Skip navigation

Missouri Office of Administration, Evaluation and Award for Prisoner Health Care Services to Centurion of Missouri, 2021

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
Michael L. Parson
Governor

Sarah H. Steelman
Commissioner

State of Missouri
OFFICE OF ADMINISTRATION

Division of Purchasing
301 West High Street, Room 630
Post Office Box 809
Jefferson City, Missouri 65102-0809
(573) 751-2387 Fax: (573) 526-9817
TTD: (800) 735-2966 Voice: (800) 735-2466

Karen S. Boeger
Director

http://oa.mo.gov/purchasing

TO:
FROM:
RE:
DATE:

File RFPS30034902100318
Julie Kleffner, Buyer / JK
Evaluation and Award
May 27, 2021

Five proposals were received in response to Request for Proposal RFPS30034902100318
for Comprehensive Health Care Services for the Department of Corrections. Proposals were
submitted by:
1.
2.
3.
4.
5.

Centurion of Missouri, LLC (Vienna, Virginia)
Corizon, LLC (Brentwood, Tennessee)
InGenesis, Inc. (San Antonio, Texas)
Wellpath, LLC (Nashville, Tennessee)
Wexford Health Sources, Inc. (Pittsburgh, Pennsylvania)

After receipt of signed confidentiality statements, the proposals were provided to the
evaluation committee consisting of the following:
LaToya Duckworth, Department of Corrections
Scott O’Kelly, Department of Corrections
William (Bill) Koebel, Department of Health and Senior Services
Kathryn (Katie) Thumann, Department of Mental Health

Danice Chaidez and Beth Lambert were the procurement officers for the Department of
Corrections.
It is noted all the signed confidentiality statements reference the correct RFP number,
RFPS30034902100318; however, the title is erroneously referred to as “Offender Health
Care” in lieu of “Comprehensive Health Care” on some of the confidentiality statements.

Evaluation meetings were held to discuss the proposals and perform a subjective evaluation
in accordance with the criteria stated in the RFP. A brief overview of the evaluation process
was provided to the evaluation committee. The committee discussed the acceptability of the

File
Page 2
May 27, 2021

proposals during the evaluation meetings to determine if each vendor complied with the
mandatory requirements of the RFP.

Also during the evaluation meetings, the evaluation committee discussed the areas of the
evaluation for each of the proposals. Following these discussions, the evaluation committee
decided to conduct reference verification calls of the vendors. Therefore, reference
verification calls were scheduled and conducted.

As a result of discussions from the meetings, the evaluation committee determined that
negotiations should be conducted as part of the evaluation process. Therefore, letters of
negotiation were issued to each vendor. Also, changes to the RFP were included as a part of
the negotiations. In response to the negotiation letters, the vendors were given an
opportunity to submit their “Best and Final Offer” (BAFO). Each vendor responded (see
BAFO documentation found with each proposal). The BAFO responses were forwarded to
the evaluation committee for completion of their subjective evaluation.

Following receipt of the BAFO responses, the evaluation committee completed discussions
of the proposals and the subjective evaluation and assigned the subjective evaluation points
to the categories of Proposed Methodology, Approach and Work Plan; Team Qualifications;
and Vendor Information and Past Performance.
The evaluators’ subjective comments and points are attached hereto. The attached
evaluation report highlights the basic considerations affecting the subjective evaluation
performed.
A waiver of minor technicality was approved for InGenesis for not correctly naming the MBE
in the Participation Commitment form (see memo dated December 3, 2020).

The Division of Purchasing performed a cost evaluation in accordance with paragraph 6.7.2
of the RFP (see attached file documentation). Additionally, the Division of Purchasing
reviewed each proposal to determine participation by an MBE/WBE, an Organization for the
Blind and/or a Sheltered Workshop, and/or a Service-Disabled Veterans Business
Enterprise (see memo dated March 16, 2021).

After completion of the subjective evaluation, the Division of Purchasing inserted the cost
evaluation points, MBE/WBE evaluation points, Organization for the Blind/Sheltered
Workshop bonus points, and/or Service-Disabled Veteran Business Enterprise bonus points
onto the evaluation report forms and computed the total points for each vendor.

Pursuant to section 6.12.6 of the RFP, the Department of Corrections conducted the review
of the relevant litigation, pending investigation, assessment, and substantiated findings,
Exhibit L, and determined the litigation disclosures are not an impediment to contact award.
Refer to the December 28, 2020 memos from Beth Lambert with the Department of
Corrections.
Several of the proposals submitted by vendors contained materials that were claimed to be
confidential, and the Division of Purchasing examined the items marked as such by the

File
Page 3
May 27, 2021

vendors. The Division has determined that the vendors’ identified confidential portions of
their proposals do appear to qualify as trade secret, and are therefore going to be treated as
closed records under the Sunshine Law (see the May 21, 2021 memo).

As evidenced by the attached evaluation report, Centurion of Missouri received the highest
total point score. It is noted that Centurion of Missouri is located in Virginia. However, a
proposal was not received from a Missouri based vendor. Consequently, the application of a
reciprocal preference is not warranted. Therefore, Centurion of Missouri is recommended
by the evaluation committee for contract award as the “lowest and best” vendor.
The results from the evaluation were presented to the Department of Corrections to ensure
that the recommended vendor would meet the needs of the state agency and to ensure that
the pricing was acceptable. The Department of Corrections was in agreement with the
recommendation of the evaluation committee and requested that I proceed with contract
award to Centurion of Missouri. Therefore, I am proceeding with contract award as
requested.
An inadvertent error was made on the Evaluation Report form in the Vendor Information
and Past Performance category. Wellpath’s total points should have been reflected as 39.
Consequently, Wellpath’s Total Points should be 154.46 (refer to the memo dated May 27,
2021).
/jk

Memorandum
To:

Evaluation File

From:

Julie Kleffner / JK

Date:

May 27, 2021

RE:

Correction of Inadvertent Evaluation Report Form Error

Upon final review of the RFP’s Evaluation Report Form, the Division of Purchasing identified an
inadvertent error in the assignment of subjective points to Wellpath.
RFP Attachment 139, Evaluation Criteria for Technical Proposal, identified three elements and possible
points for subjective evaluation under the category Vendor Information and Past Performance as shown
below in Table 6:
TABLE 6
Distinctive

Superior

Satisfactory

Marginal

Unsatisfactory

Overall Relevant
Medical Care
Experience

10

7

4

2

0

Overall Relevant
Mental Health
Care Experience

10

7

4

2

0

Case
Studies/References

40

30

20

1

0

Attachment 139, Table 6, clearly designated 7 points for a Superior rating under the element Overall
Relevant Mental Health Care Experience. However, pages 23 and 27 of the Subjective Evaluation
erroneously identified 8 possible points for the Superior rating for Overall Relevant Mental Health Care
Experience. Therefore, Wellpath, who received a Superior rating for this category, was erroneously
assigned 8 points, instead of the correct assignment of 7 points. As a result of this error, Wellpath’s

total assigned point score on the Evaluation Report Form for the three elements within the subjective
category, Vendor Information and Past Performance, was 40 points instead of 39 points. Likewise,
Wellpath’s Total Points should have been stated as 154.46, instead of 155.46 on the Evaluation Report
Form.
The corrected points have been notated on the Evaluation Report Form. This error in the assignment of
subjective points did not change the final outcome of award.
/jk

EVALUATIO N REPORT FORM
DIVISION OF PURCHASIN G

JK

REQUEST FOR PROPOSAL RFPS30034 902100318

Julie Kleffner, Buyer

Name of Vendor

Proposed
Methodolog y,
Approach, and
Work Plan

Centurion of Missouri, LLC
1
{Vienna, VA)
Corizon , LLC
2
(Brentwood TN)
lnGenesis, Inc.
3
'San Antonio, TX)
Wellpath , LLC
4
(Nashville , TN)
Wexford Health Sources, Inc.
5
(Pittsburqh , PA)

Vendor
Team
Information and
Qualifications
Past
Performance

(Maximum 30
Points)

(Maxi mum 20
Points)

(Maxi mum 60
Points)

30

18

50

7

12

7

Cost

(Maxi mum 80
Points)

Organization for
MO Servicethe
Disabled Veteran
Blind/Sheltered
Business
Workshoo
Preference
(Assigned by Division of Purchasing)
(Maxi mum 10
(15 Points)
(3 Points)
Points)

MBE/WBE
Participation

Total Points

(Maximum 218
Points)

6.5

0

0

171.18

7

66.68
76.74

6.7

0

0

4

0

70.36

10.0

109.44

3

99.36

24

13

40

63.46

5

10.0

13

28

80.00

10.0

0

14

5
0.1

*39

155.46 *154.46
145.10

0

6
7
8

We hereby attest that the subjective points assigned to each vendor listed above were scored pursuant
to the established evaluation criteria and represent our best judgment of the subjective areas of
the
vendors' proposals. We have attached a brief written narrative, wh ich highlights the reasons for
our evaluation of the proposals as indicated by the scores above. Our comments represent only
the
opinions of this evaluation team and do not represent the position of the Division of Purchasing,
the State of Missouri, or any other party. In addition , we understand that the MBE/WBE participation
points,
cost points, any Organization for the Blind and/or Sheltered Workshop preference bonus points,
and any Missouri Service-Disabled Veteran Business preference bonus points will be calculated
and added
by the Divisz
ur~
no to arrive at the total points. The vendor with the highest total point score will be our final recommendat
ion of the lowest and best proposal.

~

/

/,.

Wlll,m ICoeb<I

Evaluator's Printed Name
ScottO' Kell

Evaluator's Pri nted Name

/~a,
D.
E~ator's
Signature
/;~~ I

,d:/[,

)nSW, LC:sw

Evaluator's Signature

LaToya Duckworth
Evaluator's Printed Name

Kathryn Thumann
Evaluator's Printed Name

s«tloo Adm lol,t,,10,. Health St,eda,dmd l k m"'•

Ml,w"'I DepanmeMof HNlth '"d Seolo, S.NI<~

Title

Agency

A$slnant Dlviilon Director/Mental Health & Subs. Use

M b~url Depanment o f Corrections

Title

13•Apr-21

Agency

Date

Assistant Division Director for Medical Services

Title
Director of Treatment Services,
St. Louis Forensic Treatment Center

Title

*See memo to file re: Correction of Inadvertent Evaluation Report Form Error

- - - - - ~ ' ~ •-~ •
- 2~1_ _ _ _ __

Missouri Department of Corrections

Agency
Missouri Department of Mental Health

Agency

Date

April 13, 2021

Date
April 14, 2021

Date

3/22/20 21

From:
To:
Subject:
Date:

Terry, Travis
Kleffner, Julie
healthcare contract award
Thursday, May 27, 2021 9:56:00 AM

Good morning, Julie.
The Department of Corrections has finalized its review of the bid evaluation for the comprehensive
healthcare contract and would like to proceed with the award as recommended by the evaluation
committee. A performance security bond in the amount of $44,325,600 should be obtained from
Centurion of Missouri.
Thank you,

Travis W. Terry

Division Director of Corrections
Division of Offender Rehabilitative Services
2715 Plaza Drive, Jefferson City, MO. 65109

From:
To:
Subject:
Date:
Attachments:

Importance:

Kleffner, Julie
Lambert, Beth; Terry, Travis
Recommendation for Award of RFPS30034902100318 Comprehensive Health Care Services
Wednesday, April 14, 2021 8:26:16 AM
image001.png
EVALUATION NARRATIVE FINAL.docx
Evaluation of Cost BAFO1.xlsx
BLIND ORGANIZATION-SHELTERED WORKSHOP MEMO.docx
MBE-WBE AND BLIND-SHELT WKSHP PARTICIPATION EVALUATION.xlsx
MBE-WBE PARTICIPATION EVALUATION MEMO.docx
SDVE memo.docx
image003.png
High

Good morning,
As you are aware, the Division of Purchasing issued RFPS30034902100318 to establish a contract for
Comprehensive Health Care Services.
In order to comply with the statutory mandate of awarding contracts to the “lowest and best”
proposal, the evaluators were assigned the responsibility of conducting the subjective evaluation of
Proposed Methodology, Approach and Work Plan, Team Qualifications, and Vendor Information and
Past Performance.
The Division of Purchasing performed an objective cost evaluation in accordance with paragraph
6.7.2 of the RFP. The Division of Purchasing also reviewed the proposals for the MBE/WBE
participation evaluation and to determine whether any of the vendors were eligible for preference
bonus points by proposing participation from an Organization for the Blind and/or Sheltered
Workshop or from a Service-Disabled Veteran Business Enterprise.   Enclosed is a copy of the
Evaluation Report Form with all points inserted, the subjective evaluation report, the cost evaluation
report, the Blind/Sheltered participation memo, MBE/WBE participation memo, and the SDVE
memo, prepared for the RFP.
As evidenced by the enclosed evaluation report, Centurion of Missouri received the highest total
point score. It is noted that Centurion of Missouri is located in Virginia. However, a proposal was
not received from a Missouri based vendor. Consequently, the application of a reciprocal
preference is not warranted. Therefore, Centurion of Missouri is recommended by the evaluation
committee for contract award as the “lowest and best” vendor.
Please review the findings from the evaluation and review the proposal submitted by the
recommended vendor in order to ensure that the Proposed Methodology, Approach and Work Plan,
Team Qualifications, and Vendor Information Past Performance of the vendor will meet the needs of
your agency and that the prices proposed are acceptable. After such review, please advise whether
you would like the Division of Purchasing to proceed with a contract award to Centurion of Missouri,
as recommended.
Also, paragraph 2.16.1 of the RFP requires the contractor to furnish a performance security deposit
in an amount equal to twenty-five percent (25%) of the total projected contract price of the initial
contract year (Effective Date of Contract through June 30, 2022). Please advise the total amount

required for the performance security deposit.
Please note that the Division of Purchasing is still addressing a couple items that pertain to
confidentiality after award of the contract.
If you have any questions, please feel free to contact me at 751-7656.

Julie Kleffner

Services Team
State of Missouri | OA/Purchasing
Tel: 573.751.7656 | Fax: 573.526.9816
Julie.Kleffner@oa.mo.gov | www.oa.mo.gov/purch

How did we do? https://surveys.mo.gov/oacares

EVALUATIO N REPORT FORM
DIVISION OF PURCHASIN G

JK

REQUEST FOR PROPOSAL RFPS30034 902100318

Julie Kleffner, Buyer

Name of Vendor

Proposed
Methodolog y,
Approach, and
Work Plan

Centurion of Missouri, LLC
1
{Vienna, VA)
Corizon , LLC
2
(Brentwood TN)
lnGenesis, Inc.
3
'San Antonio, TX)
Wellpath , LLC
4
(Nashville , TN)
Wexford Health Sources, Inc.
5
(Pittsburqh , PA)

Vendor
Team
Information and
Qualifications
Past
Performance

(Maximum 30
Points)

(Maxi mum 20
Points)

(Maxi mum 60
Points)

30

18

50

7

12

7

Cost

(Maxi mum 80
Points)

Organization for
MO Servicethe
Disabled Veteran
Blind/Sheltered
Business
Workshoo
Preference
(Assigned by Division of Purchasing)
(Maxi mum 10
(15 Points)
(3 Points)
Points)

MBE/WBE
Participation

Total Points

(Maximum 218
Points)

6.5

0

0

171.18

7

66.68
76.74

6.7

0

0

4

0

70.36

10.0

109.44

3

99.36

24

13

40

63.46

5

10.0

13

28

80.00

10.0

0

14

5
0.1

155.46
145.10

0

6
7
8

We hereby attest that the subjective points assigned to each vendor listed above were scored pursuant
to the established evaluation criteria and represent our best judgment of the subjective areas of
the
vendors' proposals. We have attached a brief written narrative, wh ich highlights the reasons for
our evaluation of the proposals as indicated by the scores above. Our comments represent only
the
opinions of this evaluation team and do not represent the position of the Division of Purchasing,
the State of Missouri, or any other party. In addition , we understand that the MBE/WBE participation
points,
cost points, any Organization for the Blind and/or Sheltered Workshop preference bonus points,
and any Missouri Service-Disabled Veteran Business preference bonus points will be calculated
and added
by the Divisz
ur~
no to arrive at the total points. The vendor with the highest total point score will be our final recommendat
ion of the lowest and best proposal.

~

/

/,.

Wlll,m ICoeb<I

Evaluator's Printed Name
ScottO' Kell

Evaluator's Pri nted Name

/~a,
D.
E~ator's
Signature
/;~~ I

,d:/[,

)nSW, LC:sw

Evaluator's Signature

LaToya Duckworth
Evaluator's Printed Name

Kathryn Thumann
Evaluator's Printed Name

s«tloo Adm lol,t,,10,. Health St,eda,dmd l k m"'•

Ml,w"'I DepanmeMof HNlth '"d Seolo, S.NI<~

Title

Agency

A$slnant Dlviilon Director/Mental Health & Subs. Use

M b~url Depanment o f Corrections

Title

13•Apr-21

Agency

Date

Assistant Division Director for Medical Services

Title
Director of Treatment Services,
St. Louis Forensic Treatment Center

Title

- - - - - ~ ' ~ •-~ •
- 2~1_ _ _ _ __

Missouri Department of Corrections

Agency
Missouri Department of Mental Health

Agency

Date

April 13, 2021

Date
April 14, 2021

Date

3/22/20 21

Comprehensive Health Care Services
Evaluation of Cost
Evaluation of cost in accordance with paragraph 6.7.2 a. of the RFP
CENTURION OF MISSOURI

Pricing Decrease for Population Pricing Increase for Population
Increase
Decrease
(above the base population of (below the base population of
Pricing for Base Population of
23,000 offenders)
23,000 offenders)
23,000 (22,499 - 23,499)
Every Population Increase of 500
Above the Base Population of
23,000 Offenders

Every Population Decrease of 500
Below the Base Population of
23,000 Offenders

Firm, Fixed Price, Per Diem,
Per Offender Decrease

Firm, Fixed Price, Per Diem,
Per Offender Increase

Firm, Fixed Price Per Diem, Per
Offender

Original Contract Period:
Effective Date of Contract through 6/30/22
7/1/22 - 6/30/23
7/1/23 - 6/30/24

$
$
$

First Renewal Period (7/1/24 - 6/30/25)
Second Renewal (7/1/25 - 6/30/26)
Third Renewal (7/1/26 - 6/30/27)
Fourth Renewal (7/1/27 - 6/30/28)

Maximum Firm, Fixed Price Per
Diem, Per Offender
$
22.77
$
23.70
$
24.68
$
25.71

21.12 $
21.12 $
21.12 $

0.25 $
0.25 $
0.25 $

Minimum Firm, Fixed Price, Per
Diem, Per Offender Decrease
$
0.26
$
0.27
$
0.28
$
0.29

0.25
0.25
0.25

Maximum Firm, Fixed Price, Per
Diem, Per Offender Increase
$
0.26
$
0.27
$
0.28
$
0.29

ORIGINAL CONTRACT PERIOD:
Effective Date of Contract through June 30, 2022 – An offender population of 22,000 for 180 calendar days and an offender population of 22,500 for 185 calendar days.
Every Population Decrease of 500
(Firm, Fixed Price, Per Diem,
Below the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Increase]
Per Diem, Per Offender
Per Offender Increase
(number of increments)
22,000
180 $
21.12
$0.25
2
$0.50 $
21.62 $
22,500
185 $
21.12
$0.25
1
$0.25 $
21.37 $
July 1, 2022 through June 30, 2023 - An offender population of 23,000 for 180 calendar days and an offender population of 23,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23,000
180 $
21.12 $
0.25
0 $
$
21.12 $
23,500
185 $
21.12 $
0.25
1 $
0.25 $
20.87 $

TOTAL
85,615,200.00
88,952,625.00

TOTAL
87,436,800.00
90,732,325.00

July 1, 2023 through June 30, 2024 - An offender population of 24,000 for 180 calendar days and an offender population of 24,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
Above the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Decrease]
Per Diem, Per Offender
+
Per Offender Decrease
(number of increments)
24,000
180 $
21.12 $
0.25
2 $
0.50 $
20.62 $
24,500
185 $
21.12 $
0.25
3 $
0.75 $
20.37 $
Orginal Contract Period Total: $
FIRST RENEWAL PERIOD:
July 1, 2024 – June 30, 2025 - An offender population of 25,000 for 180 calendar days and an offender population of 25,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
4 $
1.04 $
21.73 $
22.77 $
0.26
25,000
180 $
25,500
185 $
22.77 $
0.26
5 $
1.30 $
21.47 $
First Renewal Period Total: $
SECOND RENEWAL PERIOD:
July 1, 2025 – June 30, 2026 - An offender population of 26,000 for 180 calendar days and an offender population of 26,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
26,000
180 $
23.70 $
0.27
6 $
1.62 $
22.08 $
26,500
185 $
23.70 $
0.27
7 $
1.89 $
21.81 $
Second Renewal Period Total: $
THIRD RENEWAL PERIOD:
July 1, 2026 – June 30, 2027 - An offender population of 27,000 for 180 calendar days and an offender population of 27,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
8 $
2.24 $
22.44 $
27,000
180 $
24.68 $
0.28
0.28
9 $
2.52 $
22.16 $
27,500
185 $
24.68 $
Third Renewal Period Total: $
FOURTH RENEWAL PERIOD:
July 1, 2027 – June 30, 2028 - An offender population of 28,000 for 180 calendar days and an offender population of 28,500 for 185 calendar days
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
28,000
180 $
25.71 $
0.29
10 $
2.90 $
22.81 $

TOTAL
89,078,400.00
92,327,025.00
534,142,375.00

TOTAL
97,785,000.00
101,284,725.00
199,069,725.00

TOTAL
103,334,400.00
106,923,525.00
210,257,925.00

TOTAL
109,058,400.00
112,739,000.00
221,797,400.00

TOTAL
114,962,400.00

28,500 I

185 I $

25.71 I $

0.29

I
I

11 I $

3.19 I $

22.52 I $

118,736,700.00

Fourth Renewal Period Total: $

233,699,100.00

GRAND TOTAL: $

1,398,966,525.00

Comprehensive Health Care Services
Evaluation of Cost
Evaluation of cost in accordance with paragraph 6.7.2 a. of the RFP
CORIZON

Pricing Decrease for Population Pricing Increase for Population
Increase
Decrease
(above the base population of (below the base population of
Pricing for Base Population of
23,000 offenders)
23,000 offenders)
23,000 (22,499 - 23,499)
Every Population Increase of 500
Above the Base Population of
23,000 Offenders

Every Population Decrease of 500
Below the Base Population of
23,000 Offenders

Firm, Fixed Price, Per Diem,
Per Offender Decrease

Firm, Fixed Price, Per Diem,
Per Offender Increase

Firm, Fixed Price Per Diem, Per
Offender

Original Contract Period:
Effective Date of Contract through 6/30/22
7/1/22 - 6/30/23
7/1/23 - 6/30/24

$
$
$

First Renewal Period (7/1/24 - 6/30/25)
Second Renewal (7/1/25 - 6/30/26)
Third Renewal (7/1/26 - 6/30/27)
Fourth Renewal (7/1/27 - 6/30/28)

Maximum Firm, Fixed Price Per
Diem, Per Offender
$
20.11
$
20.64
$
21.18
$
21.73

19.18 $
19.18 $
19.18 $

0.27 $
0.27 $
0.27 $

Minimum Firm, Fixed Price, Per
Diem, Per Offender Decrease
$
0.28
$
0.29
$
0.29
$
0.30

0.27
0.27
0.27

Maximum Firm, Fixed Price, Per
Diem, Per Offender Increase
$
0.28
$
0.29
$
0.29
$
0.30

ORIGINAL CONTRACT PERIOD:
Effective Date of Contract through June 30, 2022 – An offender population of 22,000 for 180 calendar days and an offender population of 22,500 for 185 calendar days.
Every Population Decrease of 500
(Firm, Fixed Price, Per Diem,
Below the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Increase]
Per Diem, Per Offender
Per Offender Increase
(number of increments)
22,000
180 $
19.18
$0.27
2
$0.54 $
19.72 $
22,500
185 $
19.18
$0.27
1
$0.27 $
19.45 $
July 1, 2022 through June 30, 2023 - An offender population of 23,000 for 180 calendar days and an offender population of 23,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23,000
180 $
19.18 $
0.27
0 $
$
19.18 $
23,500
185 $
19.18 $
0.27
1 $
0.27 $
18.91 $

TOTAL
78,091,200.00
80,960,625.00

TOTAL
79,405,200.00
82,211,225.00

July 1, 2023 through June 30, 2024 - An offender population of 24,000 for 180 calendar days and an offender population of 24,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
Above the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Decrease]
Per Diem, Per Offender
+
Per Offender Decrease
(number of increments)
24,000
180 $
19.18 $
0.27
2 $
0.54 $
18.64 $
24,500
185 $
19.18 $
0.27
3 $
0.81 $
18.37 $
Orginal Contract Period Total: $
FIRST RENEWAL PERIOD:
July 1, 2024 – June 30, 2025 - An offender population of 25,000 for 180 calendar days and an offender population of 25,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
4 $
1.12 $
18.99 $
20.11 $
0.28
25,000
180 $
25,500
185 $
20.11 $
0.28
5 $
1.40 $
18.71 $
First Renewal Period Total: $
SECOND RENEWAL PERIOD:
July 1, 2025 – June 30, 2026 - An offender population of 26,000 for 180 calendar days and an offender population of 26,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
26,000
180 $
20.64 $
0.29
6 $
1.74 $
18.90 $
26,500
185 $
20.64 $
0.29
7 $
2.03 $
18.61 $
Second Renewal Period Total: $
THIRD RENEWAL PERIOD:
July 1, 2026 – June 30, 2027 - An offender population of 27,000 for 180 calendar days and an offender population of 27,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
8 $
2.32 $
18.86 $
27,000
180 $
21.18 $
0.29
0.29
9 $
2.61 $
18.57 $
27,500
185 $
21.18 $
Third Renewal Period Total: $
FOURTH RENEWAL PERIOD:
July 1, 2027 – June 30, 2028 - An offender population of 28,000 for 180 calendar days and an offender population of 28,500 for 185 calendar days
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
28,000
180 $
21.73 $
0.30
10 $
3.00 $
18.73 $

TOTAL
80,524,800.00
83,262,025.00
484,455,075.00

TOTAL
85,455,000.00
88,264,425.00
173,719,425.00

TOTAL
88,452,000.00
91,235,525.00
179,687,525.00

TOTAL
91,659,600.00
94,474,875.00
186,134,475.00

TOTAL
94,399,200.00

28,500 I

185 I $

21.73 I $

0.30

I
I

11 I $

3.30 I $

18.43 I $

97,172,175.00

Fourth Renewal Period Total: $

191,571,375.00

GRAND TOTAL: $

1,215,567,875.00

Comprehensive Health Care Services
Evaluation of Cost
Evaluation of cost in accordance with paragraph 6.7.2 a. of the RFP
INGENESIS

Pricing Decrease for Population Pricing Increase for Population
Increase
Decrease
(above the base population of (below the base population of
Pricing for Base Population of
23,000 offenders)
23,000 offenders)
23,000 (22,499 - 23,499)
Every Population Increase of 500
Above the Base Population of
23,000 Offenders

Every Population Decrease of 500
Below the Base Population of
23,000 Offenders

Firm, Fixed Price, Per Diem,
Per Offender Decrease

Firm, Fixed Price, Per Diem,
Per Offender Increase

Firm, Fixed Price Per Diem, Per
Offender

Original Contract Period:
Effective Date of Contract through 6/30/22
7/1/22 - 6/30/23
7/1/23 - 6/30/24

$
$
$

First Renewal Period (7/1/24 - 6/30/25)
Second Renewal (7/1/25 - 6/30/26)
Third Renewal (7/1/26 - 6/30/27)
Fourth Renewal (7/1/27 - 6/30/28)

Maximum Firm, Fixed Price Per
Diem, Per Offender
$
21.2173
$
21.9060
$
22.6181
$
23.3543

20.0000 $
20.0000 $
20.0000 $

0.1597 $
0.1597 $
0.1597 $

Minimum Firm, Fixed Price, Per
Diem, Per Offender Decrease
$
0.1670
$
0.1720
$
0.1772
$
0.1825

0.1597
0.1597
0.1597

Maximum Firm, Fixed Price, Per
Diem, Per Offender Increase
$
0.1670
$
0.1720
$
0.1772
$
0.1825

ORIGINAL CONTRACT PERIOD:
Effective Date of Contract through June 30, 2022 – An offender population of 22,000 for 180 calendar days and an offender population of 22,500 for 185 calendar days.
Every Population Decrease of 500
(Firm, Fixed Price, Per Diem,
Below the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Increase]
Per Diem, Per Offender
Per Offender Increase
(number of increments)
22,000
180 $
20.0000 $
0.1597
$0.3194
$20.3194 $
2
22,500
185 $
20.0000 $
0.1597
1
$0.1597
$20.1597 $
July 1, 2022 through June 30, 2023 - An offender population of 23,000 for 180 calendar days and an offender population of 23,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23,000
180 $
20.0000 $
0.1597
0 $
$
20.0000 $
23,500
185 $
20.0000 $
0.1597
1 $ 0.1597 $
19.8403 $

TOTAL
80,464,824.0000
83,914,751.2500

TOTAL
82,800,000.0000
86,255,704.2500

July 1, 2023 through June 30, 2024 - An offender population of 24,000 for 180 calendar days and an offender population of 24,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
Above the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Decrease]
Per Diem, Per Offender
+
Per Offender Decrease
(number of increments)
24,000
180 $
20.0000 $
0.1597
2 $ 0.3194 $
19.6806 $
24,500
185 $
20.0000 $
0.1597
3 $ 0.4791 $
19.5209 $
Orginal Contract Period Total: $
FIRST RENEWAL PERIOD:
July 1, 2024 – June 30, 2025 - An offender population of 25,000 for 180 calendar days and an offender population of 25,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
4 $ 0.6680 $
20.5493 $
21.2173 $
0.1670
25,000
180 $
25,500
185 $
21.2173 $
0.1670
5 $ 0.8350 $
20.3823 $
First Renewal Period Total: $
SECOND RENEWAL PERIOD:
July 1, 2025 – June 30, 2026 - An offender population of 26,000 for 180 calendar days and an offender population of 26,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
26,000
180 $
21.9060 $
0.1720
6 $ 1.0320 $
20.8740 $
26,500
185 $
21.9060 $
0.1720
7 $ 1.2040 $
20.7020 $
Second Renewal Period Total: $
THIRD RENEWAL PERIOD:
July 1, 2026 – June 30, 2027 - An offender population of 27,000 for 180 calendar days and an offender population of 27,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
27,000
180 $
22.6181 $
0.1772
8 $ 1.4176 $
21.2005 $
27,500
185 $
22.6181 $
0.1772
9 $ 1.5948 $
21.0233 $
Third Renewal Period Total: $
FOURTH RENEWAL PERIOD:
July 1, 2027 – June 30, 2028 - An offender population of 28,000 for 180 calendar days and an offender population of 28,500 for 185 calendar days
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
28,000
180 $
23.3543 $
0.1825
10 $ 1.8250 $
21.5293 $

TOTAL
85,020,192.0000
88,478,479.2500
506,933,950.7500

TOTAL
92,471,850.0000
96,153,500.2500
188,625,350.2500

TOTAL
97,690,320.0000
101,491,555.0000
199,181,875.0000

TOTAL
103,034,430.0000
106,956,038.7500
209,990,468.75

TOTAL
108,507,672.0000

28,500 I

185 I $

23.3543 I $

0.1825

I
I

11 I $ 2.0075 I $

21.3468 I $

112,551,003.0000

Fourth Renewal Period Total: $

221,058,675.00

GRAND TOTAL: $

1,325,790,319.7500

Comprehensive Health Care Services
Evaluation of Cost
Evaluation of cost in accordance with paragraph 6.7.2 a. of the RFP
WELLPATH

Pricing Decrease for Population Pricing Increase for Population
Increase
Decrease
(above the base population of (below the base population of
Pricing for Base Population of
23,000 offenders)
23,000 offenders)
23,000 (22,499 - 23,499)
Every Population Increase of 500
Above the Base Population of
23,000 Offenders

Every Population Decrease of 500
Below the Base Population of
23,000 Offenders

Firm, Fixed Price, Per Diem,
Per Offender Decrease

Firm, Fixed Price, Per Diem,
Per Offender Increase

Firm, Fixed Price Per Diem, Per
Offender

Original Contract Period:
Effective Date of Contract through 6/30/22
7/1/22 - 6/30/23
7/1/23 - 6/30/24

$
$
$

First Renewal Period (7/1/24 - 6/30/25)
Second Renewal (7/1/25 - 6/30/26)
Third Renewal (7/1/26 - 6/30/27)
Fourth Renewal (7/1/27 - 6/30/28)

Maximum Firm, Fixed Price Per
Diem, Per Offender
$
23.89
$
24.73
$
25.60
$
26.50

22.07 $
22.07 $
22.07 $

0.22 $
0.22 $
0.22 $

Minimum Firm, Fixed Price, Per
Diem, Per Offender Decrease
0.22
$
$
0.23
$
0.25
$
0.27

0.22
0.22
0.22

Maximum Firm, Fixed Price, Per
Diem, Per Offender Increase
0.22
$
$
0.23
$
0.25
$
0.27

ORIGINAL CONTRACT PERIOD:
Effective Date of Contract through June 30, 2022 – An offender population of 22,000 for 180 calendar days and an offender population of 22,500 for 185 calendar days.
Every Population Decrease of 500
(Firm, Fixed Price, Per Diem,
Below the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Increase]
Per Diem, Per Offender
Per Offender Increase
(number of increments)
22,000
180 $
22.07
$0.22
2
$0.44 $
22.51 $
22,500
185 $
22.07
$0.22
1
$0.22 $
22.29 $
July 1, 2022 through June 30, 2023 - An offender population of 23,000 for 180 calendar days and an offender population of 23,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23,000
180 $
22.07 $
0.22
0 $
$
22.07 $
23,500
185 $
22.07 $
0.22
1 $
0.22 $
21.85 $

TOTAL
89,139,600.00
92,782,125.00

TOTAL
91,369,800.00
94,992,875.00

July 1, 2023 through June 30, 2024 - An offender population of 24,000 for 180 calendar days and an offender population of 24,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
Above the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Decrease]
Per Diem, Per Offender
+
Per Offender Decrease
(number of increments)
24,000
180 $
22.07 $
0.22
2 $
0.44 $
21.63 $
24,500
185 $
22.07 $
0.22
3 $
0.66 $
21.41 $
Orginal Contract Period Total: $
FIRST RENEWAL PERIOD:
July 1, 2024 – June 30, 2025 - An offender population of 25,000 for 180 calendar days and an offender population of 25,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23.01 $
0.22
4 $
0.88 $
25,000
180 $
23.89 $
25,500
185 $
23.89 $
0.22
5 $
1.10 $
22.79 $
First Renewal Period Total: $
SECOND RENEWAL PERIOD:
July 1, 2025 – June 30, 2026 - An offender population of 26,000 for 180 calendar days and an offender population of 26,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
26,000
180 $
24.73 $
0.23
6 $
1.38 $
23.35 $
26,500
185 $
24.73 $
0.23
7 $
1.61 $
23.12 $
Second Renewal Period Total: $
THIRD RENEWAL PERIOD:
July 1, 2026 – June 30, 2027 - An offender population of 27,000 for 180 calendar days and an offender population of 27,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23.60 $
27,000
180 $
25.60 $
0.25
8 $
2.00 $
9 $
2.25 $
23.35 $
27,500
185 $
25.60 $
0.25
Third Renewal Period Total: $
FOURTH RENEWAL PERIOD:
July 1, 2027 – June 30, 2028 - An offender population of 28,000 for 180 calendar days and an offender population of 28,500 for 185 calendar days
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
28,000
180 $
26.50 $
0.27
10 $
2.70 $
23.80 $

TOTAL
93,441,600.00
97,040,825.00
558,766,825.00

TOTAL
103,545,000.00
107,511,825.00
211,056,825.00

TOTAL
109,278,000.00
113,345,800.00
222,623,800.00

TOTAL
114,696,000.00
118,793,125.00
233,489,125.00

TOTAL
119,952,000.00

28,500 I

185 I $

26.50 I $

0.27

I
I

11 I $

2.97 I $

23.53 I $

124,061,925.00

Fourth Renewal Period Total: $

244,013,925.00

GRAND TOTAL: $

1,469,950,500.00

Comprehensive Health Care Services
Evaluation of Cost
Evaluation of cost in accordance with paragraph 6.7.2 a. of the RFP
WEXFORD HEALTH SOURCES

Pricing Decrease for Population Pricing Increase for Population
Increase
Decrease
(above the base population of (below the base population of
Pricing for Base Population of
23,000 offenders)
23,000 offenders)
23,000 (22,499 - 23,499)
Every Population Increase of 500
Above the Base Population of
23,000 Offenders

Every Population Decrease of 500
Below the Base Population of
23,000 Offenders

Firm, Fixed Price, Per Diem,
Per Offender Decrease

Firm, Fixed Price, Per Diem,
Per Offender Increase

Firm, Fixed Price Per Diem, Per
Offender

Original Contract Period:
Effective Date of Contract through 6/30/22
7/1/22 - 6/30/23
7/1/23 - 6/30/24

$
$
$

First Renewal Period (7/1/24 - 6/30/25)
Second Renewal (7/1/25 - 6/30/26)
Third Renewal (7/1/26 - 6/30/27)
Fourth Renewal (7/1/27 - 6/30/28)

Maximum Firm, Fixed Price Per
Diem, Per Offender
$
19.02
$
19.40
$
19.50
$
19.60

18.65 $
18.65 $
18.65 $

0.27 $
0.27 $
0.27 $

Minimum Firm, Fixed Price, Per
Diem, Per Offender Decrease
0.17
$
$
0.22
$
0.22
$
0.21

0.15
0.15
0.15

Maximum Firm, Fixed Price, Per
Diem, Per Offender Increase
0.17
$
$
0.22
$
0.22
$
0.21

ORIGINAL CONTRACT PERIOD:
Effective Date of Contract through June 30, 2022 – An offender population of 22,000 for 180 calendar days and an offender population of 22,500 for 185 calendar days.
Every Population Decrease of 500
(Firm, Fixed Price, Per Diem,
Below the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Increase]
Per Diem, Per Offender
Per Offender Increase
(number of increments)
22,000
180 $
18.65
$0.27
2
$0.54 $
19.19 $
22,500
185 $
18.65
$0.27
1
$0.27 $
18.92 $
July 1, 2022 through June 30, 2023 - An offender population of 23,000 for 180 calendar days and an offender population of 23,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
23,000
180 $
18.65 $
0.27
0 $
$
18.65 $
23,500
185 $
18.65 $
0.27
1 $
0.27 $
18.38 $

TOTAL
75,992,400.00
78,754,500.00

TOTAL
77,211,000.00
79,907,050.00

July 1, 2023 through June 30, 2024 - An offender population of 24,000 for 180 calendar days and an offender population of 24,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
Above the Base Population of
Total
[Firm, Fixed Price,
Price Per Diem
Offender Population X Calendar Days
X
23,000 Offenders
Decrease]
Per Diem, Per Offender
+
Per Offender Decrease
(number of increments)
24,000
180 $
18.65 $
0.27
2 $
0.54 $
18.11 $
24,500
185 $
18.65 $
0.27
3 $
0.81 $
17.84 $
Orginal Contract Period Total: $
FIRST RENEWAL PERIOD:
July 1, 2024 – June 30, 2025 - An offender population of 25,000 for 180 calendar days and an offender population of 25,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
4 $
0.68 $
18.34 $
19.02 $
0.17
25,000
180 $
25,500
185 $
19.02 $
0.17
5 $
0.85 $
18.17 $
First Renewal Period Total: $
SECOND RENEWAL PERIOD:
July 1, 2025 – June 30, 2026 - An offender population of 26,000 for 180 calendar days and an offender population of 26,500 for 185 calendar days.
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
26,000
180 $
19.40 $
0.22
6 $
1.32 $
18.08 $
26,500
185 $
19.40 $
0.22
7 $
1.54 $
17.86 $
Second Renewal Period Total: $
THIRD RENEWAL PERIOD:
July 1, 2026 – June 30, 2027 - An offender population of 27,000 for 180 calendar days and an offender population of 27,500 for 185 calendar days.
Every Population Increase of 500
(Firm,
Fixed
Price,
Per
Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
8 $
1.76 $
17.74 $
27,000
180 $
19.50 $
0.22
0.22
9 $
1.98 $
17.52 $
27,500
185 $
19.50 $
Third Renewal Period Total: $
FOURTH RENEWAL PERIOD:
July 1, 2027 – June 30, 2028 - An offender population of 28,000 for 180 calendar days and an offender population of 28,500 for 185 calendar days
Every Population Increase of 500
(Firm, Fixed Price, Per Diem,
[Firm, Fixed Price,
Above the Base Population of
Total
Offender Population X Calendar Days
X
Price Per Diem
Per Diem, Per Offender
+
23,000 Offenders
Decrease]
Per Offender Decrease
(number of increments)
28,000
180 $
19.60 $
0.21
10 $
2.10 $
17.50 $

TOTAL
78,235,200.00
80,859,800.00
470,959,950.00

TOTAL
82,530,000.00
85,716,975.00
168,246,975.00

TOTAL
84,614,400.00
87,558,650.00
172,173,050.00

TOTAL
86,216,400.00
89,133,000.00
175,349,400.00

TOTAL
88,200,000.00

28,500 I

185 I $

19.60 I $

0.21

I
I

11 I $

2.31 I $

17.29 I $

91,161,525.00

Fourth Renewal Period Total: $

179,361,525.00

GRAND TOTAL: $

1,166,090,900.00

RFPS30034902100318
Comprehensive Health Care Services
Cost Points
Vendor
Centurion of Missouri, LLC
Corizon, LLC
InGenesis, Inc.
Wellpath, LLC
Wexford Health Sources, Inc.

Total Cost
$
$
$
$
$

1,398,966,525.0000
1,215,567,875.0000
1,325,790,319.7500
1,469,950,500.0000
1,166,090,900.0000

Cost Points
(maximum of 80)
66.68
76.74
70.36
63.46
80.00

Subjective Evaluation
Comprehensive Health Care Services
Department of Corrections
Request for Proposal RFPS30034902100318

The attached narrative represents the evaluation committee’s assessment of the responsive proposals submitted in response to Request for Proposal RFPS30034902100318 for Comprehensive Health Care Services for the Missouri Department of
Corrections.
Responsive proposals were received from:
1.
2.
3.
4.
5.

Centurion of Missouri, LLC (Vienna, Virginia)
Corizon, LLC (Brentwood, Tennessee)
InGenesis, Inc. (San Antonio, Texas)
Wellpath, LLC (Nashville, Tennessee)
Wexford Health Sources, Inc. (Pittsburgh, Pennsylvania)

The evaluation committee was tasked with subjectively evaluating the proposal/proposals according to the established evaluation criteria of the RFP, which included Proposed Methodology, Approach, and Work Plan (30 points), Team Qualifications
20 points), and Vendor Information and Past Performance (60 points).
The following narrative and subjective evaluation points for each element assigned by the evaluation committee are based on the information presented in the vendors’ proposals and subsequent Best and Final Offer (BAFO) responses. The
subjective points assigned to the vendor were scored pursuant to the established evaluation criteria, as delineated in Attachment 139 of the RFP. The written narrative highlights the considerations which influenced the evaluators’ opinions.

RFPS30034902100318
Subjective Evaluation
Page 2 of 27

Proposed Methodology, Approach, and Work Plan
(30 Points Possible)
The subjective points assigned to each vendor were scored pursuant to the established evaluation criteria, as delineated in Attachment 139 of the RFP, and as illustrated below:
The state assessed each element of the Proposed Methodology, Approach, and Work Plan based upon the adjectival categories in Table 1:

Rating
Distinctive
Superior
Satisfactory
Marginal
Unsatisfactory

TABLE 1
Definition
Proposal exceeds the requirements in a way that promises significant benefits to the
government; proposal presents innovative, and/or best-in-class solutions; high confidence
in the proposed approach
Proposals meets all requirements; proposal offers some benefits beyond the stated
requirements; no material weaknesses; high confidence in the proposed approach
Proposal meets all requirements; proposal offers no significant benefits beyond the stated
requirements; no significant weaknesses exist; reasonable confidence in the proposed
approach
Proposal has one or more significant weaknesses and proposal provides limited details;
significant weaknesses are correctable without major revisions to the proposal; moderate
confidence in the proposed approach
Proposal has several significant weaknesses and proposal lacks detail and/or clarity, for
which correction would require major revisions or redirection of the proposal and/or
proposal solution; little or no confidence in the proposed approach

The adjectival rating for the specific elements of the Proposed Methodology, Approach, and Work Plan will have the point values as shown in Table 2:
Distinctive
Health Care Services
Medical Care Services
Mental Health Care Services
Staffing Plan
Implementation Plan

4
4
4
10
8

TABLE 2
Superior
3
3
3
8
6

Satisfactory

Marginal

Unsatisfactory

2
2
2
4
4

1
1
1
2
1

0
0
0
0
0

The following represents the evaluation committee’s ratings, points assigned, and findings for each element of each vendor’s proposed methodology, approach, and work plan, including those of any subcontractor participants:

RFPS30034902100318
Subjective Evaluation
Page 3 of 27

Proposed Methodology, Approach, and Work Plan

HEALTH CARE SERVICES
CENTURION OF MISSOURI
DISTINCTIVE 4
Centurion of Missouri’s (Centurion)
proposal exceeds the requirements in a
way that promises significant benefits
to the government; proposal presents
innovative, and/or best-in-class
solutions.

INGENESIS

MARGINAL 1
Corizon’s proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

MARGINAL 1
InGenesis’ proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

In addition to the required NCCHC
Prison Standards, Corizon states their
clinical and operating procedures have
been developed to meet or exceed
ACA healthcare standards, which
exceeds the requirement of the RFP.

InGenesis will use subcontractors to
provide health care services.
InGenesis did not detail how the
services will be provided.

Centurion’s Table of Contents
identifies specific subtopics in
addition to NCCHC topics thereby
demonstrating significant benefits to
the government through their
understanding of medical care
services.

Corizon provides a list of protocols,
not an actual Table of Contents/index.
There are limited mental health
protocols identified in the list.

InGenesis’ Table of Contents are in
line with the RFP. InGenesis states
they will match Department of
Corrections’ protocols. However, the
Department of Corrections does not
have protocols.

The protocols that were provided
appear to be appropriate. Centurion
provides a comprehensive listing of
clinical guidelines.

The protocol samples are more of an
outline for an encounter and not
tailored to individualized treatment.

In addition to the required National
Commission on Correctional Health
Care (NCCHC) Prison Standards,
Centurion exceeds the requirement of
the RFP by also complying with
American Correctional Association
(ACA) national standards, build upon
policies, and tailor policies to meet
each correctional facility’s specific
operational requirements.

Provide the table of contents/index
of the healthcare protocols
(policies and procedures), along
with a maximum of three (3)
actual protocols, to include
medical care and mental health
care services. (This is not
included in the 100-page limit.)

CORIZON

InGenesis states they received the
Gold Seal of Approval from the Joint
Commission to verify policies and
procedures, recruiting and
credentialing methods, and operations
comply with the Joint Commission
Standards.

InGenesis does not outline how they
will provide the day-to-day
operations.

WELLPATH

WEXFORD HEALTH SOURCES

DISTINCTIVE 4

SUPERIOR 3
Wexford Health Source’s (Wexford)
proposal meets all requirements;
proposal offers some benefits beyond
the stated requirements; no material
weaknesses.

Wellpath’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.
In addition to the required NCCHC
Prison Standards, Wellpath will also
comply with ACA national standards,
which exceeds the requirement of the
RFP.

Wexford agrees to comply with
NCCHC accreditation standards.

Wellpath’s Table of Contents are in
line with the RFP.

Wexford Health Sources, Inc.’s
(Wexford) Table of Contents are in
line with the RFP.

Wellpath’s protocols are focused on
responding to individual needs rather
than processes.

Wexford’s protocols are in line with
the RFP. The patient education
protocol in in English and in another
language.

RFPS30034902100318
Subjective Evaluation
Page 4 of 27

HEALTH CARE SERVICES

Describe the proposed telehealth
plan. The telehealth plan should
identify the method to improve the
efficiency and effectiveness of
health care service delivery to the
offender population in all state
agency correctional facility
locations.

CENTURION OF MISSOURI
In addition to the required NCCHC
standards, Centurion’s telehealth
program is compliant ACA national
standards, and the standards set by the
American Telemedicine Association,
which exceeds the requirement of the
RFP.

CORIZON
In addition to the required NCCHC
standards, Corizon’s telehealth clinics
will be conducted in a manner
consistent with ACA, and American
Telemedicine Association (ATA)
Standards, which exceeds the
requirement of the RFP.

Centurion will designate an onsite
telehealth coordinator. Centurion will
provide a Telehealth Operational
Manual for the program.

Much of the telehealth information
presented discusses past history and
not what Corizon proposes to do.

INGENESIS
The telehealth services will be
compliant with the American
Telemedicine Association and other
professional organizations.
InGenesis will use subcontractors to
provide a telehealth program.
InGenesis did not identify the
proposal for providing telehealth.

Centurion identifies a commitment to
balancing services provided via
telehealth versus in-person.

WELLPATH
Wellpath provided a clear plan for
implementation of telehealth services.
The proposal did not directly address
efficiency and effectiveness, however
Wellpath anticipates barriers (i.e. time
allotted to discuss needs and
challenges of current telehealth
program as well as noting the
equipment that they may require to
expand and improve telehealth
services). In addition, Wellpath
discusses how they will address those
barriers, and identifies alternative plans
to overcome those challenges with
state agency approval.

WEXFORD HEALTH SOURCES
Wexford indicates they have reached
out to multiple organizations to
propose a partnership for telehealth
services. Wexford did not identify
how they would implement the
telehealth services nor did they
address a method to improve
efficiency and effectiveness.

Wellpath’s recruitment and retention
plan meets the requirements of the
RFP.

Wexford’s recruitment and retention
plan meets the requirements of the
RFP.

Staff have access to a proprietary
online resource.

Staff have access to a proprietary
online resource.
Wexford offers health related training
for correctional officers above what is
required by the RFP. The training is
site specific, tailoring it to the unique
needs of the facility.

Wexford will utilize their PATH
(Provider Access through TeleHealth)
program for many aspects of medical
care.

Centurion will collect telehealth
metrics in order to use telehealth more
effectively and efficiently. Centurion
will offer more oversight and data
related to how and what they are doing
to shape their efforts.
Centurion will have dedicated
telehealth staff to be more responsive.

Describe the plan for recruiting
and retention of health services
staff.

Centurion’s recruitment and retention
plan meets the requirements of the
RFP.

Corizon’s recruitment and retention
plan meets the requirements of the
RFP.

InGenesis’ recruitment and retention
plan meets the requirements of the
RFP.

Provide the orientation plan for
correctional facility healthcare
staffing. (This is not included in
the 100-page limit.)

Staff have access to several
proprietary online resources.
Centurion provides an employee
training and orientation program that
takes into consideration the full aspect
of health care, covering both medical
care, behavioral health care, and nonclinical staff.

Staff have access to a proprietary
online resource. In addition to the 40
hours of orientation training required
by the contract, a minimum of 40
hours of training is required during the
first year on the job and at least 12
hours each year thereafter.

Staff have access to a proprietary
online resource.
InGenesis’ plan for recruiting is
categorized into two initiatives:
retention of incumbent staff and
recruitment of external hires.

Wellpath has individualized
competency training for all staff which
goes above and beyond the RFP by
describing their continuous
improvement mentoring program.

The orientation has a medical focus
lacking collaboration and cross
training for mental health. The content

InGenesis provides an employee
training and orientation plan with a
system for a nursing self-assessment

Wellpath provides a three-phase
employee orientation and training

They have individualized competency
training for all staff.

Wexford identifies targeted provider
recruitment strategies. Targeted

RFPS30034902100318
Subjective Evaluation
Page 5 of 27

HEALTH CARE SERVICES
CENTURION OF MISSOURI

CORIZON
INGENESIS
for mental health/behavioral health is
and a five-phase nurse competency
lacking. Other than nursing, there is a plan. Other than nursing, there is a
lack of individual competency training. lack of individual competency
training. InGenesis will provide
training to state agency staff.
Vector Vendor Management Services
(VMS) is a real-time reporting of
staffing, education, and different
reports mostly based around
employees.

WELLPATH
program: onboarding, performance
management, and leadership
development. They identify an
onboarding plan for all staff. Wellpath
has a good collaborative model for all
professions.

WEXFORD HEALTH SOURCES
nursing recruitment strategies include
“manageable expectations” to give
staff a firsthand idea of what a typical
day is like for correctional healthcare.
Many of the staffing consultants are
certified as Advanced Certified
Internet Recruiters.
Wexford has work/life balance
initiatives to ensure the team
maintains a balance.
The orientation program is a 4-phase
process and includes continual growth
for the employee beyond the
orientation period.
Wexford uses a software package to
track credentialing and recredentialing processes. It is
accessible to the state.

Describe the method, protocol,
and/or procedure proposed for
report delivery, and the provision
of adequate personnel attendance
and time documentation.

The method, protocol, and procedures
for proposed report delivery exceed
the requirements of the RFP.
Centurion provided a sample
customized report with more detail
than the sample provided with the
RFP.
Centurion has an online reporting
system that is accessible by the state
agency using SharePoint for real-time
reporting and information sharing.
Centurion will have an Analytics and
Informatics Department that will assist
in more effective data collection,
analysis, reporting, and utilization.
They will have dashboard reporting
which aligns with state agency
measures.

The method, protocol, and procedures
for proposed report delivery meets the
requirements of the RFP.

The method, protocol, and procedures
for proposed report delivery meets the
requirements of the RFP.

The method, protocol, and procedures
for proposed report delivery meets the
requirements of the RFP.
The Wellpath Client Portal gives near
real-time reporting on statistics related
to healthcare.

The method, protocol, and procedures
for proposed report delivery meets the
requirements of the RFP.

RFPS30034902100318
Subjective Evaluation
Page 6 of 27

HEALTH CARE SERVICES

Economic Impact to Missouri The vendor should describe the
economic advantages that will be
realized as a result of the vendor
performing the required services.
The vendor should respond to the
following:
Provide a description of the
proposed services that will be
performed and/or the proposed
products that will be provided by
Missourians and/or Missouri
products.
Provide a description of the
economic impact returned to the
State of Missouri through tax
revenue obligations.
Provide a description of the
company’s economic presence
within the State of Missouri
(e.g., type of facilities: sales
offices; sales outlets; divisions;
manufacturing; warehouse;
other), including Missouri
employee statistics.

CENTURION OF MISSOURI
Centurion agrees to the meet the
requirements of the RFP for personnel
attendance and time documentation.

CORIZON
Corizon agrees to the meet the
requirements of the RFP for personnel
attendance and time documentation.

INGENESIS
Personnel attendance and time
documentation exceed the
requirements of the RFP because
VectorVMS is accessible by the state.

WELLPATH
Wellpath agrees to the meet the
requirements of the RFP for personnel
attendance and time documentation.

WEXFORD HEALTH SOURCES
Wexford described a satisfactory
personnel attendance and time
documentation plan.

Centurion is a Virginia-based
company. Centurion is a subsidiary of
Centene Corporation, which has global
headquarters in St. Louis Missouri.
Centurion indicates they will utilize
the majority of the budget expended to
give back to the state through local
employment income and utilization of
Missouri-based hospitals and specialty
service providers, which contributes to
state and local payroll tax revenues
and sales tax revenues. Centurion of
Missouri demonstrates how the money
will flow back into Missouri’s
economy. Therefore, Centurion
identifies a positive economic impact
to Missouri.

Corizon is a Tennessee-based
company. Corizon’s proposal does not
demonstrate a positive economic
impact to Missouri.

InGenesis is a Texas-based company.
Upon the execution of the contract,
InGenesis plans to demonstrate a
positive economic impact to Missouri
as follows: InGenesis indicates they
will engage Missouri-based
companies and will employ more than
900 Missouri employees. InGenesis
estimates over 100 additional local
jobs will be supported by the
purchasing of goods and services
related to the contract. InGenesis
indicates state and local payroll tax
revenues and sales tax revenues would
be positively impacted.

Wellpath is a Tennessee-based
company. Upon the execution of the
contract, Wellpath plans to
demonstrate a positive economic
impact to Missouri as follows:
Wellpath indicates corporate owners
will file income taxes reporting the
Missouri share of income earned.
They will comply with property,
payroll, use, and other business taxes.
Wellpath indicates they will purchase
additional supplies to serve the
Missouri locations and pay an
increased amount of use tax to the
state.

Wexford is a Pennsylvania-based
company. Upon the execution of the

Therefore, the evaluation team has
high confidence in the proposed
approach.

Therefore, the evaluation team has
moderate confidence in the proposed
approach.

Therefore, the evaluation team has
moderate confidence in the proposed
approach.

Therefore, the evaluation team has
high confidence in the proposed
approach.

Therefore, the evaluation team has
high confidence in the proposed
approach.

contract, Wexford plans to demonstrate a
positive economic impact to Missouri.

Wexford estimates that at least 90%
of the contract value will remain in
Missouri through staff, services, and
purchase of equipment and
commodities, which will also generate
tax revenue.

RFPS30034902100318
Subjective Evaluation
Page 7 of 27

MEDICAL HEALTH CARE SERVICES

Provide a detailed description for
each of the program components
identified in the Section 3, Scope
of Work – Specific Medical Care
Services. Describe how each
medical care component will
become operational and how each
will be sustained at the level
required by the contract.

CENTURION OF MISSOURI

CORIZON

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES

DISTINCITVE 4
Proposal exceeds the requirements in a
way that promises significant benefits
to the government; proposal presents
innovative, and/or best-in-class
solutions.

MARGINAL 1

Corizon’s proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

MARGINAL 1

InGenesis’ proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

DISTINCTIVE 4
Wellpath’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.

SUPERIOR 3
Wexford’s proposal meets all
requirements; proposal offers some
benefits beyond the stated requirements;
no material weaknesses.

Centurion’s proposed medical services
components are in alignment with the
requirements of the RFP.

Corizon’s proposed medical services
components are in alignment with the
requirements of the RFP.

InGenesis’ proposed medical services
components are in alignment with the
requirements of the RFP.

Wellpath’s proposed medical services
components are in alignment with the
requirements of the RFP.

Wexford’s proposed medical services
components are in alignment with the
requirements of the RFP.

Centurion demonstrates a holistic
approach to serving the population
with a focus on wellness and
preventative measures versus
treatment.

Corizon will implement a premium
bonus for front-line team members
working within a contract with a
confirmed COVID-19 positive
treatment.

Wellpath provides a comprehensive
listing of all the services they will
provide and how they will provide the
services within the institutions.

Centurion proposes to provide secure
mobile onsite CT/MRI imaging
services, as well as wound care and
sleep studies. Dialysis will be
provided on site, and at WERDCC
(female correctional center) This is
added value to the state because it
decreases the need to transport female
offenders.

Corizon proposes to host the eMAR
application, for year one of the
contract at the female facilities and
states that they can discuss upgrading
those [male] sites to use HCS eMAR
as well. However, this service is only
one year and only for female facilities
and an offer to consider with no
definitive commitment for male
facilities.

InGenesis’ proposed medical care
service components are mainly an
agreement to the requirements of the
RFP with little additional detail
provided to demonstrate a clear
understanding of the proposed
services.

Wexford presents some value added
programs: an online program for
continuing education on medical-legal
issues; laboratory medicine program, an
Infectious Disease and Episodic
Conditions Specialty Program; and an
intensive medication pass review.

Centurion will provide education and
counseling using their proprietary
program, Body Well Baby Well, and
gear it specifically toward the
correctional environment further
demonstrating their commitment to a
holistic approach.
Centurion trains staff on their own
comprehensive chronic care
guidelines, which includes more
chronic care protocols than required
by the RFP.
Centurion proposes a proprietary webbased medical consultant system to

Corizon will provide access to a Medispan drug database for use in the
MOCIS EMR but they do not explain
how it would be implemented.

The chronic care treatment plans will
be based on recommendations from
health care organizations and endorsed
by NCCHC and ACA.
InGenesis’ hospice care program
adheres to NCCHC and ACA for
hospice care.

Dental Services will be provided in
accordance with NCCHC, ACS, and
community standards of care. They
provide a well-defined plan for the
triaging of dental care.
Wellpath is well versed in intake,
triage, screening, treatment, and
monitoring. Wellpath details
detoxification from other chemicals in
addition to opioids. Their three levels
of detoxification are clearly defined.
They describe an overall approach of
medical and mental health.

Wexford will provide hearing devices
for those with a hearing loss of greater
than 40 decibels and will replace aids
when lost.
Wexford will have a Coumadin Chronic
Care Clinic which is above the
requirements of the RFP; Wexford
recognizes that due to the narrow
therapeutic window of the medicine, it
must be carefully monitored.
Wexford will have a Chronic Care
program for Gender Dysphoria, which
enables providers, and health care staff
to better monitor patients’ treatment
plans, order lab work, and manage
pharmaceutical therapy.
All dialysis technicians will be certified
by the Nephrology Nursing Certification
Commission.

RFPS30034902100318
Subjective Evaluation
Page 8 of 27

MEDICAL HEALTH CARE SERVICES
CENTURION OF MISSOURI

support utilization management on the
institutional level geared toward the
corrections setting.
Identify any wellness/primary
preventative programs proposed.

Describe the mortality review
procedures.

CORIZON

INGENESIS

The wellness/primary preventative
services meet the requirements of the
RFP with little additional detail.

Centurion highlights two value-added
wellness and primary care programs:
(1) Envolve Focus on Wellness disease
and lifestyle management services that
supports chronic care services for
patients with complex and/or difficult
to manage conditions and (2) Health
Promotion for Female Patients:
Healing, Empowerment, and
Resources (HER) program which
promotes physical and behavioral
health well-being for female patients.

Corizon’s proposed wellness and
primary care programs meets the
requirements of the RFP.

Centurion’s mortality review process
meets the requirements of the RFP.

Corizon’s mortality review process
meets the requirements of the RFP.
Corizon has a multi-review process
for mortalities. Any category 3 or 4
patient safety events that are identified
will require a Quality Improvement
Plan. However, the plan is not
described.

InGenesis mortality review process
meets the requirements of the RFP.

The prevalent weakness within the
medical health care services section is
that Corizon does not describe how
they will provide the aforementioned
services.

The prevalent weakness within the
medical health care services section is
that InGenesis did not describe how
they are going to provide the
aforementioned services because many
of the services, such as mobile
imaging, hospital care, dialysis, claims

WELLPATH

Wellpath will have an individualized
path for pregnancy care that is broken
down into levels focusing on the
mental health aspect of not being able
to keep the baby.

WEXFORD HEALTH SOURCES

Wexford’s proposed wellness and
primary care programs meets the
requirements of the RFP.

Wellpath offers a variety of health
education in various formats with
electronic versions being added to
kiosks or tablets in housing units, if
available. Education topics are also
geared toward special populations,
such as Lesbian, Gay, Bisexual,
Transgender, Queer and/or
Questioning, Intersex, and Asexual
and/or Ally (LGBTQIA).
Wellpath has a proactive mortality
review process. The report will
include a narrative medical history
covering a 90-day period prior to the
death, the deceased individual’s
primary medical or psychiatric
diagnoses and therapy provided, and a
narrative of the terminal event. If
additional information is discovered
after submittal, a follow-up report will
be submitted within 14 days of the
discovery.

Wexford’s mortality review process
meets the requirements of the RFP.

RFPS30034902100318
Subjective Evaluation
Page 9 of 27

MEDICAL HEALTH CARE SERVICES
CENTURION OF MISSOURI

Therefore, the evaluation team has
high confidence in the proposed
approach.

CORIZON

Therefore, the evaluation team has
moderate confidence in the proposed
approach.

INGENESIS

management, and pharmacy services,
are subcontracted.
Therefore, the evaluation team has
moderate confidence in the proposed
approach.

WELLPATH

Therefore, the evaluation team has
high confidence in the proposed
approach.

WEXFORD HEALTH SOURCES

Therefore, the evaluation team has high
confidence in the proposed approach.

RFPS30034902100318
Subjective Evaluation
Page 10 of 27

MENTAL HEALTH CARE SERVICES
CENTURION OF MISSOURI
DISTINCTIVE 4
Centurion’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.
Provide a detailed description for
each of the program components
identified in the Section 4, Scope
of Work – Specific Mental Health
Care Services. Describe how each
mental health care component will
become operational and how each
will be sustained at the level
required by the contract.

Centurion’s proposed mental health
care services components are in
alignment with the requirements of the
RFP.
Centurion’s mental health narrative is
comprehensive and demonstrates a
holistic approach. Their approach is
well defined and descriptive in how
they will provide the services and
thereby demonstrates significant
benefits to the government through
their understanding of mental health
care services.
Centurion leverages clinical resources
to support behavioral management
program following their proprietary
Clinical Guidelines for Developing
Behavioral Management Plans.

CORIZON
MARGINAL 1

Corizon’s proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

INGENESIS
UNSATISFACTORY 0

InGenesis’ proposal has several
significant weaknesses and proposal
lacks detail and/or clarity, for which
correction would require major
revisions or redirection of the proposal
and/or proposal solution.

Corizon’s proposed mental health care InGenesis’ proposed mental health care
services components are in alignment services components are in alignment
with the requirements of the RFP.
with the requirements of the RFP.
Corizon will implement Optum’s
Impact Pro (IPRO), a clinical
informatics solution to help
population health management teams
target health care services to
individuals. IPRO identifies and
stratifies patients by healthcare risk,
complexity, and treatment need.

InGenesis’ proposed mental health care
service components, evidence-based
modalities, and sex offender treatment
are mainly an agreement to the
requirements of the RFP with little
additional detail provided to
demonstrate a clear understanding of
the proposed services.

Corizon will have a gender specific
curriculum for the trauma groups.
Corizon identifies different treatment
modalities. .

InGenesis’ gender-responsive and
other appropriate evidence-based
modalities proposed for working with
incarcerated females focuses on
psychopathy, behavioral management,
and case management, which the
evaluator’s consider a weakness
because this is not a method of
treatment. The information presented
does not demonstrate a clear
understanding of considering one’s
gender when treating them, as
requested in the RFP.

Corizon identifies that a behavioral
token economy system of rewards and
consequences with progressive levels
to establish external tools to manage
behavior will be utilized.

InGenesis indicates they will perform
in accordance with DOC policies and
procedures; however, these policies
and procedures do not address clinical
decisions, or programs required by the
RFP.

WELLPATH

WEXFORD HEALTH SOURCES

Wellpath’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.

DISTINCTIVE 4

SUPERIOR 3
Wexford’s proposal meets all
requirements; proposal offers some
benefits beyond the stated
requirements; no material
weaknesses.

Wellpath’s proposed mental health
care services components are in
alignment with the requirements of the
RFP.

Wexford’s proposed mental health
care services components are in
alignment with the requirements of
the RFP.

Wellpath’s mental health narrative is
comprehensive and demonstrates a
holistic approach. Their approach is
well defined and descriptive in how
they will provide the services.

There is a focus on female offenders
with trauma informed and gender
responsive treatment. Wexford has
their own modalities and
individualized assessments.

RFPS30034902100318
Subjective Evaluation
Page 11 of 27

MENTAL HEALTH CARE SERVICES

Identify and describe the
evidence-based modalities
proposed for offenders identified
with serious mental illness (MH3,
MH4, MH5).
Specifically identify genderresponsive and other appropriate
evidence-based modalities
proposed for working with
incarcerated females identified
with serious mental illness (MH3,
MH4, MH5).

CENTURION OF MISSOURI

CORIZON

Centurion will provide traumainformed, evidence-based,
multidisciplinary individual and group
treatment that fits best practices.

Corizon’s Emotional Empowerment
Program targets the Suicidal and NonSuicide Self Injury (NSSI) and is a
program based on Dialectical
Behavioral Therapy (DBT). Corizon
indicates their mental health
interventions are utilized within the
framework of an assertive community
treatment model of care.

Centurion will provide access to the
Envolve Healing, Empowerment, and
Resources (HER) program which
promotes physician and behavioral
health well-bring for female patients.
The program’s journal received an
award for Outstanding Achievement in
Care Coordination and Specialty
Programs: Women’s/Children Case
Management.
To train the behavioral health staff in
gender-responsive, trauma informed
care, Centurion has a sequence of three
training modules. Two of the three
modules can be adapted for all other
staff to use.
Centurion will facilitate monthly
treating women conference call to
provide support for trauma-informed
care.

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES

Wellpath identifies evidence-based
programming designed for seriously
mentally ill patients receiving
treatment in correctional mental health
units, including a treatment approach
built on the Risk-Needs-Responsivity
model for recidivism risk reduction.

Wexford’s SAFE-T (Suicide
Assessment Five-step Evaluation and
Triage) Program differentiates
between offenders that are acutely
suicidal and non-acutely suicidal.
Wexford will use their Using
Collaborative Problem-Solving to
Manage Violence and Mitigate Risk
as a training tool that provides staff
with real-life strategies. Wexford’s
HOPE program is a validated
approach for offenders with suicidal
ideation.

Wellpath has an emergency
psychotropic medication protocol that
is NCCHC and ACA compliant for
patients determined to be dangerous to
themselves or others.
Wellpath details a suicide prevention
program and identifies a specific
suicide risk assessment tool.
Wellpath identifies various assessment
tools with a system for measuring
improvement and making consistent
with the state agency goals.
Wellpath will provide an Activity and
Recreational Therapy program to meet
needs and offers specific examples of
the components.
Wellpath describes a thorough release
preparation programming and
discharge planning process.
Wellpath identifies mental healthcare
staff training for the state agency
personnel that are specific to processes
in lieu of a general overview.
All staff will have training in how to
develop and maintain a traumasensitive and gender responsive
environment.

Wexford offers behavioral health
focused training for staff. Wexford
has their own group therapy books for
clinicians to support them in the
correctional environment.
Wexford has a specialized mental
health training curriculum for
correctional officers.

RFPS30034902100318
Subjective Evaluation
Page 12 of 27

MENTAL HEALTH CARE SERVICES

Specifically, describe the approach
to providing sexual offender
treatment services. Document the
validity of the proposed
methodology and evidence that the
delivery of the methodology
proposed has substantially reduced
sexual recidivism. If more than
one type of sexual offender
program is proposed, describe
each type of program proposed.

CENTURION OF MISSOURI

CORIZON

Centurion’s sex offender treatment
program will be based on research
delivery models, including the Good
Lives Model, an assessment and
treatment model consistent with best
practices from peer-reviewed research.
Each of the models are clearly
described.

Corizon will utilize the University of
Cincinnati Corrections Institute’s
Cognitive Behavioral Interventions
for Sexual Offender, an evidenceinformed, rather than evidence based,
curriculum.

Therefore, the evaluation team high
confidence in the proposed approach.

Therefore, the evaluation team has
moderate confidence in the proposed
approach.

INGENESIS

The prevalent weakness within this
section is that Corizon does not
describe how they will provide the
aforementioned services, and provides
limited details on the services they
propose.
Therefore, the evaluation team has
little or no confidence in the proposed
approach.

WELLPATH

WEXFORD HEALTH SOURCES

Wellpath’s proprietary sex offender
treatment program is risk-based
analysis for individualized treatment.
They identify a multidisciplinary
approach. Wellpath clearly identifies
and describes patient specific
treatment domains.

The sex offender treatment services
meet the requirements of the RFP.
Wexford provides detail on sex
offender treatment for females and
recognizes that the treatment,
approaches, and training are different.

Therefore, the evaluation team has
high confidence in the proposed
approach.

Therefore, the evaluation team has
high confidence in the proposed
approach.

RFPS30034902100318
Subjective Evaluation
Page 13 of 27

STAFFING PLAN
CENTURION OF MISSOURI
The vendor must complete
Exhibit B.1, Staffing Matrix, for
the Statewide Administrative
Office and each correctional
facility. At a minimum, the
vendor must identify must
identify both the proposed
number of personnel and the
proposed staffing hours for each
personnel position identified on
Exhibit B.1, Staffing Matrix, for
the Statewide Administrative
Office and each correctional
facility. The vendor may
identify additional personnel
positions; however, the vendor
shall NOT delete any identified
personnel position. For each
additional proposed personnel
position, the vendor must
identify the proposed number of
personnel and the proposed
staffing hours. (The Staffing
Matrix is not included in the
100-page limit.)
For any additional staffing
personnel proposed, provide an
explanation for each of the
additional personnel positions for
why the additional staffing
personnel are necessary and the
function each of the additional
personnel positions will serve.
Describe how personnel
vacancies will be covered until a
replacement is hired

DISTINCTIVE 10
Centurion’s proposal exceeds the
requirements in a way that promises
significant benefits to the government.
Centurion exceeds the RFP required
Regional Office staffing plan by the positions
and FTE identified in the following table.
They met the minimum required staffing
plans for all correctional facilities. Centurion
clearly explains why the additional staffing is
necessary and the function of each position.
Position
Director of Case Management
Statewide Utilization
Management Nurse
Statewide Continuous Quality
Improvement Coordinator
Utilization Management
Referral Specialist
Informatics/Data Analyst
Telehealth Scheduler
Secretary/Administrative
Assistant
TOTAL

CORIZON

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES

SATISFACTORY 4
Corizon’s proposal meets all
requirements; proposal offers no
significant benefits beyond the stated
requirements; no significant
weaknesses exist.

SATISFACTORY 4
InGenesis’ proposal meets all
requirements; proposal offers no
significant benefits beyond the stated
requirements; no significant
weaknesses exist.

SATISFACTORY 4
Wellpath’s proposal meets all
requirements; proposal offers no
significant benefits beyond the stated
requirements; no significant
weaknesses exist.

SATISFACTORY 4
Wexford’s proposal meets all
requirements; proposal offers no
significant benefits beyond the stated
requirements; no significant
weaknesses exist.

The staffing plan meets the minimum
requirements of the RFP.

The staffing plan meets the minimum
requirements of the RFP.

The staffing plan meets the minimum
requirements of the RFP.

The staffing plan meets the minimum
requirements of the RFP.

Corizon has an adequate plan for
covering personnel vacancies.

InGenesis has an adequate plan for
covering personnel vacancies.

Wellpath has an adequate plan for
covering personnel vacancies.

Wexford has an adequate plan for
covering personnel vacancies.

They have a program to notify staff
when shifts are vacant which assists
Wellpath in covering the open shifts.

FTE
1
1
1
1
1
1
1
7

Centurion provides an organizational chart
clearly showing their reporting structure.
Centurion has an adequate plan for covering
personnel vacancies.
Therefore, the evaluation team has high
confidence in the proposed approach.

Therefore, the evaluation team has
reasonable confidence in the
proposed approach.

Therefore, the evaluation team has
reasonable confidence in the
proposed approach.

Therefore, the evaluation team has
reasonable confidence in the
proposed approach.

Therefore, the evaluation team has
reasonable confidence in the
proposed approach.

RFPS30034902100318
Subjective Evaluation
Page 14 of 27

IMPLEMENTATION PLAN
CENTURION OF MISSOURI
The vendor should complete
Exhibit B.2, or any other format,
to describe the proposed schedule
for the implementation of the
required services beginning from
the day the state agency provides
authorization to the contractor to
proceed with contract services to
the day services are fully
operational. The vendor should
present the information as
calendar days rather than actual
dates. In the event of overlapping
or concurrent tasks, a timeline
(PERT, bar, line, etc.) may be
used. (The Implementation Plan
is not included in the 100-page
limit.)

DISTINCTIVE 8

Centurion’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.
Centurion provides a thorough
implementation table and clearly
describes the transition management
and activities.

CORIZON
UNSATISFACTORY 0

Corizon’s proposal has several
significant weaknesses and proposal
lacks detail and/or clarity, for which
correction would require major revisions
or redirection of the proposal and/or
proposal solution.

Centurion will provide progress
reports to the state agency through the
process. Centurion recognizes this
could vary by each facility.

Corizon indicates that “as the current
provider, many of the items specified in
this section of the RFP would not apply
since no transition would be necessary”
and then acknowledges and agrees to the
requirements regarding implementation
of services, as outlined in the RFP.
However, throughout proposal, there are
some new areas to be implemented, such
as telehealth expansion and IPRO, but
the plan does not actually discuss the
implementation.

Therefore, the evaluation team has
high confidence in the proposed
approach.

Therefore, the evaluation team has little
or no confidence in the proposed
approach.

INGENESIS
MARGINAL 1

WELLPATH
DISTINCTIVE 8

WEXFORD HEALTH SOURCES
MARGINAL 1

InGenesis’ proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

Wellpath’s proposal exceeds the
requirements in a way that promises
significant benefits to the government;
proposal presents innovative, and/or
best-in-class solutions.

Wexford’s proposal has one or more
significant weaknesses and proposal
provides limited details; significant
weaknesses are correctable without
major revisions to the proposal.

The implementation timeline
illustrates each functional component
but lacks detail on the actual process.

Wellpath provides a thorough
implementation plan and clearly
describes the transition management
and activities for a smooth transition.

Wexford will use a “DEPLOYment”
method but lacks detail on the process.

The plan identifies regular calls and
check ins with the state agency. The
transition process includes the setup
of a startup portal website which is a
repository for all information related
to the hiring, orientation, and
transition process. Wellpath provides
a clearly defined sample transition
timelime.
Therefore, the evaluation team has
moderate confidence in the proposed
approach.

Therefore, the evaluation team has
high confidence in the proposed
approach.

The implementation timeline illustrates
each functional component but lacks
detail on the actual process.

Therefore, the evaluation team has
moderate confidence in the proposed
approach.

RFPS30034902100318
Subjective Evaluation
Page 15 of 27

Element
Health Care Services
Medical Care Services
Mental Health Care
Services
Staffing Plan
Implementation Plan
Total points for proposed
methodology, approach,
and work plan

Maximum
Points
Available
4
4
4

Centurion of Missouri
Points
Rating
Assigned
Distinctive
4
Distinctive
4
Distinctive
4

10
8

Distinctive
Distinctive

30

10
8

30

Proposed Methodology, Approach, and Work Plan
Total Points
Corizon

Rating
Marginal
Marginal
Marginal
Satisfactory
Unsatisfactory

Points
Assigned
1
1
1
4
0

7

InGenesis

Rating
Marginal
Marginal
Unsatisfactory
Satisfactory
Marginal

Wellpath

Points
Assigned
1
1
0

Distinctive
Distinctive
Distinctive

4
1

Satisfactory
Distinctive

7

Rating

Points
Assigned
4
4
4
4
8
24

Wexford Health Sources
Points
Rating
Assigned
Superior
3
Superior
3
Superior
3
Satisfactory
Marginal

4
1

14

RFPS30034902100318
Subjective Evaluation
Page 16 of 27

Team Qualifications
(20 Points Possible)
The subjective points assigned to each vendor were scored pursuant to the established evaluation criteria, as delineated in Attachment 139 of the RFP, and as illustrated below:
The state assessed each element of the Team Qualifications based upon the adjectival categories in Table 3:
Rating
Distinctive

Superior
Satisfactory
Marginal
Unsatisfactory

TABLE 3
Definition
Team exceeds the requirements with superlative experience, qualifications, and/or expertise in a way
that promises significant benefits to the government; team has track record of delivering significant
impact in complex and demanding situations, and/or recognized as leaders or emerging leaders among
relevant peer groups; high confidence with the team’s qualifications
Team meets all requirements and offers experience, qualifications, and demonstrated expertise that goes
beyond stated requirements; no material weaknesses; confidence with the team’s qualifications
Team meets all requirements; offers no significant benefits beyond the stated requirements; no
significant weaknesses exist; reasonable confidence with the team’s qualifications
Team has one or more significant weaknesses; significant weaknesses are manageable; moderate
confidence with the team’s qualifications
Team has several significant weaknesses; which present significant risks to project delivery; little or no
confidence with the team’s qualifications

The adjectival rating for the Team Qualifications will have a point value as shown in Table 4:

Corporate Team
Statewide Administrative Team

I

Distinctive
10
10

TABLE 4
Superior
8
8
I

I

Satisfactory
5
5

I

Marginal
2
2

Unsatisfactory
0
0
I

The following represents the evaluation committee’s ratings, points assigned, and findings for each element of the vendors’ team qualifications, including those of any subcontractor participants:

RFPS30034902100318
Subjective Evaluation
Page 17 of 27

Team Qualifications
(20 Points Possible)

CORPORATE TEAM

Refer to Exhibit C
of the RFP

CENTURION OF MISSOURI

CORIZON

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES

DISTINCTIVE 10

MARGINAL 2

MARGINAL 2

SUPERIOR 8

SATISFACTORY 5

The corporate team exceeds the
requirements with superlative
experience, qualifications, and/or
expertise in a way that promises
significant benefits to the government.
Each member of the Centurion corporate
team exceeds the minimum years of
related correctional experience or
correctional healthcare experience, with
a state correctional system, as outlined
within the RFP. The evaluation team
recognizes the following strengths:
•
•
•

•
•
•

Longevity within correctional
healthcare
Tenure within the company
Clear advancement of
correctional career from
institutional front-line services to
corporate level
Distinctive clinical and
educational experience relevant
to medical and mental healthcare
Current direct involvement with
correctional accrediting body
Centurion identifies the
corporate team member who will
be the primary person
responsible for the delivery of
the project.

Therefore, the evaluation team has high
confidence with the team’s
qualifications.

The corporate team has one or more
significant weaknesses.

The corporate team has one or more
significant weaknesses.

Some members of Corizon’s
corporate team meet the minimum
years of related correctional
experience or correctional
healthcare experience, with a state
correctional system, as outlined
within the RFP. The evaluation
team recognizes the following
strengths/weaknesses:

Some members of InGenesis’
executive team meet the minimum
years of related correctional experience
or correctional healthcare experience,
with a state correctional system, as
outlined within the RFP. The
evaluation team recognizes the
following strengths/weaknesses:

•
•
•

•

Limited correctional
healthcare experience
Brief tenure within the
company
Limited clinical and
educational experience
relevant to medical and
mental healthcare
Summarized all experience
in lieu of describing the
specific experience relevant
to the project for each
member making it difficult
to discern the actual
experience providing
related correctional
experience or correctional
healthcare experience

Therefore, the evaluation team has
moderate confidence with the
team’s qualifications.

•
•

•
•

•

Experience providing staff for
correctional institutions and
not direct experience
It is difficult to discern if the
corporate team members are
direct employees or
subcontractors of InGenesis.
It is difficult to discern the
continuity of corporate
experience.
Limited clinical and
educational experience
relevant to medical and mental
healthcare
The “specific experience
relevant to the project”
identified for each of the five
team members is identical

Therefore, the evaluation team has
moderate confidence with the team’s
qualifications

The corporate team meets all requirements
and offers experience, qualifications, and
demonstrated expertise that goes beyond
stated requirements; no material
weaknesses.
Most members of Wellpath’s corporate
team exceeds the minimum years of related
correctional experience or correctional
healthcare experience, with a state
correctional system, as outlined within the
RFP. The evaluation team recognizes the
following strengths:
•
•
•

•
•
•

Longevity within healthcare
Tenure within the company for
some members
Clear advancement of correctional
career from institutional front-line
services to corporate level for
majority of the corporate team
Superior clinical and educational
experience relevant to medical and
mental healthcare
Previous direct involvement with
correctional accrediting body
Wellpath identifies the corporate
team member who will be the
primary person responsible for the
delivery of the project.

Therefore, the evaluation team has
confidence with the team’s qualifications

Team meets all requirements; offers no
significant benefits beyond the stated
requirements; no significant weaknesses exist.
Each member of the Wexford corporate team
meets the minimum years of related
correctional experience or correctional
healthcare experience, with a state correctional
system, as outlined within the RFP. The
evaluation team recognizes the following
strengths:
•
•
•
•

Longevity within correctional
healthcare
Tenure within the company
Good clinical and educational
experience relevant to medical and
mental healthcare
Wexford identifies the corporate team
member who will be the primary
person responsible for the delivery of
the project.

Therefore, the evaluation team has reasonable
confidence with the team’s qualifications.

RFPS30034902100318
Subjective Evaluation
Page 18 of 27

STATEWIDE ADMINISTRATIVE TEAM
CENTURION OF MISSOURI
Refer to Exhibit D
of the RFP

SUPERIOR 8

The statewide administrative team meets
all requirements and the demonstrated
expertise that goes beyond stated
requirements; no material weaknesses.
In addition to providing job descriptions,
Centurion goes beyond the requirement
by providing information on the types of
professionals they would recruit and hire,
as well as biographic examples of
comparative leaders from other
programs.
These individuals are not hired and
actual qualifications and experience of
the individuals may differ. Therefore,
the evaluation team focused on the
sample job descriptions for each member
of the statewide administrative team.
The evaluation team recognizes the
following strengths:
•

The job description for each
member of the statewide
administrative team meets the
minimum requirement for the
two (2) years of related
correctional experience or
correctional healthcare
experience, with a state
correctional system.

•

Requires leadership experience.

•

Detailed description of the
expected duties and
responsibilities

Therefore, the evaluation team has
confidence with the team’s
qualifications.

CORIZON
DISTINCTIVE 10

The statewide administrative team
exceeds the requirements with
superlative experience, qualifications,
and/or expertise in a way that promises
significant benefits to the government.
The statewide administrative team
meets all requirements and offers
experience, qualifications, and
demonstrated expertise that goes
beyond stated requirements; no material
weaknesses.

INGENESIS
MARGINAL 2

The statewide administrative team has
one or more significant weaknesses.
It is difficult to discern if the statewide
team members have been appointed or if
the position is vacant. Unable to
adequately evaluate this section due to
conflicting information within the
proposal. InGenesis notes they will
ensure the team meets the experience
requirements outlined in the RFP.

Individuals have been appointed to all
the positions identified.
All members of Corizon’s statewide
administrative team exceeds the
minimum years of related correctional
experience or correctional healthcare
experience, with a state correctional
system, as outlined within the RFP.
The evaluation team recognizes the
following strengths:
•
•
•

•

WELLPATH
SATISFACTORY 5

The statewide administrative team meets
all requirements; offers no significant
benefits beyond the stated requirements;
no significant weaknesses exist.
The statewide Vice President of
Operations, currently appointed
individual, meets all requirements and
offers experience, qualifications, and
demonstrated expertise that goes beyond
stated requirements; no material
weaknesses.
• Longevity within correctional
healthcare
• Experience managing a
statewide correctional healthcare
system
• Tenure within the company
The remaining members of the statewide
team are not hired. Wellpath notes they
will ensure the team meets the
experience requirements outlined in the
RFP.

Longevity within correctional
healthcare
Tenure within the company for
some of the members
Clear advancement of
correctional career from
institutional front-line services
to statewide administrative
level for majority of the team
Superior clinical and
educational experience relevant
to medical and mental
healthcare

Therefore, the evaluation team has high
confidence with the team’s
qualifications

Therefore, the evaluation team has
moderate confidence with the team’s
qualifications.

Therefore, the evaluation team has
reasonable confidence with the team’s
qualifications.

WEXFORD HEALTH SOURCES
SUPERIOR 8

The statewide administrative team meets all
requirements and the demonstrated
expertise that goes beyond stated
requirements; no material weaknesses. . In
addition to providing job descriptions,
Wexford goes beyond the requirement by
providing information on the types of
professionals they would recruit and hire.
These individuals are not hired and actual
qualifications and experience of the
individuals may differ. Therefore, the
evaluation team focused on the sample job
descriptions for each member of the
statewide administrative team. The
evaluation team recognizes the following
strengths:
•

The job description for each
member of the statewide
administrative team meets the
minimum requirement for the two
(2) years of related correctional
experience or correctional
healthcare experience, with a state
correctional system.

•

Requires leadership experience.

•

Detailed description of the expected
duties and responsibilities

Therefore, the evaluation team has
confidence with the team’s qualifications.

RFPS30034902100318
Subjective Evaluation
Page 19 of 27

Element
Corporate Team
Statewide Administrative
Team
Total points for team
qualifications

Maximum
Points
Available
10
10
20

Centurion of Missouri
Points
Rating
Assigned
Distinctive
10
Superior
8

18

Team Qualifications
Total Points

Corizon
Rating
Marginal
Distinctive

Points
Assigned
2
10

12

Rating
Marginal
Marginal

InGenesis

Points
Assigned
2
2

4

Wellpath
Rating
Superior
Satisfactory

Points
Assigned
8
5
13

Wexford Health Sources
Points
Rating
Assigned
Satisfactory
5
Superior
8

13

RFPS30034902100318
Subjective Evaluation
Page 20 of 27

Vendor Information and Past Performance
(60 Points Possible)
The subjective points assigned to each vendor were scored pursuant to the established evaluation criteria, as delineated in Attachment 139 of the RFP, and as illustrated below:
The state assessed each element of the Past Performance based upon the adjectival categories in Table 5:

Rating
Distinctive

Superior
Satisfactory
Marginal
Unsatisfactory

TABLE 5
CASE STUDY/REFERENCE

Definition
Past performance was recent and involved essentially the same scope and magnitude of
effort and complexities required in this RFP. Reference indicated past performance
significantly exceeded overall requirements and expectations; delivered significant
and/or innovative impact.
Past performance was recent involved similar scope and magnitude of effort and
complexities required in the RFP. Reference indicated past performance exceeded
requirements on some dimensions.
Past performance was relatively recent and involved some of the scope and magnitude
of effort and complexities required in the RFP. Reference indicated past performance
met minimum requirements.
Past performance met requirements, but only after significant extra effort, significant
delay, significant scope revisions were found necessary, and/or other adverse factors.
Past performance is not relevant to the requirements in the RFP, or resulted in failed
project/work due to mainly to the fault of the vendor.

The adjectival rating for the Past Performance will have a point value as shown in Table 6:

Overall Relevant Medical
Care Experience
Overall Relevant Mental
Health Care Experience
Case Studies/References

Distinctive
10

TABLE 6
Superior
Satisfactory
7
4

Marginal
2

Unsatisfactory
0

10

7

4

2

0

40

30

20

1

0

The following represents the evaluation committee’s ratings, points assigned, and findings for each element of each of the vendors’ past performance, including those of any subcontractor participants:

RFPS30034902100318
Subjective Evaluation
Page 21 of 27

VENDOR INFORMATION AND PAST PERFORMANCE
(60 Points Possible)

OVERALL RELEVANT MEDICAL CARE EXPERIENCE

Provide a brief overall company
history, including the founding
date and number of years in
business as currently
constituted, as well as a brief
company history related to
providing comprehensive
medical care services.
Provide a list of, short summary,
and reasons for each contracts
gained and lost (cancelled,
expired, terminated, vendor
initiated, etc.) for the past five
(5) years including the
population served and the
number of offenders served
related to comprehensive
medical care services.
Related correctional experience
or correctional healthcare
experience providing direct
comprehensive medical care
services (i.e., all aspects,
including administrative duties,
of medical, dental, optometry,
etc.), with another state
correctional system comparable
to the size of Missouri’s
offender population.
Describe specific programs
implemented and managed in a
correctional setting, based upon
past experiences, including but
not limited to the following:

CENTURION OF MISSOURI

CORIZON

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES

DISTINCTIVE 10

SATISFACTORY 4

UNSATISFACTORY 0

MARGINAL 2

SATISFACTORY 4

Centurion provided a response that
addressed Exhibit E of the RFP
regarding their overall medical
experience. Their past performance
was recent and involved essentially the
same scope and magnitude of effort
and complexities required in this RFP.
The committee specifically noted the
following:
•

Centurion identified contracts
gained and lost, with an
explanation for the reason of
gain/loss. .

•

Centurion identifies multiple
contracts for the provision of
medical services for more than
the past ten years.

•

•

•

They identify contracts of
similar size, as well as larger
size, population than the State
of Missouri’s offender
population.
Centurion identifies managing
drug costs over multiple
contracts over the last 12 years
including contracts with a
population size similar, or
larger, than Missouri.
Centurion provides a thorough
description of their system of
technical and medical support,

The majority of the response provided
by Corizon addressed Exhibit E of the
RFP regarding their overall medical
experience. Their past performance
was recent. The current RFP requires
several different services not required
under the current State of Missouri
contract. Therefore, the past
performance involved some of the
scope and magnitude in effort and
complexities required in this RFP. The
committee specifically noted the
following:
•

•

•

•

Corizon has a lengthy tenure
providing statewide
correctional medical care and
pharmacy services in systems
similar to, or larger than,
Missouri’s offender
population.
Though Corizon gave a listing
of contracts gained and lost,
Corizon did not provide a short
summary, as requested by the
RFP.
Corizon identifies numerous
contracts for the provision
medical services for more than
the past five years.
Corizon identifies managing
and providing pharmacy
services over multiple
contracts including contracts

InGenesis provided a response that
addressed Exhibit E of the RFP
regarding their overall medical
experience. Past performance is not
relevant to the requirements in the
RFP. The committee specifically
noted the following:
•

InGenesis is recognized as one
of the largest healthcare
staffing firms in the United
States which are not services
that are similar in scope and
magnitude to those required in
the RFP.

•

Though InGenesis gave a
listing of contracts gained and
lost, InGenesis did not provide
a short summary or reason, as
requested by the RFP.

•

The proposal identifies
providing medical staffing but
not offender health care for a
state with a population larger
than Missouri’s offender
population both directly and
indirectly.

•

There is a basic summary with
little detail of InGenesis’
experience with medical care;
providing pharmacy services;
providing a system of technical
and medical support, as well as
professional personnel

The majority of the response provided
by Wellpath addressed Exhibit E of the
RFP regarding their overall medical
experience. Past performance met
requirements. The committee
specifically noted the following:
•

Wellpath’s proposal does not
describe services that are
similar in scope and magnitude
to those required in the RFP.
The services described in the
proposal are more relevant to
jails than prisons which are not
equivalent in scope.

•

Wellpath identified contracts
gained and lost, with an
explanation for the reason of
gain/loss.

•

None of the contracts lost were
identified as being terminated
for non-performance.

•

The proposal identifies
providing medical services for
a state with a population larger
than Missouri’s offender
population.

•

Wellpath’s subcontractor is
identified for managing and
providing pharmacy services.
However, information
regarding past experience was
not contained in the proposal.

The majority of the response provided by
Wexford addressed with Exhibit E of the
RFP regarding their overall medical
experience. Their past performance, as
demonstrated by the proposal, was
relatively recent and involved some of
the scope and magnitude in effort and
complexities required in this RFP. The
committee specifically noted the
following:
•

Wexford has an outstanding
tenure providing statewide
correctional medical care in
systems similar to, or larger than
Missouri’s offender population.

•

Wexford gave a comprehensive
listing of contracts gained and
lost in the past five years.

•

Wexford identified contracts
gained and lost, with an
explanation for the reason of
gain/loss. .

•

Wexford identifies multiple
contracts for the provision of
medical services for more than
the past five years. However,
only a few were comparable in
size to Missouri’s offender
population.

•

Wexford does not affiliate with a
vendor for pharmacy services
which they list as a cost control

RFPS30034902100318
Subjective Evaluation
Page 22 of 27

OVERALL RELEVANT MEDICAL CARE EXPERIENCE
CENTURION OF MISSOURI
•
•
•

•

•

•

Providing Direct
Comprehensive Medical
Care services;
Pharmacy Services;
Providing a system of
technical and medical
support, as well as
professional personnel
development;
Professional medical
care personnel
recruitment and
retention capabilities;
Providing a telehealth
program related to
medical care services;
and
Processing and handling
bill payment with a
history of timely bill
payments to
subcontractors and
vendors.

CORIZON

as well as professional
personnel development.
•

•

•

Centurion indicates they have
experience developing
customized training programs
for each of their correctional
programs and uses that as a
way to bolster their
recruitment and retention
efforts which makes it an
added value to the state.
Centurion identifies managing
and implementing telehealth
programs for medical services
in contracts with a population
size similar, or larger, than
Missouri.
Centurion was able to save the
state money and provide
assistance with claims and
billing as well as an
impressive average turnaround
time for payment of claims.

with a population size similar,
or larger, than Missouri.
•

•

•

Throughout the response,
Corizon provides an adequate
description of their system of
technical and medical support,
as well as professional
personnel development.
Corizon identifies managing
and implementing telehealth
programs for medical services
in contracts with a population
size similar, or larger, than
Missouri.
Processing and handling bill
payments with a timely history
of bill payment to
subcontractors and vendors
was addressed by Corizon but
Corizon did not substantiate
the information provided.

INGENESIS
development; professional
personnel recruitment and
retention capabilities;
providing a telehealth program
for medical services; and
processing and handling bill
payment with a history of
timely bill payments to
subcontractors and vendors.

WELLPATH
•

•

•

Throughout the response,
Wellpath provides an adequate
description of their system of
technical and medical support,
as well as professional
personnel development.
Wellpath identifies managing
and implementing telehealth
programs for medical services
in contracts with a population
size smaller and a system
larger than Missouri.
Insufficient information is
provided regarding the
processing and handling bill
payments with a history of
timely history of bill payment
to subcontractors and vendors.

WEXFORD HEALTH SOURCES
effort, making it difficult to
assess this portion of their
proposal.
•

Wexford provides an adequate
description of their system of
technical and medical support, as
well as professional personnel
development.

•

Wexford identifies managing and
implementing telehealth
programs for medical services in
contracts with a population size
similar, and a system that is
larger, than Missouri.

•

Sufficient information is
provided regarding the
processing and handling bill
payments with a history of timely
history of bill payment to
subcontractors and vendors.

RFPS30034902100318
Subjective Evaluation
Page 23 of 27

OVERALL RELEVANT MENTAL HEALTH CARE EXPERIENCE
CENTURION OF MISSOURI
Provide a brief company history
related to providing
mental/behavioral health care
services
Provide a list of, short summary,
and reasons for each contracts
gained and lost (cancelled,
expired, terminated, vendor
initiated, etc.) for the past five
(5) years including the
population served and the
number of offenders served
related to mental/behavioral
health care services.

DISTINCTIVE 10

Centurion provided a response that
addressed Exhibit E of the RFP
regarding their overall mental health
care experience. Their past
performance was recent and involved
essentially the same scope and
magnitude of effort and complexities
required in this RFP. The committee
specifically noted the following:

CORIZON
MARGINAL 2

The majority of the response provided
by Corizon addressed Exhibit E of the
RFP regarding their overall mental
health care experience. Past
performance met requirements, but only
after significant effort, significant scope
revisions were found necessary, and/or
other adverse factors. The committee
specifically noted the following:

•

Centurion identifies multiple
contracts for the provision of
mental health services for
more than the past five years.

•

Corizon identifies multiple
contracts for the provision of
mental health services for more
than the past five years.

Related correctional experience
or correctional healthcare
experience providing direct
mental/behavioral health care
services (i.e., including
administrative duties, etc.), with
another state correctional system
comparable to the size of
Missouri’s offender population

•

Centurion describes a
thorough synopsis of the
evidence based mental health
services they have provided to
state correctional systems of
similar size, as well as larger
size, population than the State
of Missouri’s offender
population.

•

While Corizon identifies
multiple mental health
programs, they do not describe
how the programs were
implemented.

Describe specific evidence
based programs implemented
and managed in a correctional
setting, based upon past
experiences, including but not
limited to the following:
•
Mental/Behavioral Health
Care;
•
Sex Offender Treatment
program; and
•
Providing a telehealth
program related to
mental/behavioral health
services.

•

•

•

Centurion provides an in-depth
synopsis of their sex offender
treatment service experience in
their programs, including
innovative approaches for
providing treatment.
Centurion provides measures
to demonstrate the
effectiveness of their multifaceted sex offender treatment
program.
Centurion identifies managing
and implementing telehealth
programs for mental health
services in contracts with a

•

Corizon provided mental health
services to state correctional
systems of similar size, as well
as larger size, population than
the State of Missouri’s offender
population.

•

While Corizon identifies several
accomplishments related to sexoffender treatment, they do not
describe the programs in-depth.

•

Corizon identifies managing
and implementing telehealth
programs for mental health
services in contracts with a
population size similar, or
larger, than Missouri.

•

Corizon describes an effective
reentry approach which

INGENESIS
UNSATISFACTORY 0

InGenesis provided a response that
addressed Exhibit E of the RFP
regarding their overall mental health
care experience, however, past
performance is not relevant to the
requirements in the RFP. The
committee specifically noted the
following:
•

•

InGenesis is recognized as
one of the largest healthcare
staffing firms in the United
States which are not services
that are similar in scope and
magnitude to those required
in the RFP.
There is a basic summary
with little detail of InGenesis’
experience with mental health
care services; evidence based
practices; sex offender
treatment; and providing a
telehealth program for mental
health care

WELLPATH
SUPERIOR 8

Wellpath provided a response that
addressed Exhibit E of the RFP
regarding their overall mental health
care experience. Their past
performance was recent and involved
similar scope and magnitude of effort
and complexities required in this RFP.
The committee specifically noted the
following:
•

Wellpath identifies multiple
contracts for the provision of
mental health services for
more than the past five years.

•

Wellpath provides a wideranging synopsis of the
evidence based mental health
services they have provided to
state correctional systems of
similar size, as well as larger
size, population than the State
of Missouri’s offender
population.

•

•

Wellpath provides an adequate
synopsis of their sex offender
treatment service experience in
their programs, including
appropriate approaches for
providing treatment.
Wellpath identifies managing
and implementing telehealth
programs for mental health
services in contracts with a
population size similar, or
larger, than Missouri.

WEXFORD HEALTH SOURCES
SATISFACTORY 4

The majority of the response provided
by Wexford addressed Exhibit E of the
RFP regarding their overall mental
health care experience. Their past
performance was relatively recent and
involved some of the scope and
magnitude in effort and complexities
required in this RFP. The committee
specifically noted the following:
•

Wexford identifies multiple
contracts for the provision of
mental health services over the
past five years.

•

Wexford did not provide
clinical detail sufficient to
evaluate the multiple mental
health programs identified.

•

Wexford has experience
providing mental health
services to state correctional
systems of similar size, as well
as larger size, population than
the State of Missouri’s offender
population.

•

Wexford provides an in-depth
synopsis of their sex offender
treatment service experience in
their programs, including
innovative approaches for
providing treatment.

•

Wexford identifies managing
and implementing telehealth
programs for mental health
services in contracts with a
population size similar, or
larger, than Missouri.

RFPS30034902100318
Subjective Evaluation
Page 24 of 27

OVERALL RELEVANT MENTAL HEALTH CARE EXPERIENCE
CENTURION OF MISSOURI

CORIZON

population size similar, or
larger, than Missouri.
•

In a state with an offender
population greater than that of
Missouri, Centurion reports
they maintain a 100% fill rate
for all key mental health
positions which exhibits their
dedication to mental health
treatment.

included the Healthy
Transitions Post Release
Medication Assistance Program.
.

INGENESIS

WELLPATH

WEXFORD HEALTH SOURCES
•

Wexford has experience
providing dedicated mental
health specific telehealth
programs to include psychology
and psychiatry.

RFPS30034902100318
Subjective Evaluation
Page 25 of 27

CASE STUDIES / REFERENCE
CENTURION OF MISSOURI
The vendor should provide five
(5) past performance reference
case studies. Each should have
been completed in the past ten
(10) years.
At least one (1) should involve
work for overall medical, mental
health, or both disciplines for a
government agency of similar
scale and complexity to the
services required in this RFP.
Of the five (5), at least one (1)
should include one staffing
challenge and the creative
strategy for overcoming the
challenge; at least one (1) should
include one adaptation to the
correctional environment and
the creative strategy for
overcoming the challenge; and
at least one (1) should include
one interdisciplinary staffing
challenge and the creative
strategy for overcoming the
challenge.

SUPERIOR 30

Centurion’s past performance was
recent involved similar scope and
magnitude of effort and complexities
required in the RFP. Reference
indicated past performance exceeded
requirements on some dimensions.
The case studies have been performed
within the past ten years. The majority
of the case studies have involved work
for overall medical, mental health, or
both disciplines for a government
agency of similar scale and complexity
to the services required in the RFP.
Centurion’s case studies include at least
one staffing challenge and the creative
strategy for overcoming the challenge;
at least one adaptation to the
correctional environment and the
creative strategy for overcoming the
challenge; and at least one
interdisciplinary staffing challenge and
the creative strategy for overcoming the
challenge.
Regarding the written case studies, the
information that is most notable by the
evaluation team are as follows:
•

•

CORIZON
MARGINAL 1

Corizon’s past performance met
requirements, but only after significant
extra effort, significant delay,
significant scope revisions were found
necessary.
The case studies have been performed
within the past ten years. The majority
of the case studies have involved work
for overall medical, mental health, or
both disciplines for a government
agency of similar scale and complexity
to the services required in the RFP.
Corizon’s case studies include at least
one staffing challenge and the creative
strategy for overcoming the challenge;
at least one adaptation to the
correctional environment and the
creative strategy for overcoming the
challenge; and at least one
interdisciplinary staffing challenge and
the creative strategy for overcoming
the challenge.
Regarding the written case studies, the
information that is most notable by the
evaluation team are as follows:

Eliminated “silos” of care and
established a culture of
teamwork across healthcare
disciplines and among
facilities. Also, expanded
onsite services.

•

Decreased the number of noshow and missed psychiatric
appoints by integrating
psychiatry scheduling.

•

•

A program received the
NCCHC Program of the Year
award.
The participants were able to
eliminate or reduce
medications that control
chronic diseases.
Hard to ascertain the actual
impact of each of the case
studies because each case
study lacked focus on one
topic. Corizon highlighted

INGENESIS
UNSATISFACTORY 0

InGenesis’ past performance is not
relevant to the requirements in the
RFP.
Since more than five past performance
case studies were presented, only the
first five were reviewed as stipulated
in paragraph 6.10.1 of the RFP.
The case studies have been performed
within the past ten years; however,
they are not of similar scale and
complexity to the services requested
in the RFP. InGenesis did not identify
the past performance case study
challenge as required by the RFP.
Other than multiple staffing
challenges, it is not known which
other two challenges are being
described.

Regarding the written case studies, the
information that is most notable by the
evaluation team are as follows:
•

Demonstrate excellent staffing
fulfillment.

WELLPATH
SUPERIOR 30

WEXFORD HEALTH SOURCES
SATISFACTORY 20

Wellpath’s past performance was
recent involved similar scope and
magnitude of effort and complexities
required in the RFP. Reference
indicated past performance exceeded
requirements on some dimensions.

Wexford’s past performance was
relatively recent and involved some of
the scope and magnitude of effort and
complexities required in the RFP.
Reference indicated past performance
met minimum requirements.

The case studies have been performed
within the past ten years. The majority
of the case studies have involved work
for overall medical, mental health, or
both disciplines for a government
agency of similar scale and complexity
to the services required in the RFP.

The case studies have been performed
within the past ten years. The majority
of the case studies have involved work
for overall medical, mental health, or
both disciplines for a government
agency of similar scale and complexity
to the services required in the RFP.

Wellpath’s case studies include at least
one staffing challenge and the creative
strategy for overcoming the challenge;
at least one adaptation to the
correctional environment and the
creative strategy for overcoming the
challenge; and at least one
interdisciplinary staffing challenge and
the creative strategy for overcoming the
challenge.

Wexford’s case studies include at least
one staffing challenge and the creative
strategy for overcoming the challenge;
at least one adaptation to the
correctional environment and the
creative strategy for overcoming the
challenge; and at least one
interdisciplinary staffing challenge and
the creative strategy for overcoming the
challenge.

Regarding the written case studies, the
information that is most notable by the
evaluation team are as follows:

Regarding the written case studies, the
information that is most notable by the
evaluation team are as follows:

•

Hired five contract recruiters to
assist in recruiting efforts
during implementation

•

Made contract purchases
outside the requirements of the
contract

•

Saw problem based on clinical
data and made plan to address.
The program was so successful
that it exceeded state and
national averages for all types
of cancer.

•

Hard to ascertain the actual
impact of some of the case
studies because they lack focus
on one topic

•

Met requirements of the
contract and court order to
provide staffing necessary for

•

Recognized a need for an
oncology unit and an intensive

RFPS30034902100318
Subjective Evaluation
Page 26 of 27

CASE STUDIES / REFERENCE
CENTURION OF MISSOURI
SUPERIOR 30

•

Utilize new technologies to
improve the delivery of
services despite staffing issues.

•

Monitoring and effectively
mitigating the negative impact
of the COVID-19 pandemic on
the offender population.

•

Implemented in-cell
programming for offenders in
segregation units.

Although references identified some
negative comments, overall comments
were positive or general such as the
information listed below regarding their
overall experience:
.
•

Responsiveness was a strength

•

Received a high rating for
overall performance and
commitment to customer
service

•

CORIZON

INGENESIS

MARGINAL 1

UNSATISFACTORY 0

past performance information
throughout their proposal.

Although references identified some
negative comments, overall comments
were positive or general such as the
information listed below regarding
their overall experience:
•

Several of the references
informed the evaluation team
they have chosen not to
exercise their right to renew
their contract

•

Overall rating for performance
and commitment to customer
service was average

•

Some references cited contract
compliance as an issue

•

All references cited local
administrative staff as a
strength

•

Longevity of contracts

Longevity of contracts

Although references identified some
negative comments, overall comments
were positive or general such as the
information listed below regarding
their overall experience:
•

Demonstrate excellent staffing
fulfillment.

WELLPATH

WEXFORD HEALTH SOURCES

SUPERIOR 30

SATISFACTORY 20

mental health treatment unit,
fixed the need, and went
beyond the requirements of the
contract.

Although references identified some
negative comments, overall comments
were positive or general such as the
information listed below regarding their
overall experience.

medical and mental health
services

•

Created a telehealth program
which was published in peerreviewed journals, featured in
technology publications, and
demonstrated in industry
conferences and events

•

Implemented a program that
provided a cost savings to the
state

•

Used special team to increase
staffing shortages

Although references identified some
negative comments, overall comments
were positive or general such as the
information listed below regarding their
overall experience.

•

Responsiveness all the way up
to and including corporate staff

•

Responses of the references
fluctuated from fair to excellent

•

Solicits feedback

•

Longevity of contracts

•

Received a high rating for
overall performance and
commitment to customer
service

•

Efficiency

•

Grievances lowered

RFPS30034902100318
Subjective Evaluation
Page 27 of 27

Element
Overall Relevant Vendor
Medical Care Experience
Overall Relevant Vendor
Mental Health Care
Experience
Case Studies/References
Total points for vendor
information and past
performance

Maximum
Points
Available

Vendor Information and Past Performance
Total Points

10

Centurion of Missouri
Points
Rating
Assigned
Distinctive
10

Satisfactory

10

Distinctive

10

40

Superior

30

60

50

Corizon

Points
Assigned
4

Marginal
Marginal

Rating

InGenesis

Wellpath

Wexford Health Sources
Points
Rating
Assigned
Satisfactory
4

Unsatisfactory

Points
Assigned
0

Marginal

Points
Assigned
2

2

Unsatisfactory

0

Superior

8

Satisfactory

4

1

Unsatisfactory

0

Superior

30

Satisfactory

20

7

Rating

0

Rating

40

28

Memorandum
To:

Cindy Stafford CS

Via:

John Hall JH

From:

Julie Kleffner / JK

Date:

March 16, 2021

Re:

Evaluation of MBE/WBE Participation

Pursuant to section 6.11 of RFPS30034902100318 for Comprehensive Health Care for the Department of
Corrections, evaluation points are available for vendors who commit to the use of qualified MBEs and WBEs in the
delivery of the required service, provided the required certification qualifications and evidence have been met.
Specifically, “The services performed or the products provided by MBE/WBEs must provide a commercially useful
function related to the delivery of the contractually-required service/product in a manner that will constitute an
added value to the contract and shall be performed/provided exclusive to the performance of the contract”.
Therefore, the responses received in response to RFPS30034902100318 were reviewed to determine if they qualify
for the evaluation points. Following is a summary of that review:
1. The following vendors’ proposed MBE/WBE participation qualifies for the evaluation points:
Centurion of Missouri, LLC (Centurion) was granted evaluation points for proposing to use a certified
MBE, Global Diagnostic Services, to provide ultrasounds. Paragraph 3.1.11 of the RFP requires ancillary
services, including ultrasounds. Therefore, since Global Diagnostic Services qualifies as an MBE and is
proposed to provide a service that is directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
response, Centurion’s proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
Centurion was granted evaluation points for proposing to use a certified MBE, Ernest W. Jackson DMD, to
provide dental services. Paragraph 3.1.4 of the RFP requires dental services. Therefore, since Ernest
W. Jackson, DMD qualifies as an MBE and is proposed to provide a service that is directly required in the RFP,
and because the required Participation Commitment form and Documentation of Intent to Participate form were
completed and submitted with the response, Centurion’s proposed participation satisfies the requirement of
paragraph 6.11.4 of the RFP.
Centurion was granted evaluation points for proposing to use a certified WBE, Clinical Solutions Pharmacy,
LLC, to provide comprehensive mail order pharmacy services and clinical pharmacy services. Paragraph 2.8.2
of the RFP requires the contractor to be responsible for all aspects of pharmacy services. Therefore, since
Clinical Solutions Pharmacy, LLC, qualifies as a WBE and is proposed to provide a service that is directly
required in the RFP, and because the required Participation Commitment form and Documentation of Intent to
Participate form were completed and submitted with the response, Centurion’s proposed participation satisfies
the requirement of paragraph 6.11.4 of the RFP.
Corizon, LLC (Corizon) was granted evaluation points for proposing to use a certified MBE, Ernest W.
Jackson DMD, to provide dental services. Paragraph 3.1.4 of the RFP requires dental services. Therefore,
since Ernest W. Jackson, DMD qualifies as an MBE and is proposed to provide a service that is directly required
in the RFP, and because the required Participation Commitment form and Documentation of Intent to Participate
form were completed and submitted with the response, Corizon’s proposed participation satisfies the
requirement of paragraph 6.11.4 of the RFP.

Cindy Stafford
March 16, 2021
Page 2
Corizon was granted evaluation points for proposing to use a certified MBE, Global Diagnostic Services, to
provide mobile diagnostic imaging services. Paragraph 2.13.10 of the RFP requires the contractor to provide
supplemental mobile services such as mobile x-ray and magnetic resonance imaging (MRI) services. Therefore,
since Global Diagnostic Services qualifies as an MBE and is proposed to provide a service that is directly
required in the RFP, and because the required Participation Commitment form and Documentation of Intent to
Participate form were completed and submitted with the response, Corizon’s proposed participation satisfies
the requirement of paragraph 6.11.4 of the RFP.
Corizon was granted evaluation points for proposing to use a certified MBE, Jewel Healthcare Solutions,
Inc., to provide pharmacy program management, inventory management, and clinical pharmacy analysis.
Paragraph 2.8.2 of the RFP requires the contractor to be responsible for all aspects of pharmacy services.
Therefore, since Jewel Healthcare Solutions, Inc., qualifies as an MBE and is proposed to provide a service that
is directly required in the RFP, and because the required Participation Commitment form and Documentation
of Intent to Participate form were completed and submitted with the response, Corizon’s proposed participation
satisfies the requirement of paragraph 6.11.4 of the RFP.
Corizon was granted evaluation points for proposing to use a certified MBE, SimmCo Distribution, LLC, to
provide medical supplies. Paragraph 2.13.8 of the RFP requires the contractor to provide all medical supplies
and equipment. Therefore, since SimmCo Distribution, LLC, qualifies as an MBE and is proposed to provide
a product that is directly required in the RFP, and because the required Participation Commitment form and
Documentation of Intent to Participate form were completed and submitted with the response, Corizon’s
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
Corizon was granted evaluation points for proposing to use a certified MBE, SHI International, to provide
computer hardware. Paragraph 2.13.8 of the RFP requires the contractor to provide all medical supplies and
equipment, including computer equipment. Therefore, since SHI International qualifies as an MBE and is
proposed to provide a product that is directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
response, Corizon’s proposed participation satisfies the requirement of section 6.11 of the RFP.
Corizon was granted evaluation points for proposing to use a certified WBE, Progressive Homecare Services,
Inc. to provide drugs. Paragraph 2.8.2 of the RFP requires the contractor to be responsible for all aspects of
pharmacy services. Therefore, since Progressive Homecare Services, Inc., qualifies as a WBE and is proposed
to provide a service that is directly required in the RFP, and because the required Participation Commitment
form and Documentation of Intent to Participate form were completed and submitted with the response,
Corizon’s proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis, Inc. (InGenesis) was granted evaluation points for proposing to use a certified MBE, Logistical
Resources, LLC, to provide pharmaceutical distribution. Paragraph 2.8.2 of the RFP requires the contractor to
be responsible for all aspects of pharmacy services. Therefore, since Logistical Resources, LLC, qualifies as
an MBE and is proposed to provide a service that is directly required in the RFP, and because the required
Participation Commitment form and Documentation of Intent to Participate form were completed and submitted
with the response, InGenesis’ proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis, Inc. (InGenesis) was granted evaluation points for proposing to use a certified MBE, Emed
Medical Company, to provide brand and generic pharmaceuticals, med-surgical supplies, disposable medical
supplies, pharmacy prescription dispensing services, and managed care provider services. Paragraph 2.8.2 of
the RFP requires the contractor to be responsible for all aspects of pharmacy services and paragraph 2.13.8 of
the RFP requires the contractor to provide all medical supplies. Therefore, Emed Medical Company qualifies
as an MBE and is proposed to provide a service that is directly required in the RFP, and because the required

Cindy Stafford
March 16, 2021
Page 3
Participation Commitment form and Documentation of Intent to Participate form were completed and submitted
with the response, InGenesis’ proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis was granted evaluation points for proposing to use a certified MBE, Global Diagnostic Services,
to provide radiological and imaging services and on-site imaging. Paragraph 2.13.10 of the RFP requires the
contractor to provide supplemental mobile services such as mobile x-ray and magnetic resonance imaging
(MRI) services. Therefore, since Global Diagnostic Services qualifies as an MBE and is proposed to provide a
service that is directly required in the RFP, and because the required Participation Commitment form and
Documentation of Intent to Participate form were completed and submitted with the response, InGenesis’
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis was granted evaluation points for proposing to use a certified MBE, Professional Management
Enterprise, to provide recruitment process outsourcing (RPO) services and temporary staffing. (Please refer to
the Waiver of Minor Technicality memo dated December 3, 2020.) Paragraph 2.10.2 of the RFP requires the
contractor to employ sufficient personnel staffing and utilize appropriate resources to achieve contractual
compliance. Therefore, since Professional Management Enterprise qualifies as an MBE and is proposed to
provide a service that is directly required in the RFP, and because the required Participation Commitment form
and Documentation of Intent to Participate form were completed and submitted with the response, InGenesis’
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis was granted evaluation points for proposing to use a dual-certified MBE and WBE, Absolute
Staffing and Consulting, as an MBE to provide recruitment process outsourcing (RPO) services and temporary
staffing. Paragraph 2.10.2 of the RFP requires the contractor to employ sufficient personnel staffing and utilize
appropriate resources to achieve contractual compliance. Therefore, since Absolute Staffing and Consulting
qualifies as an MBE and is proposed to provide a service that is directly required in the RFP, and because the
required Participation Commitment form and Documentation of Intent to Participate form were completed and
submitted with the response, InGenesis’ proposed participation satisfies the requirement of paragraph 6.11.4 of
the RFP.
InGenesis was granted evaluation points for proposing to use a certified WBE, Garcia Clinical Laboratory,
to provide medical laboratory testing. Paragraph 3.1.4 f. of the RFP requires the contractor to provide laboratory
tests and paragraph 3.1.11 of the RFP requires the contractor to provide ancillary services, including laboratory
services. Therefore, since Garcia Clinical Laboratory qualifies as a WBE and is proposed to provide a service
that is directly required in the RFP, and because the required Participation Commitment form and
Documentation of Intent to Participate form were completed and submitted with the response, InGenesis’
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis was granted evaluation points for proposing to use a certified WBE, ATHENA Consulting, as a
WBE to provide recruitment process outsourcing (RPO) services and temporary staffing. Paragraph 2.10.2 of
the RFP requires the contractor to employ sufficient personnel staffing and utilize appropriate resources to
achieve contractual compliance. Therefore, since ATHENA Consulting qualifies as a WBE and is proposed to
provide a service that is directly required in the RFP, and because the required Participation Commitment form
and Documentation of Intent to Participate form were completed and submitted with the response, InGenesis’
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
InGenesis was granted evaluation points for proposing to use a dual-certified MBE and WBE, Absolute
Staffing and Consulting, as a WBE to provide recruitment process outsourcing (RPO) services and temporary
staffing. Paragraph 2.10.2 of the RFP requires the contractor to employ sufficient personnel staffing and utilize
appropriate resources to achieve contractual compliance. Therefore, since Absolute Staffing and Consulting
qualifies as a WBE and is proposed to provide a service that is directly required in the RFP, and because the
required Participation Commitment form and Documentation of Intent to Participate form were completed and

Cindy Stafford
March 16, 2021
Page 4
submitted with the response, InGenesis’ proposed participation satisfies the requirement of paragraph 6.11.4 of
the RFP.
Wellpath, LLC (Wellpath) was granted evaluation points for proposing to use a certified MBE, Jewel
Healthcare Solutions, Inc., to provide healthcare staffing. Paragraph 2.10.2 of the RFP requires the contractor
to employ sufficient personnel staffing and utilize appropriate resources to achieve contractual compliance.
Therefore, since Jewel Healthcare Solutions, Inc., qualifies as an MBE and is proposed to provide a service that
is directly required in the RFP, and because the required Participation Commitment form and Documentation
of Intent to Participate form were completed and submitted with the response, Wellpath’s proposed participation
satisfies the requirement of paragraph 6.11.4 of the RFP.
Wellpath was granted evaluation points for proposing to use a certified WBE, Clinical Solutions Pharmacy,
LLC, to provide pharmacy services. Paragraph 2.8.2 of the RFP requires the contractor to be responsible for
all aspects of pharmacy services. Therefore, since Clinical Solutions Pharmacy, LLC, qualifies as a WBE and
is proposed to provide a service that is directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
response, Wellpath’s proposed participation satisfies the requirement of paragraph 6.11.4of the RFP.
Wexford Health Sources, Inc. (Wexford) was granted evaluation points for proposing to use a certified
MBE, Global Diagnostic Services, to provide diagnostic services. Paragraph 3.1.11 of the RFP requires the
contractor to provide ancillary services that shall include, but not be limited to laboratory, radiology, nuclear
medicine, ultrasound, pharmacy and therapeutics, respiratory and pulmonary care, prosthetics and orthotics,
optometry, audiology, and speech pathology. Therefore, since Global Diagnostic Services qualifies as an MBE
and is proposed to provide a service that is directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
response, Wexford’s proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
Wexford was granted evaluation points for proposing to use a certified MBE, Jewel Healthcare Solutions,
Inc., to provide pharmaceutical supplies and services. Paragraph 2.8.2 of the RFP requires the contractor to be
responsible for all aspects of pharmacy services. Therefore, since Jewel Healthcare Solutions, Inc., qualifies as
an MBE and is proposed to provide a service that is directly required in the RFP, and because the required
Participation Commitment form and Documentation of Intent to Participate form were completed and submitted
with the response, Wexford’s proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
Wexford was granted evaluation points for proposing to use a certified WBE, Boswell Pharmacy Services to
provide pharmacy services. Paragraph 2.8.2 of the RFP requires the contractor to be responsible for all aspects
of pharmacy services. Therefore, since Boswell Pharmacy Services qualifies as a WBE and is proposed to
provide a service that is directly required in the RFP, and because the required Participation Commitment form
and Documentation of Intent to Participate form were completed and submitted with the response, Wexford’s
proposed participation satisfies the requirement of paragraph 6.11.4 of the RFP.
Wexford was granted evaluation points for proposing to use a certified WBE, Garcia Clinical Laboratory, to
provide laboratory services. Paragraph 3.1.11 of the RFP requires the contractor to provide ancillary services,
including laboratory services. Therefore, since Garcia Clinical Laboratory qualifies as a WBE and is proposed
to provide a service that is directly required in the RFP, and because the required Participation Commitment
form and Documentation of Intent to Participate form were completed and submitted with the response,
Wexford’s proposed participation satisfies the requirement of paragraph 6.11.4of the RFP.
/jk

Memorandum
To:

Cindy Stafford CS

Via:

John Hall JH

From:

Julie Kleffner / JK

Date:

March 16, 2021

Re:

Organization for the Blind/Sheltered Workshop Preference

Pursuant to section 6.12.1 of RFPS30034902100318 for Comprehensive Health Care for the Department of
Corrections, five to fifteen points are available for vendors who commit to the use of an organization for the blind
and/or a sheltered workshop in the performance of the required service, provided the required certification
conditions and evidence have been met. Specifically, “The services performed or the products provided by an
organization for the blind or sheltered workshop must provide a commercially useful function related to the delivery
of the contractually-required service/product in a manner that will constitute an added value to the contract and
shall be performed/provided exclusive to the performance of the contract.” Therefore, the proposals received in
response to RFPS30034902100318 were reviewed to determine if they qualify for the bonus points. Following is
a summary of that review:
1. The following vendors did not propose organization for the blind or sheltered workshop participation and
therefore were not assigned the bonus points.
Centurion of Missouri, LLC
Corizon, LLC
2. The following vendors’ proposed organization for the blind or sheltered workshop participation qualifies for
the bonus points:
Wellpath, LLC (Wellpath) was granted bonus points for proposing to use an Organization for the Blind,
Alphapointe, to provide kitting of emergency medical bags. Paragraph 3.1.9 of the RFP requires the contractor
to provide emergency medical services and paragraph 2.13.8 of the RFP requires the contractor to provide all
medical supplies. Alphapointe qualifies as an Organization for the Blind, as indicated in paragraph 6.12.1 d. of
the RFP. Therefore, since Alphapointe qualifies as an Organization for the Blind and is proposed to provide a
product that is directly required in the RFP, and because the required Participation Commitment form and
Documentation of Intent to Participate form were completed and submitted with the proposal, Wellpath’s
proposed participation satisfies the requirement of paragraph 6.12.2 a. of the RFP.
InGenesis, Inc. (InGenesis) proposed to utilize an Organization for the Blind, Alphapointe, to provide office
supplies and call center services. RFP paragraph 2.13.8 requires the contractor to provide all medical supplies
and equipment, telehealth equipment, medical equipment maintenance, repairs, replacement, and
removal/relocation of equipment, office supplies and equipment, and computer equipment in the provision of
services at all correctional facilities. RFP paragraph 3.1.1 requires the contractor to provide medical care
twenty-four (24) hours per day, seven (7) days a week, including weekends and holidays, at each correctional
facility with the exception of the Cremer Therapeutic Community Center and Transition Center of St. Louis.
The contractor must provide medical care services at the Cremer Therapeutic Community Center and Transition
Center of St. Louis from 5:30 a.m. to 10:00 p.m. seven days per week. Additionally, Cremer Therapeutic
Community Center and Transition Center of St. Louis must have on-call coverage and abbreviated services
after hours, when medical and mental health staff are not on-site. Paragraph 3.1.9 requires the contractor to

Cindy Stafford
March 16, 2021
Page 2
arrange for twenty-four (24) hour emergency medical and dental services, to include medical and dental on-call
services and ambulance services, when necessary. Paragraph 4.1.10 d. requires the contractor to have a
psychologist, psychiatrist, or nurse practitioner available on-call for telephone consultation and on-site
evaluations, as needed. Therefore, since Alphapointe qualifies as an Organization for the Blind and is proposed
to provide products and services that are directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
proposal, InGenesis’ proposed participation satisfies the requirement of paragraph 6.12.2 a. of the RFP.
Wexford Health Sources, Inc. (Wexford)) proposed to utilize an Organization for the Blind, Alphapointe, to
provide office supplies and hardware. RFP paragraph 2.13.8 requires the contractor to provide all medical
supplies and equipment, telehealth equipment, medical equipment maintenance, repairs, replacement, and
removal/relocation of equipment, office supplies and equipment, and computer equipment in the provision of
services at all correctional facilities. Alphapointe qualifies as an Organization for the Blind, as indicated in
paragraph 6.12.1 d. of the RFP. Therefore, since Alphapointe qualifies as an Organization for the Blind and is
proposed to provide products that are directly required in the RFP, and because the required Participation
Commitment form and Documentation of Intent to Participate form were completed and submitted with the
proposal, Wexford Health Sources’ proposed participation satisfies the requirement of paragraph 6.12.2 a. of
the RFP.
/jk

MBE/WBE Participation Evaluation
RFPS30034902100318
Each vendor's proposed participation of MBE/WBE firms in meeting the targets of RFPS30034902100318
have been evaluated according to the formula stated in the RFP. Documentation of the calculation for the
assignment of the evaluation points is identified below.

Centurion of Missouri, LLC

Points Assigned =

6.5

MBE Participation
Global Diagnostic Services
Ernest W Jackson, DMD
Total

%
0.06
4.70
4.76
4.76

Certification Number
3857
139

Expiration
10/7/23
3/1/22

WBE Participation
Clinical Solutions Pharmacy, LLC
Total

%
5.00
5.00
5.00

Certification Number
10408

Expiration
10/28/23

Amount for Evaluation

Amount for Evaluation

Corizon, LLC

Points Assigned =

6.7

MBE Participation
Ernest W Jackson, DMD
Global Diagnostic Services
Jewel Healthcare Solutions, Inc.
SimmCo Distribution, LLC
SHI International
Total

%
3.34
0.06
0.16
1.43
0.07
5.06
5.06

Certification Number
139
3857
3845
4676
4954

Expiration
3/1/22
10/7/23
1/8/22
7/31/22
12/7/23

WBE Participation
Progressive Homecare Services, Inc.
Total

%
5.77
5.77
5.00

Certification Number
4024

Expiration
4/22/23

Amount for Evaluation

Amount for Evaluation

InGenesis, Inc.

Points Assigned =

10.0

MBE Participation
Logistical Resources, LLC
Emed Medical Company
Global Diagnostic Services
Professional Management Enterprise
Absolute Staffing and Consulting
Total

%
3.40
3.40
1.00
1.10
1.10
10.00
10.00

Certification Number
12210
10174
3857
15105
11947

Expiration
3/9/24
8/22/22
10/7/23
1/12/23
5/1/23

WBE Participation
Garcia Clinical Laboratory, Inc.
ATHENA Consulting, LLC
Absolute Staffing and Consulting
Total

%
2.80
1.10
1.10
5.00
5.00

Certification Number
13049
15168
11947

Expiration
6/5/23
1/17/23
5/1/23

Amount for Evaluation

Amount for Evaluation

Wellpath, LLC

Points Assigned =

10.0

MBE Participation
Jewel Healthcare Solutions, Inc.
Total

%
10.00
10.00
10.00

Certification Number
3845

Expiration
1/8/22

WBE Participation
Clinical Solutions Pharmacy, LLC
Total

%
5.00
5.00
5.00

Certification Number
10408

Expiration
10/28/23

Amount for Evaluation

Amount for Evaluation

Wexford Health Sources, Inc.

Points Assigned =

10.0

MBE Participation
Global Diagnostic Services
Jewel Healthcare Solutions, Inc.
Total

%
0.38
9.62
10.00
10.00

Certification Number
3857
3845

Expiration
10/7/23
1/8/22

WBE Participation
Boswell Pharmacy Services
Garcia Clinical Laboratory, Inc.
Total

%
4.10
0.90
5.00
5.00

Certification Number
15836
13049

Expiration
10/7/23
6/5/23

Amount for Evaluation

Amount for Evaluation

Organization for the Blind/Sheltered Workshop Participation Evaluation
RFPS30034902100318
Each vendor's proposed participation of an organization for the blind or a sheltered workshop in meeting the
targets of RFPS30034902100318 have been evaluated according to the formula stated in the RFP.
Documentation of the calculation for the assignment of the evaluation points is identified below.

Vendor’s Commitment Number x 2.5 points = Awarded Points

InGenesis, Inc.
Alphapointe
Total

Organization for the Blind

Amount for Evaluation

None Proposed
Total

Sheltered Workshop

Amount for Evaluation

Wellpath, LLC
Alphapointe
Total

Organization for the Blind

Amount for Evaluation

None Proposed
Total

Sheltered Workshop

Amount for Evaluation

Wexford Health Sources, Inc.
Alphapointe
Total

Organization for the Blind

Amount for Evaluation

None Proposed
Total

Sheltered Workshop

Amount for Evaluation

Points Assigned =

5.0

Vendor's Commitment Number
2.00
2.00
5.00
Vendor's Commitment Number
0.00
0.00
0.00

Points Assigned =

5.0

Vendor's Commitment Number
2.00
2.00
5.00
Vendor's Commitment Number
0.00
0.00
0.00

Points Assigned =
Vendor's Commitment Number
0.03
0.03
0.08
Vendor's Commitment Number
0.00
0.00
0.00

0.1

Memorandum
To:

Cindy Stafford CS

Via:

John Hall JH

From:

Julie Kleffner JK

Date:

March 16, 2021

Re:

Service-Disabled Veteran Business Enterprise Preference

Pursuant to section 6.12.2 of RFPS30034902100318 for Comprehensive Health Care for the Department of
Corrections, three bonus points are available for vendors who propose the use of service-disabled veteran business
enterprises (SDVE) in the performance of the required service, provided certain conditions and evidence have been
met. Specifically, “The services performed or the products provided by the SDVE must provide a commercially
useful function related to the delivery of the contractually-required service/product in a manner that will constitute
an added value to the contract and shall be performed/provided exclusive to the performance of the contract.”
Therefore, the proposals received in response to RFPS30034902100318 were reviewed to determine if they qualify
for the bonus points. Following is a summary of that review:
1. The following vendors did not propose SDVE participation and therefore were not assigned the bonus points:
Corizon, LLC
Wellpath, LLC
2. The following vendor’s proposed SDVE participation qualifies for the bonus points:
2.1 InGenesis, Inc. (InGenesis) submitted Exhibit G, Participation Commitment form, proposing to utilize
four (4) Missouri Service-Disabled Veteran Business Enterprises (SDVE), (1) D. Michael Jennings OD
(Jennings Eye Associates, PC), (2) Veteran Warehouse Supply, (3) WhiteWater, LLC dba Vilntus, and (4)
Citadel Federal Solutions LLC dba Falcon Tek, and committing to utilize the SDVEs to provide 0.2%,
0.8%, 1.0%, and 1:0% of the total contract value, respectively, for a total of at least three percent (3%) of
the total contract value.
2.1.1

InGenesis submitted Exhibit G, Participation Commitment form, proposing to utilize a Missouri
Service-Disabled Veteran Business Enterprise (SDVE), D. Michael Jennings, Jr, OD (Jennings Eye
Associates, PC), to provide optometry services, indicating D. Michael Jennings, Jr, OD (Jennings
Eye Associates, PC), qualifies as an SDVE, and committing to utilize the SDVE to provide at least
0.2% of the total contract value.
•
•

2.1.2

Paragraph 3.1.11 of the RFP requires ancillary services, including optometry services.
The documentation required by Exhibit H, Documentation of Intent to Participate, was
submitted, and a review of the Division of Purchasing’s SDVE database indicates the previous
receipt of the required documentation, as identified on Exhibit H, Documentation of Intent to
Participate, for the proposed SDVE. Additionally, the proposed SDVE has completed the
required Documentation of Intent to Participate form.

InGenesis submitted Exhibit G, Participation Commitment form, proposing to utilize a Missouri
Service-Disabled Veteran Business Enterprise (SDVE), Veteran Warehouse Supply, to provide
textile commodities and personal protective equipment, indicating Veteran Warehouse Supply,

Cindy Stafford
March 16, 2021
Page 2
qualifies as an SDVE, and committing to utilize the SDVE to provide at least 0.8% of the total
contract value.
•
•

2.1.3

InGenesis submitted Exhibit G, Participation Commitment form, proposing to utilize a Missouri
Service-Disabled Veteran Business Enterprise (SDVE), WhiteWater, LLC dba Vilntus, to provide
recruitment process outsourcing (RPO) services and temporary staffing, indicating WhiteWater,
LLC dba Vilntus, qualifies as an SDVE, and committing to utilize the SDVE to provide at least 1%
of the total contract value.
•
•

2.1.4

Paragraph 2.1.1 a. of the RFP requires the contractor to provide all equipment and supplies for
the comprehensive health care services.
The documentation required by Exhibit H, Documentation of Intent to Participate, was
submitted, and a review of the Division of Purchasing’s SDVE database indicates the previous
receipt of the required documentation, as identified on Exhibit H, Documentation of Intent to
Participate, for the proposed SDVE.). Additionally, the proposed SDVE has completed the
required Documentation of Intent to Participate form.

Paragraph 2.10.2 of the RFP requires the contractor to employ sufficient personnel staffing and
utilize appropriate resources to achieve contractual compliance
The documentation required by Exhibit H, Documentation of Intent to Participate, was
submitted, and a review of the Division of Purchasing’s SDVE database indicates the previous
receipt of the required documentation, as identified on Exhibit H, Documentation of Intent to
Participate, for the proposed SDVE.). Additionally, the proposed SDVE has completed the
required Documentation of Intent to Participate form.

InGenesis submitted Exhibit G, Participation Commitment form, proposing to utilize a Missouri
Service-Disabled Veteran Business Enterprise (SDVE), Citadel Federal Solutions, LLC dba Falcon
Tek, to provide recruitment process outsourcing (RPO) services and temporary staffing, indicating
Citadel Federal Solutions, LLC dba Falcon Tek, qualifies as an SDVE, and committing to utilize
the SDVE to provide at least 1% of the total contract value.
•
•

Paragraph 2.10.2 of the RFP requires the contractor to employ sufficient personnel staffing and
utilize appropriate resources to achieve contractual compliance
The documentation required by Exhibit H, Documentation of Intent to Participate, was
submitted, and a review of the Division of Purchasing’s SDVE database indicates the previous
receipt of the required documentation, as identified on Exhibit H, Documentation of Intent to
Participate, for the proposed SDVE. Additionally, the proposed SDVE has completed the
required Documentation of Intent to Participate form.

Therefore, since (1) D. Michael Jennings OD (Jennings Eye Associates, PC), (2) Veteran Warehouse
Supply, (3) WhiteWater, LLC dba Vilntus, and (4) Citadel Federal Solutions, LLC dba Falcon Tek, are
proposed to provide a product/service that is directly required in the RFP, and since the required SDVE
documentation has been submitted for each SDVE, and since the SDVEs were proposed to provide a total
of at least 3% of the total value of the contract, the proposed participation satisfies the requirement of
paragraph 6.12.2 a. of the RFP, and InGenesis was granted the SDVE bonus points.
3. The following vendors’ proposed SDVE participation is ineligible to receive the bonus points:
Centurion of Missouri, LLC, (Centurion) proposed to utilize an SDVE, Capital i, LLC, to provide biomedical
equipment servicing and repair at a committed percentage of .0243%. In order to qualify for the bonus points,
paragraph 6.12.2 a. 1) of the RFP requires that the participation be “at least three percent (3%) of the total

Cindy Stafford
March 16, 2021
Page 3
contract value”. Centurion did not guarantee a minimum of three percent of the total contract value. Therefore,
Centurion is not eligible to receive the bonus points for SDVE participation.
Wexford Health Sources, Inc. proposed to utilize an SDVE, Veteran Warehouse Supply, to provide dental
supplies and equipment at a committed percentage of .09%. In order to qualify for the bonus points, paragraph
6.12.2 a. 1) of the RFP requires that the participation be “at least three percent (3%) of the total contract value”.
Wexford did not guarantee a minimum of three percent of the total contract value. Therefore, Wexford is not
eligible to receive the bonus points for SDVE participation.

OFFI CE OF ADMI NI STRATI ON
DI VI SI ON OF PURCHASI NG

MEMORANDUM
TO:

John Hall JH

FROM:

Julie Kleffner / JK

RE:

RFPS30034902100318 - Waiver of Minor Technicality

DATE:

December 3, 2020

RFPS30034902100318 for Comprehensive Health Care Services for the Department of
Corrections was issued on August 7, 2020. Paragraph 6.11.4 of the RFP requires the vendor to
“complete Exhibit G, Participation Commitment, by listing each proposed MBE and WBE.”
On Exhibit G, Participation Commitment, MBE Participation Commitment Table, InGenesis, Inc.
identified “Performance Management Enterprise.” However, in Exhibit H, Documentation of
Intent to Participate, InGenesis identified the subcontractor “Professional Management
Enterprises” to perform the services. In addition, page 169 of InGenesis’ response again
identifies “Professional Management Enterprise” as the subcontractor.
It is apparent that InGenesis made an inadvertent typographical error when identifying
InGenesis’ proposed MBE subcontractor as “Performance Management Enterprise” on Exhibit
G. In addition, a review of the Office of Equal Opportunity’s (OEO) website supports this
supposition, as Performance Management Enterprise is not identified as a certified MBE in the
OEO Directory, while Professional Management Enterprise is identified as a certified MBE
within the OEO Directory.
Therefore, in light of this information, I am requesting a waiver of a minor technicality regarding
identifying the name of the MBE in the table. Although a name is identified, it was erroneously
listed as “Performance Management Enterprise” in lieu of “Professional Management
Enterprises.”
Please advise if you approve of the waiver.

Michael L. Parson

2729 Plaza Drive
P. O. Box 236
Jefferson City, MO 65102
Telephone: 573-751-2389
Fax: 573-526-0880

Governor

Anne L. Precythe
Director

State of Missouri
DEPARTMENT OF CORRECTIONS

Ad Excelleum Conamur – "We Strive Towards Excellence"

December 28, 2020
To:
CC:
RE:
From:

Office of Administration, Division of Purchasing
Comprehensive Healthcare Services Evaluation Team
Centurion of Missouri Litigation Response
Beth Lambert, Director of Purchasing, Department of Corrections

The Department of Corrections Purchasing section has reviewed the existing litigation
disclosed by Centurion of Missouri in Exhibit L. The Purchasing Section determined the
litigation disclosures are not an impediment to contract award for the Comprehensive
Healthcare Services for the Missouri Department of Corrections.
Please let me know if you have any questions.
bl

Michael L. Parson

2729 Plaza Drive
P. O. Box 236
Jefferson City, MO 65102
Telephone: 573-751-2389
Fax: 573-526-0880

Governor

Anne L. Precythe
Director

State of Missouri
DEPARTMENT OF CORRECTIONS

Ad Excelleum Conamur – "We Strive Towards Excellence"

December 28, 2020
To:
CC:
RE:
From:

Office of Administration, Division of Purchasing
Comprehensive Healthcare Services Evaluation Team
Corizon Health Litigation Response
Beth Lambert, Director of Purchasing, Department of Corrections

The Department of Corrections Purchasing section has reviewed the existing litigation
disclosed by Corizon Health in Exhibit L. The Purchasing Section determined the
litigation disclosures are not an impediment to contract award for the Comprehensive
Healthcare Services for the Missouri Department of Corrections.
Please let me know if you have any questions.
bl

Michael L. Parson

2729 Plaza Drive
P. O. Box 236
Jefferson City, MO 65102
Telephone: 573-751-2389
Fax: 573-526-0880

Governor

Anne L. Precythe
Director

State of Missouri
DEPARTMENT OF CORRECTIONS

Ad Excelleum Conamur – "We Strive Towards Excellence"

December 28, 2020
To:
CC:
RE:
From:

Office of Administration, Division of Purchasing
Comprehensive Healthcare Services Evaluation Team
InGenesis Litigation Response
Beth Lambert, Director of Purchasing, Department of Corrections

The Department of Corrections Purchasing section has reviewed the existing litigation
disclosed by InGenesis in Exhibit L. The Purchasing Section determined the litigation
disclosures are not an impediment to contract award for the Comprehensive Healthcare
Services for the Missouri Department of Corrections.
Please let me know if you have any questions.
bl

Michael L. Parson

2729 Plaza Drive
P. O. Box 236
Jefferson City, MO 65102
Telephone: 573-751-2389
Fax: 573-526-0880

Governor

Anne L. Precythe
Director

State of Missouri
DEPARTMENT OF CORRECTIONS

Ad Excelleum Conamur – "We Strive Towards Excellence"

December 28, 2020
To:
CC:
RE:
From:

Office of Administration, Division of Purchasing
Comprehensive Healthcare Services Evaluation Team
Wellpath Litigation Response
Beth Lambert, Director of Purchasing, Department of Corrections

The Department of Corrections Purchasing section has reviewed the existing litigation
disclosed by Wellpath in Exhibit L. The Purchasing Section determined the litigation
disclosures are not an impediment to contract award for the Comprehensive Healthcare
Services for the Missouri Department of Corrections.
Please let me know if you have any questions.
bl

Michael L. Parson

2729 Plaza Drive
P. O. Box 236
Jefferson City, MO 65102
Telephone: 573-751-2389
Fax: 573-526-0880

Governor

Anne L. Precythe
Director

State of Missouri
DEPARTMENT OF CORRECTIONS

Ad Excelleum Conamur – "We Strive Towards Excellence"

December 28, 2020
To:
CC:
RE:
From:

Office of Administration, Division of Purchasing
Comprehensive Healthcare Services Evaluation Team
Wexford Health Sources Litigation Response
Beth Lambert, Director of Purchasing, Department of Corrections

The Department of Corrections Purchasing section has reviewed the existing litigation
disclosed by Wexford Health Sources in Exhibit L. The Purchasing Section determined
the litigation disclosures are not an impediment to contract award for the Comprehensive
Healthcare Services for the Missouri Department of Corrections.
Please let me know if you have any questions.
bl

Michael L. Parson
Governor

Sarah H. Steelman
Commissioner

State of Missouri
OFFICE OF ADMINISTRATION

Division of Purchasing
301 West High Street, Room 630
Post Office Box 809
Jefferson City, Missouri 65102-0809
(573) 751-2387 Fax: (573) 526-9817
TTD: (800) 735-2966 Voice: (800) 735-2466

Karen S. Boeger
Director

http://oa.mo.gov/purchasing

TO:
FROM:
RE:
DATE:

File RFPS30034902100318
Julie Kleffner / JK

Confidential Information
May 21, 2021

Several of the proposals submitted by vendors for this matter contained materials that
were claimed to be confidential, and the Division of Purchasing examined the items marked
as such by the vendors. Under Missouri law, records are presumed open, but can be closed
under appropriate circumstances. Section 610.021 provides a list of records that may be
closed, and this includes subsection (14), “Records which are protected from disclosure by
law.”

Missouri has enacted statutes entitled the “Missouri Uniform Trade Secrets Act” at section
417.450 to 417.467, RSMo. Therein, a “trade secret is defined as:
[I]nformation, including but not limited to, technical or nontechnical data, a formula,
pattern, compilation, program, device, method, technique, or process, that:
(a) Derives independent economic value, actual or potential, from not being
generally known to, and not being readily ascertainable by proper means by other
persons who can obtain economic value from its disclosure or use; and
(b) Is the subject of efforts that are reasonable under the circumstances to maintain
its secrecy.
Section 417.453 (4), RSMo. Vendors identified certain items as meeting this
definition and falling within the exception, thereby making the information closed.
Some of the vendors also indicated that while they believed certain material to be
confidential, and therefore should be protected from disclosure, if the Division did not
agree, that they would accept that and understood that the information would be open.

File
May 21, 2021
Page 2 of 2

The list below identifies the material vendors believed to be confidential:
Centurion:

Exhibit L, Litigation Information

Wellpath:

MDOC Sample Contract Implementation Plan; Exhibit L, Litigation
Information; Contracts Gained and Lost – Past 2 years; and Current
and Inactive Contracts – Past 5 Years

Corizon:

Wexford:

Utilization Management Process Flowcharts; Exhibit L, Litigation
Information; and Orientation Plan Tables.

Exhibit L, Litigation Information

The Division has determined that certain material does appear to qualify as a trade secret,
and is therefore going to be treated as a closed record under the Sunshine Law. Based on
this determination, the Division has further determined that treating all vendors’
information in a consistent manner, even if the vendor was potentially agreeable to
disclosure, is the appropriate course of action. Regardless of the designation, the material
may still be disclosed if the Division is ordered to do so.
JK

Centurion of Missouri, LLC
Fili gs (1)

Certif icates ( 1)

Profi le

Copjes/Certiflcates (4)

Parties

Events (1)

(harte Number

Type to fnter

LC 1728467
Oreate LlC - 1Domestic - LLC 1 (SR11'1576)
Registered on: 08/31/2020, Effecti ve from: OS/3112020

Free

(

~

Down load )

Entity Name

$10.00
...

Certif ied

l

Cent urion of M1sso url, LLC
Type

Li mited Uability Company - Domestic
Status

Active
Registered or,

08/31/2020
Due Date

Addresses

CONFIDENTIALITY / CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer
It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public review
until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror’s proposal to a competitor may
result in the competitor’s disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a need
to know such information and have executed a similar Confidentiality/Conflict of Interest
Agreement. In the event that I should have reason to believe that the confidentiality of
this information has been breached, I will notify the Division of Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections 105.452
and 105.454, RSMo. This includes the prohibition of acceptance of anything of pecuniary
value paid or payable, including after termination of employment, by any person, firm,
or corporation related to the performance of your job duties regarding any case, decision,
proceeding or application in which you were directly concerned or directly participated
in during your period of employment.

9-1-20

SIGNATURE
Danice Chaidez
PRINTED NAME
Corrections
AGENCY NAME

DATE

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021 , RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror's proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.

Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

DATE

PRINT® NAME

-

AGENCY NAME

r

1

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above

referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror' s proposal to a competitor may

result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

PRINTED NAME/

Oegi~~

er

ENCY NAME

GY--.,.~le!V\)

CONFIDENTIALITY / CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above

referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.

It is also my understanding that disclosure of an offeror's proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo . This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

SIGNATifRE

'l2o_ "' ck_ ll
PRINTED NAME
~

-c_,( o\J.S

AGENCY NAME

DATE

W- -x.t7ks

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror' s proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105 .452 and 105 .454, RS Mo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

~@c&u✓I-

SIGNATURE

PRINTED NAME

;1110 1).e,,pf-. of Co«ev-0,on~
AGENCY NAME

DATE

CONFIDENTIALITY / CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror's proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

SIGNATURE

CJ-/ fl 1··c-r'A.. iM-, k'., e.6-e...-l
PRINTED NAME

AGENCY NAME

DATE

CONFIDENTIALITY / CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer
It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public review
until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror’s proposal to a competitor may
result in the competitor’s disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a need
to know such information and have executed a similar Confidentiality/Conflict of Interest
Agreement. In the event that I should have reason to believe that the confidentiality of
this information has been breached, I will notify the Division of Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections 105.452
and 105.454, RSMo. This includes the prohibition of acceptance of anything of pecuniary
value paid or payable, including after termination of employment, by any person, firm,
or corporation related to the performance of your job duties regarding any case, decision,
proceeding or application in which you were directly concerned or directly participated
in during your period of employment.

08/28/2020
SIGNATURE
Beth Lambert
PRINTED NAME
Dept. of Corrections
AGENCY NAME

DATE

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above

referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror's proposal to a competitor may

result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

September 11, 2020
SIGNATURE

Anne L. Precythe
PRINTED NAME

Department of Corrections
AGENCY NAME

DATE

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above
referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.

It is also my understanding that disclosure of an offeror's proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

September 11, 2020
DATE

Matt Sturm
PRINTED NAME

Department of Corrections
AGENCY NAME

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above

referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offeror' s proposal to a competitor may
result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.

Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.
I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105.452 and 105.454, RSMo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

DATE

PRINTED NAME

DMH
AGENCY NAME

CONFIDENTIALITY/ CONFLICT OF INTEREST AGREEMENT
REQUEST FOR PROPOSAL RFPS30034902100318
Title: Offender Health Care
Julie Kleffner, Buyer

It is my understanding that information related to the procurement process for the above

referenced Request for Proposal has been provided to me on a need-to-know basis and
that in accordance with section 610.021, RSMo, such records are closed to public
review until such time as a contract is executed or all proposals are rejected.
It is also my understanding that disclosure of an offerer's proposal to a competitor may

result in the competitor's disqualification from consideration for contract award and
suspension/debarment from future procurement processes.
Therefore, I hereby agree to keep all information related to the Request for Proposal in
strict confidence and not to divulge such information, in whole or in part, in any manner
or form, to anyone or to allow others access to such information, unless they have a
need to know such information and have executed a similar Confidentiality/Conflict of
Interest Agreement. In the event that I should have reason to believe that the
confidentiality of this information has been breached, I will notify the Division of
Purchasing immediately.

I attest that to the best of my knowledge my participation in this procurement process
does not violate any state laws that relate to conflict of interest including sections
105 .452 and 105 .454, RS Mo. This includes the prohibition of acceptance of anything of
pecuniary value paid or payable, including after termination of employment, by any
person, firm, or corporation related to the performance of your job duties regarding any
case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.

DATE

CONFIDENTIALITY / CONFLICT OF INTEREST AGREEMENT
RFPS30034902100318
Title: Comprehensive Health Care Services
Julie Kleffner, Buyer
We, the undersigned, understand that information related to the procurement process for the above
referenced Request for Proposal has been provided to each of us on a need-to-know basis and that in
accordance with section 610.021, RSMo, such records are closed to public review until such time as a
contract is executed or all proposals are rejected.
It is also our understanding that disclosure of an offeror’s proposal to a competitor may result in the
competitor’s disqualification from consideration for contract award and suspension/debarment from
future procurement processes.
Therefore, each of the undersigned do hereby agree to keep all information related to the Request for
Proposal in strict confidence and not to divulge such information, in whole or in part, in any manner or
form, to anyone or to allow others access to such information, unless they have a need to know such
information and have executed a similar Confidentiality/Conflict of Interest Agreement. In the event that
any of us should have reason to believe that the confidentiality of this information has been breached, we
will notify the Division of Purchasing immediately.
We attest that to the best of our knowledge our participation in this procurement process does not violate
any state laws that relate to conflict of interest including sections 105.452 and 105.454, RSMo. This
includes the prohibition of acceptance of anything of pecuniary value paid or payable, including after
termination of employment, by any person, firm, or corporation related to the performance of your job
duties regarding any case, decision, proceeding or application in which you were directly concerned or
directly participated in during your period of employment.
C. Douglas Shull
Signature

Printed Name

Ty Barnes

Dept. of Corrections
Agency Name

Dept. of Corrections

02/18/2021
Date

02/18/2021

Signature

Printed Name

Agency Name

Date

Signature

Printed Name

Agency Name

Date

Signature

Printed Name

Agency Name

Date

Signature

Printed Name

Agency Name

Date