Cigna Health Plan of Florida, Inc. v. State

31 Fla. Supp. 2d 225
CourtState of Florida Division of Administrative Hearings
DecidedApril 19, 1988
DocketCase No. 87-5525
StatusPublished

This text of 31 Fla. Supp. 2d 225 (Cigna Health Plan of Florida, Inc. v. State) is published on Counsel Stack Legal Research, covering State of Florida Division of Administrative Hearings primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Cigna Health Plan of Florida, Inc. v. State, 31 Fla. Supp. 2d 225 (Fla. Super. Ct. 1988).

Opinion

OPINION OF THE COURT

ARNOLD H. POLLOCK, Hearing Officer.

[226]*226 RECOMMENDED ORDER

A hearing was held in this case in Tallahassee, Florida on January 13, 1988, before Arnold H. Pollock, Hearing Officer. The issue for consideration was which bidder, if any, should be awarded the contract to provide Health Maintenance Organization services to state employees in the Orlando service area.

BACKGROUND INFORMATION

On July 31, 1987, the Respondent, Department of Administration, (DOA), issued Request for Proposal No. 88-05, for the providing of health maintenance organization services in the Orlando service area. Proposals were submitted by, among others, Pru-Care Health Plan, (Pru-Care), Health Options, Inc., (Health Options), Health Alliance Plan, Inc., (Health Alliance), Cigna Health Plan of Florida, Inc., (Cigna), and Florida Health Care Plan. Respondent, DOA, announced its proposed award to Pru-Care and Health Options. Petitioner, Cigna, filed a formal protest challenging the proposed award. Health Options and Pru-Care intervened, as did Health Alliance and Florida Health Care Plan.

At the hearing, Petitioner presented the testimony of John F. Black', III, an administrator with the Department of Insurance; and Bruce Breckerink, Director of Planning for Cigna; and introduced Petitioner’s Exhibits 1 through 6. Respondent presented the testimony of Dennis E. Nye, Director of State Employees’ Insurance with DOA, and Intervenor, Pru-Care presented the testimony of John A. Joiner, Group Manager for Pru-Care in Orlando. Pru-Care also introduced its Exhibit 1.

Subsequent to the hearing, Petitioner, Respondent and Intervenors, Pru-Care and Health Options submitted proposed findings of fact which have been ruled upon in the Appendix to this Recommended Order.

FINDINGS OF FACT

1. On July 31, 1987, DOA mailed a Request for Proposal, (RFP), to various Health Maintenance Organizations, (HMOs), soliciting proposals for the providing of HMO services in the Orlando service area. Petitioner, Cigna, and the various Intervenors herein, submitted proposals which were opened by DOA on August 28, 1987, with a contemplated date of award of September 14, 1987 and an effective date of contract on January 1, 1988.

2. Section 2 of the RFP defined the general purposes of the [227]*227procurement as being to meet benefit objectives of DOA and to provide high quality benefits and services to state employees. Specifically, the objectives of the RFP were:

A proactive approach to cost containment including an emphasis on aggressive claims management, utilization review, and superior statistical reporting.
Quality medical care which encourages health promotion, disease prevention, early diagnosis and treatment. Stability in the financial structure of offered health plans.
Professional, high quality service in all administrative areas including claims processing, enrollment, membership services, grievances, and communications.
Competitive premium rates which take into account the demographics and, if appropriate, the claims experience of state employees.
Other stated objectives included:
Have each county or contiguous group of counties be considered one service area.
Award no more than two contracts per service area; however, the awards will be based on the HMO’s ability to respond to the needs of employees and on accessibility by employees.
Have reciprocal agreements between locations, if an HMO has multiple service areas.
Enter into a two year, non-experience rates contract. A provision will be included tying renewal action at each of the two renewals to the consumer price index, (CPI), for medical care services.

In order to be considered as a “qualified” proposer, an organization had to be licensed by the Department of Insurance pursuant to Part II, Chapter 641, Florida Statutes.

3. Section IX of the RFP listed five major criteria for evaluation of the proposals. They were:

1. Premium cost
2. Extensiveness of service area — by county and/or contiguous counties.
3. Plan Benefits as follows:
a. Covered services
b. Limitations and exclusions
c. Co-payments, deductibles, and coinsurance features.
[228]*228d. Range of providers including specialists and numbers of hospitals
e. Out of service area coverage
f. Grievance procedures.
4. Accessibility as follows:
a. Reciprocal agreements
b. Provider locations
c. Number of primary care physicians and specialists, in relation to
membership
5. Completeness of proposals

The first four of the above objectives were called for by the Legislative action providing for these procurements to be effective January 1, 1988. The fifth, completeness of proposals, was not identified by the Legislature but was added by DOA.

4. The Department reviewed and evaluated all the proposals submitted by Petitioner and the various Intervenors. Each proposer was evaluated by three individual evaluators. Two separate sets of evaluations were performed; the second coming upon the direction of the Secretary who, after the first evaluation and recommendation of award, concluded the standards for evaluation had been too subjective and directed a second evaluation utilizing more objective standards. During this second evaluation process, after the actual evaluation had been done but before the recommendation was forwarded to the Secretary, several computer treatments of the raw scores were accomplished by Mr. Nye because of additional unidentified factors brought to his attention. The final computer run identified that Central Florida Physicians, not a part to this action, received the highest point total followed by Health Options, Pru-Care, and Petitioner, Cigna. Mr. Nye, who had designed and supervised the evaluation process, recommended to the Secretary that Central Florida Physicians, Health Options, and Pru-Care receive the award even though the guidelines called for only two recommendees. Central Florida Physicians was recognized to be in financial difficulties though it received the highest rating, and in order to provide two viable candidates in the event that provider should be disqualified, Health Options and Pru-Care were added. Central Florida Physicians was, in fact, subsequently disqualified due to financial insolvency. This left Health Options and Pru-Care as the two providers with the highest evaluations and the Secretary made the award to them. At the final count, Health Options received a point total of 64.635; Pru-Care, 57.415; and Cigna, 56.83, or a difference of .585 between Pru-Care and Cigna.

[229]*2295. According to Mr.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

VOLUME SERVICES DIV., ETC. v. Canteen Corp.
369 So. 2d 391 (District Court of Appeal of Florida, 1979)
System Development Corp. v. DEPT. OF HEALTH & REHAB.
423 So. 2d 433 (District Court of Appeal of Florida, 1982)
Capeletti Bros., Inc. v. STATE, DEPT. OF GEN. SERVICES
432 So. 2d 1359 (District Court of Appeal of Florida, 1983)

Cite This Page — Counsel Stack

Bluebook (online)
31 Fla. Supp. 2d 225, Counsel Stack Legal Research, https://law.counselstack.com/opinion/cigna-health-plan-of-florida-inc-v-state-fladivadminhrg-1988.