Laredo Independent School District Purchasing Department 1702 Houston .

Transcription

Laredo Independent School DistrictPurchasing Department1702 Houston Street, Rm. 101Laredo, Texas 78040Tel: 956-273-1080Fax: 956-273-1085REQUEST FOR PROPOSALSLaredo Independent School District invites you to submit a Proposal for:Student InsuranceREFERENCE NUMBERRFP #22-012RESPONSE MUST BE DELIVERED BYJune 1, 2022 at 2:30 p.m. central standard time(Note: Without exception – Proposal must betime and date stamped by the ProcurementDepartment. Timely physical delivery is at therisk of the respondent.)RESPONSE MUST BE DELIVERED TOLaredo Independent School DistrictProcurement Department1702 Houston Street, Room 101Laredo, Texas 78040ESTIMATED CONTRACT PERIODJune 17, 2022 to June 16, 2023 with a possibilityof extending contract for a second and third year.Subject to change based on approval timelines bythe LISD Board of Trustees and annualevaluation review.PRE-PROPOSAL MEETINGN/ADISTRICT BUYER IN CHARGE OFPROPOSALAll questions regarding this proposal should bein writing and sent to Gaston Garcia, CTSBS,Buyer, at ggarcia3@laredoisd.orgPROCUREMENT DIRECTORHector M. Mejia

LAREDO INDEPENDENT SCHOOL DISTRICTRFP #22-012 Student InsuranceI. Purpose:The Laredo Independent School District - LISD (herein after referred to as District) is soliciting proposalsfrom responsible vendors to purchase student Insurance.II. Background Information:The Laredo Independent School District (LISD) was established in 1882. LISD is a district sprawling morethan 13 square miles. The Laredo Independent School District is made up of 33 educational institutions: 20elementary schools, four middle schools, and four high schools including Garcia Early College High Schoollocated on the campus of Texas A&M International University, the Lara Academy our alternative educationcampus, the Valdez Non-Traditional High School, and four magnet schools. The four magnet schools are theVidal M. Treviño School of Communications and Fine Arts, located across the street from Nixon High School,Dr. Dennis D. Cantu Early College High School, located at Martin High School, Sabas Perez School forEngineering and Technology Education, located at Cigarroa High School and the new Business, Industry andPublic Service Early College Academy at Nixon High School.The district has a yearly average student enrollment of 31,000 and over 4,500 employees striving for academicexcellence. At LISD, learning is the key to a bright and successful future. By setting high standards, the districtplays a crucial role in preparing the students to meet the challenges and demands of today's high-tech andmulticultural work place.III. SUBMISSION/SCOPE SPECIFICATIONS:Due Date:June 1, 2022 at 2:30 p.m. (C.S.T.)Request for Proposal No:RFP #22-012Project Name:Student InsuranceRequest for Proposals (RFP) will be received at the:Purchasing Department - Room # 1011702 Houston StreetLaredo, Texas 78040 until 2:30 P.M. (Central Standard Time) ** on June 1, 2022.** Note: Any RFP received after such schedule time due date will not be accepted and will be returned unopened2

SCOPE OF WORK/PRICING SHEETThe District is seeking responsible vendors that offer student insurance.The awarded vendor’s products and/or services will include the following: A minimum of one (1) pre-requisite proposal is being requested. However, other additional alternateplans are also welcomed once the pre-requisite requirement is met and/or an alternative plan is identified& justified as a deviation from the pre-requisite requirement.A plan or proposal that duplicates services as in the district’s current plan.Any other alternate plan(s) identified and explained as an equal, comparable, better and/or otheralternative plan. The “alternative” plans need to be identified and the deviations or differences fromcurrent plan need to be clearly explained.Insurance Coverage Services (detailed specifications/limits & deductible are included on Forms B, C andbrochures as separate electronic attachments).Insurance coverage being requested is for accident insurance coverage as primary insurance coverage wheneverstudent/parent/guardian does not have effective insurance coverage for student participant and as secondaryinsurance whenever student/parent/guardian does have effective insurance coverage for student participant withexceptions such as when CHIPS and/or Medicaid insurances are involved. The proposals should include thefollowing minimum levels of insurance coverage:1. Blanket Accident Insurance For all students, grades Pre-K through 12, who participate in all UIL sanctioned and schoolsponsored & supervised interscholastic sports, academics, and other activities, including allathletes, managers, trainers, cheerleaders, band members, etc. For all students, grades Pre-K through 12, who participate in all school sponsored & supervisedextracurricular activities and clubs as well as field trips.2. Catastrophic Accident Insurance For all students, grades Pre-K through 12, who participate in all UIL sanctioned and schoolsponsored & supervised interscholastic sports, academics, and other activities, including allathletes, managers, trainers, cheerleaders, band members, etc. For all students, grades Pre-K through 12, who participate in all school sponsored & supervisedextracurricular activities and clubs as well as field trips.3.Optional Catastrophic Cash Benefits Insurance For all students, grades Pre-K through 12, who participate in all UIL sanctioned and schoolsponsored & supervised interscholastic sports, academics, and other activities, including allathletes, managers, trainers, cheerleaders, band members, etc. For all students, grades Pre-K through 12, who participatein all school sponsored & supervised extracurricular activities and clubs as well as field trips.4. Voluntary Student Accident Insurance (Pursuant to District policy FFD Local/Legal offered to all studentsbut enrolled on a voluntary basis whereby “students or parents shall pay the premium for the coverage.”) For all students, grades Pre-K through 12, during School Time Only.For all students, grades Pre-K through 12, during 31-Hours.For all students, grades Pre-K through 12, who participatein all school sponsored & supervised extracurricular activities and clubs as well as field trips.3

5. Administration ServicesThe vendor shall demonstrate, document, and attest of having the necessary capabilities to meet all termsand requirements of this RFP in its entirety including, but not limited to licensure, minimum liabilityinsurance, local/state/federal compliance, operating locations, competent & professional staff, experience,expertise and financial stability to provide all of the applicable claim administration, safety & losscontrol, financial reporting and all services inherent or associated with this type of insurance. It ispreferred that the contractor have strong customer service, bilingual capabilities, electronic/on-linecapabilities, and school district experience.6. ReportsThe vendor shall provide monthly and other quarterly or annual reports of utilization to LISD which, ifapplicable and within the scope allowed by law, identify the number of claims, type of claims, status ofclaims, utilization costs, earned premiums, loss ratios, trend analysis, case reviews, recommendations,etc., as well as any other customized reports deemed necessary by the district. Experience reports must betimely (monthly) and should include electronic methods for communication and/or transfer of data.Acknowledgement of proposal:Name & Title of RepresentativeCompany Name & TelephoneAuthorized SignatureDateCompany Name:I have read and agree to all terms on this page(initials):4

District Profile1. Number of Schools: 31 (5 HS, 1 Magnet, 1Alt. Sch., 4 MS, 20 ES) – Only 4 high schools participate inUIL Activities.2. Accreditation: Texas Education Agency3. UIL Class: 16-5A/14-5A/29-5A/31-5A/29-6A4. Total Current UIL Sports Participants: 2,1195. Total UIL Fine Arts Participants: 4,179: 2040 elementary, 1839 secondary, 300 ROTC6. Total Estimated Student Membership: 20,268 (as of 4/18/2022)7. Total Estimated District Employees: 3622 (Professionals: 1948; Paraprofessionals: 1674)8. District Summary Audited Financial Data:YearBudgetrevenuesBudgetedexpendituresNet change infund balanceEnding fundbalance14-15 217,606,595 226,720,587(9,113,992)85,538,71515-16 231,608,068 250,600,439(18,992,371)70,050,85516-17 231,130,335 237,705,514(6,575,179)74,756,97217-18 233,807,651 313,201,936(9,394,285)69,640,44518-19 230,765,387 231,391,3856,374,00282,239,04519-20 253,608,331 271,014,371(17,406,047)79,409,06320-21 310,168,469 254,054,302(13,885,883)87,934,5172021 - 2022 School year is current year that ends on June 30, 2022, therefore budgeted amounts are from budgetadoption not final values and ending fund balance is projected ending fund balance not final ending fund 17-1818-1919-2020-21 163,748 176,400 147,210 147,210 158,000 166,975 166,975 182,875 202,975 92,975The Loss/run records will be posted on Laredo ISD procurement talId 328992&pageId 6986985

REQUEST FOR PROPOSAL (RFP) SUBMITTAL INSTUCTIONSVendors will be required to submit one (1) original copy of their Proposal statement. Responses must betypewritten on the company’s letterhead and placed in one three-ring binder with tabs as follows:Tab I - Vendor must enclose a complete and signed pricing sheet located on the procurement talId 328992&pageId 698698Tab II - Vendor must enclose Submittal Checklist Form on page 7 of this RFP. Vendor will be disqualified ifthis page is not submitted with your proposal.Awarded vendor will need to submit to the District proof of insurance within ten (10) days after awarded of thiscontract.Estimated Time Schedule:a. 1st advertisement May 14, 2022;b. 2nd advertisement May 15, 2022;c. RFP deadline at June 1, 2022 @ 2:30 p.m. (Central Standard Time);d. RFP reviewed June 1 – June 2, 2022;e. Evaluation committee recommendation presented at Business and Support Services Committee Meeting June9, 2022; (Tentative)f. Recommendation presented for Board approval on June 16, 2023. (Tentative)Other Informationa. Proposals received via phone, facsimile, email or other medium will not be accepted or considered.b. Proposals must be received, and date stamped on or before the time and date stated.c. The District reserves the right to reject any or all Proposals received, waive any or all irregularities, choose themost advantageous price for each item, and to award a contract only upon availability of funding.d. This RFP is on “all or some” proposal.6

LAREDO INDEPENDENT SCHOOL DISTRICT1702 Houston Street, Laredo, Texas 78040Submittal ChecklistComplete and return this checklist and the required documents as a part of your response submittal.Failure to return any of the required documents may subject your proposal to disqualification.Indicate your responses under column “Proposer Use Only.”RFP #22-012 Student InsuranceItem DescriptionProposerOnly N/aYesUseNoLaredo ISD UseOnlyN/aNoYes1. Is all information in Tab 1 included with your response?2. Is all information in Tab 2 included with your response?Signature of Authorized RepresentativeDatePrint Name and TitleOrganization NameFor District Procurement Department Use OnlyVendor:The purpose of this preliminary evaluation is to determine whether this Proposal Statement will proceed toThe next step for consideration.[] YES Proceed for consideration Date:[] NO Decline for Consideration Date:Reason(s) for declining: ( ) Missed timeline (Date and time received:)Other:Procurement Director Initials: Date:(* Director review and initials required when declined for other reasons.)Date Notice of Non-Award mailed to Proposer:Buyer’s Initials:7

IV. NEGOTIATION PROCEDURESLISD reserves the right to negotiate all elements, which comprise the respondent’s offer, to ensure the bestpossible consideration and to reject any and all responses. The final funding amount and the provision of thecontract will be determined through negotiations between LISD staff and the successful respondent. Please donot provide any services until you receive an approved purchase order. As per our policy, LISD shall have noobligation to pay for any services provided by you unless a purchase order is properly drawn and issued.V. GENERAL CONDITIONS1.DETERMINING AWARD/EVALUATION OF PROPOSAL STATEMENTIn conformance with Texas Education Code 44.031 in determining to whom to award a contract, the Districtwill consider:FACTORSWEIGHTS1. Purchase Price55 points2. Reputation of the vendor and of the vendor’s goods orservices.10 points3. Quality of the vendor’s goods or services10 points4. Extent to which the goods or services meet the District’sneeds10 points5. Vendor’s past relationship with the District5 points6. Impact on the ability of the District to comply with laws andrules relating to historically underutilized businessesN/A7. Total long-term cost to the District to acquire the vendor’sgoods or services5 points8. For a contract for goods and services, other than goods andservices related to telecommunications and informationservices, building construction and maintenance, orinstructional materials, whether the vendor’s ultimate parentcompany or majority owner:1. Has its principal place of business in this state, orYes/No2. Employs at least 500 persons in this stateYes/No9. Any other relevant factor(s) specifically listed in thesespecifications: Customer Service5 pointsTotal100 pointsPoints for pricing services will be calculated as follows:a.Lowest price bid will receive the maximum points for price.b.All other vendors will be allotted points based on how close they are to the lowest price.c.This process will continue until all proposals are scored for price.Example:lowest price/2nd lowest price X maximum points points awardedlowest price/3rd lowest price X maximum points points awardedIf specific criteria are stated in the Bid specifications, those criteria will supersede the general criteriaidentified in this section of the General Conditions. Consideration may also be given to any additionalinformation and comments if they increase the benefits to the DISTRICT. The Proposer must providerelevant information for the items above that will enable the District to evaluate the Proposer for eachcategory.8

2.SUBMISSION, MODIFICATION, AND WITHDRAWAL OF RFPa.Submission - All Proposal Statements, whether delivered by hand or by mail, are due insealed envelopes endorsed with RFP #22-012 no later than June 1, 2022 at 2:30 p.m.,central standard time, at the District’s Procurement Department located at 1702 HoustonStreet, Room 101, Laredo, Texas 78040. Responses sent by overnight mail must have theProposal Statement number and name written on the delivery ticket. Proposal Statementsmust be signed by an authorized agent of the vendors that has authority to bind the vendorscontractually. Please submit one (1) original of all required documents as listed on theSubmittal Checklist. Proposal Statements may not be faxed or e-mailed. ProposalStatement/Bids/Proposals delivered to the LISD central mail facilities, or to LISD locationsother than 1702 Houston Street, Room 101, will not be considered “received” by theProcurement Office until they arrive at the Procurement Office, Room 101. LISD will notbe responsible for delays in delivery resulting from need to transport ProposalStatement/Bid/Proposals from another location or error or delay on the part of the carrier.You are responsible for keeping a copy for your own files.b.Modification - No response may be changed, amended, or modified, after the same has beensubmitted or filed in response to this solicitation, except for obvious errors in extension.These modifications must be made by written or electronic notice in accordance withoriginal submission terms.c.Withdrawal/Resubmission - A Proposal Statement may be withdrawn and resubmitted bywritten notice received by the District’s Procurement Department prior to the exact hourand date specified on the Proposal Statement. A Proposal Statement may also be withdrawnin person by a vendor, or an authorized representative of the vendor, provided his/heridentity is made known and he/she signs a receipt for the Proposal Statement, but only if thewithdrawal is made prior to the exact hour and date set for the receipt of ProposalStatements. Resubmissions may be done in accordance with the original submission termsin paragraph a. above.d.For the purposes of this RFP the words bid, and Proposal Statement, will be used in thesame manner. They will both refer to a Request for Proposal Statements procurementdocument.e.Offer – This bid/proposal is a firm offer which shall be irrevocable and open for acceptancefor calendar days (60 calendar days unless otherwise specified) from the date setfor submission of bids/proposals.3.LATE PROPOSAL STATEMENTAll bids delivered will be stamped with the date and time as proof they were received. For the purposes ofthis Proposal Statement the date and time on the “AtomicTime Stamper” located at the ProcurementDepartment will be considered as the official time. If a quote is received after the stated date and time, itwill still be stamped, but it will be considered late and not eligible for consideration. These quotes will beconsidered late and returned unopened. If a return address is not provided on the envelope, a late bid willbe opened for identification purposes only and returned to the address provided within.4.TERMS OF CONTRACTUnless otherwise noted, the preferred terms for which Proposal Statements are being requested is for one (1)year with the possibility of extending the contract for a second and third year depending on the District’sannual evaluation results. Items are to be ordered on an “as needed basis” over the contract period and pricesare to be firm for that period. If applicable, renewed contract price must be provided by the proposer andreceived by the District at least ninety (90) days prior to renewal date and must carry a minimum twelve (12)price guarantee for each year.5.AWARD DATEIt is anticipated that a recommendation for this bid will be submitted at the next regularly scheduled Boardof Trustees meeting taking into consideration internal timelines for submission.9

6.ALL OR NONE PROPOSAL STATEMENTSProposers are required to submit pricing for all services/projects in this proposal. The Request for Proposalshall designate whether Proposer must submit prices in accordance with “All or None” or may submit pricesin accordance with “All or Some.” If “All or None” the Proposer must submit a proposal for all aspects ofthe project. If “All or Some” the Proposer may submit a proposal for only certain aspects of the project butis not required to submit proposals for all aspects of the project. The District reserves the right to award tomore than one vendor.7.OPENING OF PROPOSAL STATEMENTProposal Statements will be publicly opened at the Procurement Department immediately after ProposalStatements are due. Proposals will be opened after 3:00 p.m. on June 1, 2022. Only the names of theproposers will be read aloud.8.APPLICABILITYThese conditions are applicable and form a part of the contract document and are part of the terms andconditions of each purchase order (standard purchase terms and conditions) issued as a result of this ProposalStatement. The selected proposer will receive a Notice of Award with a contract that must be signed by theawarded proposer in accordance with specified timelines. If a proposer has their own contract, they are toprovide a copy of that contract for evaluation and determination by the District and its legal counsel. Anydeviations to these general conditions and/or specifications will be conspicuously noted in writing by theProposer and shall be included with the Proposal Statement. The successful bidder/proposer will not beginservices, or deliver product, without a purchase order signed by an authorized representative of the LaredoIndependent School District. The District will neither be responsible nor make payment for any goodsdelivered or services performed without a valid purchase order.9.RESPONDENT’S ACCEPTANCE OF EVALUATION METHODOLOGYSubmission of a Proposal Statement indicates respondent’s acceptance of the evaluation criteria andrespondent’s recognition that some subjective judgments must be made by the District during theevaluations.10.PROPOSAL OF PROPOSERThe District may make investigations deemed necessary to determine the Proposals and/or ability of theproposer to perform in accordance with the bid terms and conditions specified herein. The proposer willfurnish to the District all such information as the District may request. The District reserves the right toreject any bid if the responder fails to satisfy the District that such proposer is properly qualified to carry outthe obligations of the contract.11.DISQUALIFICATION OF PROPOSER – Reasons that will disqualify a Proposer(s)Proposers will be disqualified, and their responses not considered, for any of the following reasons:a.Failure to submit a Proposal Statement by the required date and timeb.Failure to submit all of the required documents as specified on the Submittal Checklistc.Failure to abide by Non-Collusion Statement as specified belowd.Any pertinent information coming to the attention of the District resulting in material legalmatterse.Failure to submit prices in accordance with “All or Some”/ “All or None” criteria asspecified in #6, above.12.DISQUALIFICATION OF PROPOSER - Reasons that may disqualify a Proposer(s)Proposers may be disqualified, and their responses not considered, for any of the following reasons:a.Reason for believing collusion exists among bidders.b.Reasonable grounds for believing that any bidders have interest in more than one ProposalStatement or bid wherein there may be a conflict of interest.c.The bidder being interested in any litigation against the Board.10

d.e.f.g.h.i.j.The bidder being in arrears on any existing contract or having defaulted on a previouscontract.Failure to demonstrate competency as revealed by any required financial statement,experience or equipment questionnaire, or omission or falsification of required ProposalStatement submittals on this or prior procurements, etc.Failure to demonstrate financial ability to fund the projects on an interim basis as revealedby a financial statement, financial records, bank references, etc.Current or uncompleted work, which, in the judgment of the District, will prevent or hinderthe timely completion of additional work, if awarded.Failure to comply with applicable laws relevant to Public Works contracts.Other information or circumstances, which establish reasonable grounds for belief that thebidder or proposer is not a “responsible bidder” or “responsible proposer.”The Proposer being indebted to the District.13.MODIFICATION OR WITHDRAWAL BY SUCCESSFUL PROPOSERModifications or withdrawal of a bid by the successful bidder will be accepted only if the change is in thebest interest of the District and executed in writing.14.IDENTICAL PROPOSALSIn the event of tie bids, the DISTRICT, shall select the successful proposer by the casting of lots or awardmay be made to multiple vendors.15.INSURANCE REQUIREMENTSNo later than 10 days after the contract is awarded, vendors must submit insurance certificates in accordancewith the general conditions. Proposer may be disqualified for not providing this required document(s).Workers Compensation Insurance & Employers LiabilityA copy of a certificate of insurance, a certificate of authority to self-insure issued by the TexasDepartment of Insurance (TDI), or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC84), showing statutory workers' compensation insurance coverage for the person's or entity's employeesproviding services on a project is required for the duration of the project.Duration of the project includes the time from the beginning of the work on the project until thecontractor’s/person's work on the project has been completed and accepted by the governmental entity.Persons providing services on the project ("subcontractor" in Texas Labor Code 406.096) include all personsor entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether thatperson has employees. This includes, without limitation, independent contractors, subcontractors, leasingcompanies, motor carriers, owner-operators, employees of any such entity, or employees of any entity thatfurnishes persons to provide services on the project. Services include, without limitation, providing, hauling,or delivering equipment or materials, or providing labor, transportation, or other service related to a project.Services do not include activities unrelated to the project, such as food/beverage vendors, office supplydeliveries, and delivery of portable toilets.The contractor shall provide coverage, based on proper reporting of classification codes and payroll amountsand filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code401.011(44) for all employees of the contractor providing services on the project for the duration of theproject.If the coverage period shown on the contractor's current certificate of coverage ends during the duration ofthe project, the contractor must, prior to the end of the coverage period, file and submit a new certificate ofcoverage with the governmental entity showing that coverage has been extended.The contractor will retain all required certificates of coverage for the duration of the project and for one yearthereafter.11

a.b.Worker’s Compensation Insurance - documentation of insurance will be required prior tothe work beginning. If applicable, the contractor shall procure and maintain during the lifeof this agreement Worker’s Compensation Insurance in accordance with the Workers’Compensation Act of the State of Texas and forwarded as evidence to the LaredoIndependent School District that it is in force.The Comprehensive General Liability Insurance must include liability coverage for bodilyinjury, personal injury (including employment related suits), independent contractor,blanket contractual, product, fire, medical expense, and complete operations.The following are the types of coverage and acceptable limits that shall be procured and maintained:Part One—Worker’s CompensationStatePart Two—Employer’s LiabilityBodily Injury by AccidentBodily Injury by DiseaseBodily Injury by DiseaseStatutory LimitsTexasAnnual Limits Per Insured 1,000,000 Each Accident 1,000,000 Each Employee 1,000,000 Policy LimitLimit Notes: This policy will cover operations of the LISD project for contractors/subcontractors ofall tiers performing work in connection with project site(s).Commercial Auto Liability InsuranceEach occurrenceAnnual Limits of Liability 1,000,000Commercial General LiabilityGeneral AggregateProducts/Completed Operations AggregatePersonal and Advertising Injury EachOccurrenceEach Occurrence LimitMedical Expense (any one person)Annual Limits of Liability 2,000,000 2,000,000 1,000,000Professional Service ProvidersProfessional Liability/Errors & OmissionsInsuranceContractor’s Pollution LiabilityEach occurrenceBuilders’ Risk (Not Applicable to this RFP)Annual Limits of Liability Shared by all InsuredPer occurrence and specified location.Contractor shall be for all deductibles anddeductibles shall not exceed 50,000 withoutLISD approval.All Risk Perils (Including flood and windstorm) 1,000,000 10,000 1,000,000 per occurrence (higherlimits may be required for largercontract amounts 5,000,000The contract valueLaredo ISD must be added as an Additional Insurance on a primary and non-contributory basis forCommercial Auto Liability and Commercial General Liability. A waiver of subrogation shall be granted byall insurance companies in favor of LISD. The insurance requirements stated herein shall apply to allsubcontractors.12

16.BONDS (PERFORMANCE AND PAYMENT) NOT REQUIRED FOR THIS RFPThe contractor must provide a certificate of coverage to the District prior to being awarded the contract.Proposer may be disqualified for not providing this required document.In accordance with Government Code 2253, Public Work Performance and Payment Bonds, a governmentalentity that makes a public works contract with a prime contractor shall require the contractor, beforebeginning the work, to execute to the governmental entity:a.b.A performance bond if the contract is in excess of 100,000; andA payment bond is required for contracts in excess of 25,000.00A bond required by this code must be executed by a corporate surety in accordance with Section 1, Chapter87, Acts of the 56th Legislature, Regular Session 1959 (Article 7.19-1, Vernon’s Texas Insurance Code). Abond executed for a public work contract with the District, must be made payable to and its form must beapproved by the District. In accordance with the applicable insurance code, the successful bidder shallsubmit the required bonds when a contract is made and BEFORE the contractor begins work.17.VENDOR BID PROTEST/APPEALThe vendor(s) should submit a written protest detailing all concerns to the Procurement Director no laterthan three (3) business days after award of this RFP by the Laredo ISD Board of Trustees (the “ProtestDeadline”). Any protest must be submitted either: (a) by certified mail, return receipt requested, postmarkedby the U.S.P.S. on or prior to the Protest Deadline; or, (b)delivered by hand on or before the Protest Deadline.The written protest must be delivered to the Procurement Office at 1702 Houston Street, Room 101, Laredo,Texas 78040. If any of the information is omitted or incomplete, the Proc

in writing and sent to Gaston Garcia, CTSBS, Buyer, at ggarcia3@laredoisd.org PROCUREMENT DIRECTOR Hector M. Mejia . 2 LAREDO INDEPENDENT SCHOOL DISTRICT . Public Service Early College Academy at Nixon High School. The district has a yearly average student enrollment of 31,000 and over 4,500 employees striving for academic excellence. At LISD .