/Disputes/Grievance/Appeals Process & Procedures 1. Respondents that are not funded have the right to dispute any provision of this RFP. Contracted service delivery will continue during the period of time that disputes are promptly reviewed and processed as outlined in wc policy 3.5. which can be found on the follow wc s web site: www.nvworkforceconnections.org 2. All protests, grievances and complaints shall be presented to the Executive Director for review. All protests, grievances and complaints shall be assessed by the Executive Director to determine their merit. If protests, grievances or complaints are found to have merit, they will be promptly processed as outlined in wc policy 3.5. 3. Appeals may not dispute a particular score received by the petitioning agency. The scores awarded are final based on the best business judgment of the review panel and are not subject to question. An appealing agency may appeal the award denial, if it can show that any substantial portion of the published RFP was not followed. All appeals must be submitted in writing addressed to wc s Executive Director within five (5) working days of the notification of refusal or denial of an award. Only appeals that cite the specific section(s) of the RFP that have been violated will be considered. Once reviewed for merit, the appeal will be evaluated first by the appropriate wc committee, and then by the full WC board. Appeals received after the established deadline will not be accepted. The funding decisions made by the full wc board will be final. Program Period The initial funding period shall commence on June 23, 2010 and extend until all parties have agreed that the Model has been successfully adopted. wc reserves the right to renew, extend, reissue or renegotiate the awarded contract under this RFP for up to two additional years based on funding availability and contractor s performance. Excellent performance by a contractor does not necessarily bind wc to extend an existing contract. Type of Awarded Contract & Compensation Terms 1. wc shall enter into a cost reimbursable contract with any entity receiving funding. Contractors shall be reimbursed for the actual expenses incurred based on the approved line item budget. The contractor s expenditures under this award may not exceed (except 6

at contractor s risk) the total funding available unless WC agrees to amend the contract to provide additional funds. 2. wc may extend or modify a contract if it appears to be in the best interest of the WIA Title I program and is agreeable with the contractor. The costs and scope of work may be modified at any time during a contract period by executing a contract modification that is agreed to and signed by both parties of the contract. 3. If any part of the work included in the proposal is to be subgranted, the grantee shall identify the services they intend to subcontract and the process used to procure those services prior to execution of contract. All subcontract agreements related to this RFP must follow wc procurement policies to ensure the process provides open and free competition. Copies of any subgrant agreements must be submitted to wc prior to the execution of the final contract this includes partner activities and agreements specified in the original Statement of Work. 4. The selected proposer, if applicable, could receive a specified amount of funds in advance of the execution of the Model. Ex Parte Communication It is the policy of wc to prohibit ex parte communication regarding proposals with any member of wc board or wc staff. Ex parte communication means an oral or written offthe-record communication made to decision-making personnel either directly or through a third party, without required notice to the parties, to influence or attempt to influence the merits or outcome of a future decision. Written and oral communications with regard to proposals are neither solicited nor received by individual wc board members. Violation of this policy may disqualify an agency from consideration. This policy, however, does not preclude proposers, wc board, wc staff, or proposal evaluators from requesting clarification on parts of the solicitation process. SECTION IV Model Description With a goal of reducing recidivism rates, please provide the following wing information: A brief description of the unique qualities of your Best Practice Model lead to successful outcomes; A brief description of your Model s components that may include, but not limited to, those elements as indicated in the Purpose, Section I, Page 4 of this RFP;. A brief description of your Model s transition plan strategies, and follow through, case management recommendations that target designated population; 7

A brief description of employment training and placement activities specific for the exoffender population. A brief description of procedures in which wc staff would receive the technical assistance appropriate and training in order to replicate the Model. (No more than (5) five pages) Executive Summary Proposers must submit an Executive Summary to include a brief description of the number of years of an established business. (Please note that respondents must have a minimum of two (2) years of documented, successful experience within the last five (5) years in the implementation of a successful Prison Re-Entry Model.) Proposals must include in this summary the qualifications of key staff who shall be involved in the project, any recent nationally recognized accomplishments, and any other favorable information that may be of interest to wc regarding your agency. (no more than (4) four pages) Qualifications of Proposers wc will consider responses from, but not limited to, Community-Based Organizations (CBO); Public Agencies; Private For-Profit Businesses; Private Non-Profit Organizations; Educational Entities; Faith-Based Organizations and a Consortium of agencies and organizations Consortiums must have one agency as the lead for any group and accepts sole the responsibility for ensuring compliance with all fiscal and programmatic terms and conditions of any awarded contract. and for administering the programmatic and fiscal elements of the contract. Collaborative proposals that utilize partners and leverage other funds and resources are highly encouraged. wc may select a Model based on the initial proposal received without modification; however, wc reserves the right to request additional data, conduct oral discussions, or review documentation in support of the proposal before making an award. Respondents may also be asked to make an oral presentation to wc. wc staff will schedule the time and location for these presentations if necessary. All proposals submitted in response to the RFP shall become the property of wc and wc retains proprietary rights to all submitted proposals. Layout Requirements Please following the following proposal layout guidelines: Font size: 12 point, Margins: One inch minimum, Text: Double-spaced, Pages: Single-sided, Footer: The name of the submitting organization at the bottom of each page, Page numbering: Consecutively numbered at the bottom of each page. (Prefer 1 of 6, 2 of 6, etc.) 8

SECTION V Questions and Responses Written questions regarding this RFP must be submitted in writing, faxed or by e-mailed to the following person: Heather DeSart, Program Director Adult/Dislocated Worker Programs 7251 West Lake Mead Blvd., Ste.200 Las Vegas, Nevada 89128 Facsimile: (702) 638-8774 hdesart@nvworkforceconnections.org Written responses to questions received will be posted on the following wc website: www.nvworkforceconnections.org. No questions regarding this RFP will be accepted or technical assistance provided after Friday June 10, 2011. Proposal Checklist Those agencies or organizations wishing to submit proposals should ensure that each of the following components are included in the sealed proposal package: Model Description(must include responses to wc s designated elements on Page 4 - Section I - Purpose - of RFP) Executive Summary Appendix - Cover Page; Agreements, Organizational Chart; Budget and Budget Narrative Mandatory Items to be included in the Appendix Page Agreements with partners/subcontractors or other organizations associated with carrying out the proposed program (if indicated in your proposal) Organization Chart Budget and Budget Narrative Cover Page 9

Evaluation Guidelines for Rating Proposals Proposals will be selected for funding based on a favorable evaluation and/or the need for services offered. Priority may be given to those Models that illustrate the most comprehensive and broadest range of services for a reasonable cost along with their rating of the following evaluation established guidelines: Proposer s response to each element identified in Section I of this RFP and Model Description. (maximum of 50 points) Response to a background/history of your organization and your qualifications related to your Model of providing services to previously incarcerated persons. Also include any other entities, if applicable, that may be involved in providing the services you are proposing in your Model. Include verbiage on how they were or will be selected, the role they will play and their qualifications. (maximum of 20 points) Please Provide a brief description of your organization s financial management structure which includes a description of your organization s experience of managing and accounting for state and federal funds. (maximum of 5 points) Please describe in detail any additional workforce related elements your Model will address. (maximum of 10 points) Total cost of services (maximum of 15 points) 10

APPENDIX (Please attach) Completed and Signed Cover Page Mandatory Affirmations (with signature) Agreements with partners/subcontractors or other, if applicable Organizations associated with carrying out the proposed Model (if indicated in the proposal). Organization Chart Line Item Budget 11

Proposal Cover Sheet Organization Information Organization Name: Mailing Address: Phone Number: Fax Number: E-mail Address: Name of Contact Person: Title & Phone Number: Organization Federal tax I.D. Number: Total Cost of Proposal: $ Affirmation and Certification: I affirm that the information within this proposal is true and accurate to the best of my knowledge. I acknowledge that I have read and understand the requirements of the Request for Proposal (RFP), and that my agency/organization is prepared to implement the proposed activities as described herein. Further, I certify that I am duly authorized to submit this proposal on behalf of my agency/organization. I also understand that by signing any contract initiated as a result this proposal, my agency/organization is responsible for meeting each performance measure set forth in this RFP and/or established by federal, state and local WIA regulations. I fully affirm and understand that failure to meet the performance measures set forth in this RFP may result in my organization s contract being terminated. Name: (Print) Title: Authorized Signature: Date: 12

ORGANIZATION CHART Please Attach 13

BUDGET Categories Amount a. Total Cost for Technical Assistance-other than staff training (indicate total hours and cost per hour) b. Total Cost of On-site wc Staff Training (indicate total hours and cost per hour) c. Total Cost for Travel by Proposer Staff (indicate round trip cost and approximate number of trips) d. Total Cost of Daily Per Diem by Proposer Staff (please indicate applicable government rates) e. Total Cost of Additional Supplies and Materials Total Cost of Proposal: $ 14