Loading...
HomeMy WebLinkAbout1981-07-28-SC-min Page 41 July 28, 1981 A meeting of the Lexington School Committee was held on Tuesday, July 28, 1981, at 7:15 a.m. , in the School Administration Building. Present were: Beck, Gaudet, Shaw, and Swanson. Also present were: Pierson and MacInnes. The Committee discussed correspondence from Town Counsel regarding liti- CUSTODIAL gation and a proposed settlement with a former custodian. Mrs. Swanson ex- SETTLEMENT pressed dissatisfaction in the position that N.A.G.E. took in this matter. Although not happy with the fact that there would be a further payment by the School Department, Committee members felt that it was in the best in- terests of the Town to accept Town Counsel' s recommendation. The Committee agreed, and it was VOTED: to accept the recommendation of Town Counsel with regards to a final settlement with a former custodian. (Beck, Gaudet, Unanimous) Four bids were presented for discussion and approved. It was BIDS: VOTED: to accept the bid from Rowe Chevrolet for a one-half ton window van, Window Van based on their low bid as indicated on the attached sheet. (Beck, Gaudet, Unanimous) VOTED: to accept the bid from Country Shore Painting Corp. for painting at Painting various schools, based on their low bid as indicated on the attached sheet. (Gaudet, Beck, Unanimous) VOTED: to accept the bid from D & S Roofing Inc. for roofing work at vari- Roofing ous schools, based on their low bid as indicated on the attached sheet. (Gaudet, Beck, Unanimous) VOTED: to accept the bid from Commonwealth Coach Co. , Inc. for special trans- Special portation, as listed on the attached sheet, based on their bid being Transporta- in the best interests of the Town of Lexington. (Beck, Gaudet, Unan- tion. imous) There being no further business, it was VOTED: to adjourn at 7:35 a.m. (Beck, Gaudet, Unanimous) Respectfully submitted, .:mes R. Maclnnes Recording Secretary Pro Tem /c BID - HALF TON WINDOW VAN On July 1, 1981, requests for bids for a half ton window van were sent to six companies. The bid was also advertised in the. July 9, 1981 issue of the Lexington Minuteman. Specifications were drawn for a half ton window van to replace our present van. Our present van was purchased in 1974 and has approximately 75,000 miles. Three sealed bids were received and opened at 12:00 noon on Thursday, July 23, 1981. The recap is as follows: Make & Cost of Trade-In Delivered Delivery Model Year Vehicle Allowance Price Date Automotive Truck GMC $8661.00 $1034. $7627.00 Sept.-Oct. Centers, Inc. TG11005 James Pontiac/GMC GMC 7767.06 -- 7767.06 Oct. TG11005 Rowe Chevrolet Chev. 8675.00 1307 7368.00 Oct.-Nov. CGI1005 The low bidder is the same dealer that we purchased our present vehicle from. They are bidding the vehicle which meets all specifications. The budgeted amount for this vehicle is $7147.00. Si BIDS - PAINTING On July 1, 1981, requests for bids for Painting in the Lexington Public Schools were invited from seven companies. The bid was also advertised in the July 9, 1981 issue of the Lexington Minute-Man. Specifications were drawn for various schools under five items , plus a combined bid price. Four sealed bids were received and opened at a public reading at 12:00 noon on Thursday, July 23, 1981. The recap of the bid is as follows: Country Peter's TLT South- Shore Painters Const. eastern Item No. Description Ptg. Corp. of Lex. Corp. Ptg. Co. 1. Fiske School (Exterior) $2400 $4800 $6900 $4750 2. Hastings School (Exterior) 3200 8000 11500 6945 3. School Admin. Bldg. (Exterior) 2700 ---- 6500 6690 4. Franklin School (1st Floor 2400 3400 5100 3240 Classrooms Old Bldg.) 5. Senior High (Stairwell J & G, 1900 4400 4400 3600 Corridor H to J, Cafe J) 6. Combined Price (Items 1-5) 12600 ---- 33700 25225 The amount budgeted for contract painting is $28,000. Since this is well within the budgeted amount, we plan to transfer some of the excess to other items in the maintenance budget. BIDS - ROOFING On July 1, 1981, requests for bids for Roofing work at various schools were sent to seven companies. The bid was also advertised in the July 9, 1981 issue of the Lexington Minute-Man. Specifications were drawn for the installation of a roofing membrane and thermal insulation over sections of roofs at the Franklin School (part of the new classroom wing) and an irregular section at the Diamond Junior High School (Industrial Arts wing, office area, and side auditorium lobby ) and the removal and reshingling of the asphalt shingles (entire roof) of the School Administra- tion Building. One sealed bid was received and opened at 12:00 noon on Thursday, July 23, 1981. The recap is as follows: D & R Roofing Item Inc. 1. School Administration Bldg. $7330 2. Franklin School 21900 3. Diamond Junior High School 32300 $61530 The budget for this roofing work is $59,500. We will transfer the addition- al funds from the painting budget. D'& R Roofing Inc. has not worked for us before, but their references check — out well, and they are an authorized Trocal (specified materials) installer. BIDS - SPECIAL TRANSPORTATION On July 2, 1981, requests for bids for Special Transportation needs were sent to four companies. The bid was also advertised in the July 9, 1981 issue of the Lexington Minute-Man, Specifications included information concerning school dates, class hours, pickup times and number of students in a vehicle. Quotations were based on a daily round trip basis. The quotation was to be firm for the 1981-82 school year with the option of cancellation by the School Department in the event that the need for the transportation is not needed. The various routes include all students requiring transportation outside of Lexington whose identity or needs were known at the time of writing specifications. Further needs will be done on a quotation basis as we have done in the past. Three bids were received and opened at 12:00 noon, Thursday, July 23, 1981. The recap is as follows: Commonwealth Cambridge Montachusetts Destination Students Coach (TMC) Taxi 1. CMARC and Hands of Friendship,Woburn 7 $23.74 $51.40 2. Vocational Adjustment Center,Boston 1* 14.74 18.40 3. Triangle Training Center,Malden 1* 14.74 15.40 4. J. J. Kelliher WAC II,Arlington 2* 12.74 15.40 5. South Shore Rehabilitation Center 1* 21.74 22.00 6. Gifford School, Weston 2 14.74 15.40 7. Carroll School, Lincoln 2 12.74 15.40 8. Dearborn Elementary and Farr Academy 3 14.74 28.40 9. Boston College Campus School,Newton 1* 16.74 15.40 10. Mass. Hospital School, Canton 2** 19.74 19.40 11. Bethany Hills School,Framingham 1 14.74 31.40 12. Thompson School, Arlington 4 22.74 31.40 13. Perkins School,Watertown 1** 12.74 9.40 14. Pine Glen School,Burlington 2 16.74 17.40 15. Fox Hill School , (a.m. one way) 18.74 31.40 Burlington (11:30 one way) 9 14.74 31.40 (1:00 one way) 14.74 31.40 16. Beech Hill Workshop ,Gardner 1'° 19.74 22.40 19.00 17. Buttery Carpenters ,Woburn 2 16.74 15,40 18. Senior High School Lexington, 1*** 38.74 38.40 19. Kennedy Memorial Hospital Day Sch. 1 38.74 22.40 20. McLean Hospital , Belmont 1 14.74 11.40 21. Ripley School, Concord 1 9.74 9.40 22. Institute School , Lowell 1 18.74 15.40 23. Gaebler School , Waltham 1' 14.74 11.40 24. Newton North High School , Newton 1 12.74 11.40 Rate Adj . per mile .49 .78 None Notes: 20% discount if awarded all items. • 1% Fuel adj. for each 3c gas price increase or decrease. * All Year • ** Weekends only *** Wheelchair Van Computation based on School `."ear - 180 trip: , .-11 year - 250 trips, weekends - 100 trips. LI BIDS - SPECIAL TRANSPORTATION (Cont,) It we awarded to the low bidder for each route, the cost to Lexington would be $86,4.2., but we would then lose the 20% discount offered by Commonwealth Coach Company. If wedawarded all trips to Commonwealth Coach Company and applied the 207 discount, the dist to Lexington would be $71,960. On this basis, we recommend that all trips be awarded to Commonwealth Coach Co., Inc. �I The budget for this service is $159,289. We will have additional transportation needs'Iduring the year and the excess funds will be transferred to tuition accounts as we. anticipate an overexpenditure in these accounts. We are pleased that the cost of this service has been reduced dramatically. We assume the reasons for the decrease are due to competition for available dollars underdProposition 21 and tighter scheduling and combining of trips by the Administrator of Special Education. 'l l III 11 11,1 IJ