Southwest ISD board denies two grievances, approves superintendent contract and awards multiple procurement and construction contracts
Loading...
Summary
After a closed session the board denied grievances alleging electioneering and conflict of interest, approved the superintendent’s personnel recommendations including the superintendent’s contract, accepted the consent agenda and approved multiple vendor awards and guaranteed maximum prices for renovation projects.
Following a closed‑session meeting, the Southwest ISD board of trustees returned to open session and took several formal actions: it denied two grievances, approved the superintendent’s personnel recommendations including the superintendent’s contract, accepted the consent agenda and approved a package of procurement and construction contracts.
The board voted to deny a grievance alleging electioneering; the board also denied a separate grievance alleging conflicts of interest. Both denials were moved and seconded in open session and announced by the presiding officer; the motions carried following voice votes in which members said “aye.” The board then approved the superintendent’s recommendation of personnel, which the presiding officer described as including the superintendent’s contract.
On the consent agenda the board approved the items presented without discussion.
Procurements and contract awards approved in open session included:
- Award of RFC 24‑25‑111 for a refrigerated box truck: board approved purchase of a 2026 International refrigerated truck from Polk Truck Centers for $173,000 to be funded from the child nutrition budget.
- RFQ 24‑25‑115 (civil engineering services): the board approved a three‑year pool of civil engineering vendors (the district named CES, KCI, Pate Dawson and MTR) for use on district projects, with an option to extend for two additional years.
- RFQ 24‑25‑116 (geotechnical and construction materials testing): the board approved six vendors for a three‑year period with a two‑year extension option; vendors listed included Braun, Intertek, CMT, ECS, PCI, Terracon and UES.
- RFP 24‑25‑118 (kitchen serving line replacement at Sky Harbor Elementary): the board awarded the contract to Mission Restaurant Supply for $272,087, funded from child nutrition fund balance.
- Guaranteed Maximum Price (GMP) approvals for bond projects: the board approved a GMP for Elm Creek Elementary renovation not to exceed $15,012,740 and authorized staff to finalize terms and conditions; it also approved GMP package 2 for what the agenda listed as a Southwest Elementary renovation project (amount reported as not to exceed $19,000,008, as stated on the record) and GMP package 1 for Southwest Legacy High School site work not to exceed $892,644.
- E‑rate purchases and technology contracts: the board approved RFP 2425107 for network hardware (computer solutions; project cost about $119,000 with an 85% E‑rate reimbursement, leaving an estimated district share of about $17,000), RFP 2425108 for wireless network hardware ($46,624 with an 85% reimbursement, district share ~ $7,000), and RFP 2425109 for Aruba Central (management/coverage software cited at $325,645 with five years of coverage; district‑upfront cost cited as about $48,000).
Board members moved and seconded the motions as indicated in the record; where the transcript did not record formal roll‑call tallies, the presiding officer called for voice votes and announced approval or denial. Several items were noted as funded from child nutrition or bond project budgets; staff said some E‑rate purchases are reimbursable under federal E‑rate rules.
The meeting adjourned after routine information items and recognitions.

