Agenda/Aug_Agenda_2006.pdfBarraza Angelina Account Clerk III D Barrios Marisela Program Assistant D...

119

Transcript of Agenda/Aug_Agenda_2006.pdfBarraza Angelina Account Clerk III D Barrios Marisela Program Assistant D...

(Exhibit 3.1.1) 08/16/06

Exhibit 3.1 Full-Time Institutionally-Funded Actions Carrasco, Manuel J. Instructor Faculty Driver Education Temporary (AVI) Status 08/14/06 – 08/10/07 Grade B/2 Competitive Appointment (New Position) Cook, Reta G. Administrative Office Assistant Classified Staff Dean of Students 08/21/06 – 08/31/06 Grade C Competitive Appointment (Replacement Action) Furr, Deana Instructor Faculty Vocational Nursing Tenure Track* 08/14/06 – 05/11/07 Grade B/2 Competitive Appointment (Replacement Action) Huante, Maria L. Payroll Clerk Classified Staff Accounting Services 08/21/06 – 08/31/06 Grade D Competitive Appointment (Replacement Action)

Miller, Charles Instructor Faculty English Temporary (Lecturer) Status 08/14/06 – 05/11/07 Grade C/2 Noncompetitive Appointment (Replacement Action) Moreno, Christine Financial Aid Clerk II Classified Staff Financial Aid 08/21/06 – 08/31/06 Grade C Competitive Appointment (Replacement Action) Moreno-Klein, Jessica Instructor Faculty Speech Temporary (Lecturer) Status 08/14/06 – 05/11/07 Grade C/2 Noncompetitive Appointment (Replacement Action) Muela, Lino Maintenance Worker I Classified Staff Physical Plant 08/21/06 – 08/31/06 Grade B Competitive Appointment (Replacement Action) Ochoa, Victoria Instructor Faculty Biology

(Exhibit 3.1.2) 08/16/06

Tenure Track* 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (New Position) Rodriguez, Daniel Instructor Faculty Music Tenure Track * 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (Replacement Action) Sharp, Cristina I. Instructor Faculty Education Tenure Track* 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (New Position) Slater, Amy C. Instructor Faculty Dance Tenure Track * 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (New Position) Taylor, Hilda Instructor Faculty Biology Tenure Track* 08/14/06 – 05/11/07

Grade H/4 Competitive Appointment (Replacement Action) Trimble, Margarita Instructor Faculty Nursing Tenure Track* 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (Replacement Action) Trinidad, Ismael Administrative Associate Classified Staff Dean of Students 08/21/06 – 08/31/06 Grade E Competitive Appointment (New Position) Valentine, Cynthia Instructor Faculty Nursing Tenure Track* 08/14/06 – 05/11/07 Grade C/2 Competitive Appointment (Replacement Action) Viscon, Antonio Instructor Faculty Emergency Medical Services Tenure Track* 08/14/06 – 05/11/07 Grade A/2 Competitive Appointment

(Exhibit 3.1.3) 08/16/06

(Replacement Action) *Tenure Track faculty members serve a period of five years in a faculty probationary status prior to being granted tenure status by the Board of Trustees.

(Exhibit 3.2.1) 08/16/06

Exhibit 3.2 Full-Time Externally-Funded Actions Tavarez, Olga M. Assistant Manager, SBDC Professional Support UTSA/Small Business Development Center UTSA/Small Business Development Center Temporary Status 08/04/06 – 08/31/06 Grade D Competitive Appointment (New Postion)

Exhibit 3.4Appointment of New Tenured and Reappointment of Continuing Probationary Faculty

NEW TENURE

NAME DISCIPLINE RANK GRADE

Aguilar Jesus Mathematics Associate Professor CClark Jimmy R Art Associate Professor CDevaney Kathleen Geology Associate Professor HGarcia Lourdes Librarian Associate Professor CGonzalez Saturino Accounting Associate Professor CHill Glenda Biology Associate Professor CLannutti Dominic Biology Associate Professor CMaldonado Jose V Biology Associate Professor CProcell Tony English Associate Professor CTownsend Keith W Speech Associate Professor C

(Exhibit 3.4.1)

Continuing Probationary Faculty

NAME DISCIPLINE RANK GRADE

Abushagur Sulaiman A Geology Instructor VV Assistant Professor HAguilar Miguel A Biology Instructor TM Assistant Professor CAguirre Edith M Math Instructor MDP Assistant Professor CArteaga Maria D Chemistry Instructor TM Assistant Professor HBadillo Maria A ESOL Instructor MDP Assistant Professor CBahena Richard Fire Technology Instructor Assistant Professor CBriones Ernesto E Philosophy Instructor TM Assistant Professor DBrown Rhonda L Nursing Instructor Assistant Professor BBunn Frederick R Accounting Instructor VV Assistant Professor FBurnham Albert D History Instructor VV Assistant Professor HCarr Douglas J Mass Comm Instructor VV Assistant Professor HCarrillo Elizabeth English Instructor VV Assistant Professor CCastillo-Attar Carmen M Counselor CSD Assistant Professor CChuca Ivette Math Instructor VV Assistant Professor CCochran Claudia Psychology Instructor VV Assistant Professor CConklin David L Fire Technology Instructor Assistant Professor ADominguez Veronica Medical Lab Technology Instr Assistant Professor CEllwood Russell E Math Instructor TM Assistant Professor CEsselborn Rudy U Counselor VV Assistant Professor GFalvo Richard I Speech Instructor VV Assistant Professor HFerrell Robert Philosophy Instructor RG Assistant Professor DGalindo Roselia Reading Instructor VV Assistant Professor CGimbel Pilar Math Instructor VV Assistant Professor CGorski Kenneth Pre-Architecture Instructor VV Assistant Professor BGutierrez Sandra Counselor RG Assistant Professor CHaan Mary Beth ESOL Instructor MDP Assistant Professor CHaddox Grace K English Instructor TM Assistant Professor CHaney Donald L Math Instructor RG Assistant Professor HHoy Rosa I Reading Instructor NW Assistant Professor CJohn Sarah E History Instructor MDP Assistant Professor CJuarez Antonio Psychology Instructor RG Assistant Professor GJuliano Lisa N Math Instructor NWC Assistant Professor CKachmar Ghassan K Math Instructor VV Assistant Professor CLencyk John A English Instructor VV Assistant Professor HLujan Frank A Fire Technology Instructor Assistant Professor BLyons Mary E Nursing Instructor Assistant Professor C

(Exhibit 3.4.2)

Continuing Probationary Faculty

NAME DISCIPLINE RANK GRADE

Mann Terri L English Instructor TM Assistant Professor CMartinez Joseph Speech Instructor TM Assistant Professor CMayo Stacy K Sociology Instructor VV Assistant Professor CMcCann Erin M Biology Instructor VV Assistant Professor FMcKenzie Norma ITSC Instructor VV Assistant Professor CMendoza Gabriel Math Instructor VV Assistant Professor CMeza Margaret A Vocational Nursing Instructor Assistant Professor BMoe Keri L Speech Instructor VV Assistant Professor CMoody William D ESOL Instructor TM Assistant Professor CMoses Jason Psychology Instructor TM Assistant Professor HNanguang Daniel M Nursing Instructor Assistant Professor CNevarez Teresa D Government Instr VV Assistant Professor CNunez Angelina A Developmental English Instr Assistant Professor COrrantia Diana Math Instructor TM Assistant Professor CPadilla Sandra Reading Instructor TM Assistant Professor CPenley Julie Psychology Instructor VV Assistant Professor HPerez Baldemar L English Instructor MDP Assistant Professor CPerez Sandra M Biology Instructor NW Assistant Professor HPrado Carlos Emrgency Medical Svcs Instr Assistant Professor APrimozich Blayne J Government Instructor MDP Assistant Professor EProspero Maria A Interior Design Instructor TM Assistant Professor BQuezada Timothy J Education Instructor NW Assistant Professor HRacine Marie L Radiation Therapy Lecturer Assistant Professor CRamirez Jr. Rafael Radiologic Technology Instr Assistant Professor BRassaei Nader Pharmacy Technology Instr Assistant Professor BRobert Maria Nursing Instructor Assistant Professor BRobnett William M Counselor CSD Assistant Professor CRodriguez Alfredo E Math Instructor TM Assistant Professor CRodriguez Patricia Counselor Assistant Professor DRussell Robin A English Instructor VV Assistant Professor CSalas Guillermo Biology Instructor MDP Assistant Professor CSalas M Lynn Government Instructor VV Assistant Professor CSanchez Tanya L. Nursing Instructor Assistant Professor CSantelli Takae F Nursing Instructor Assistant Professor CScott Mary Art Instructor VV Assistant Professor CShanaberger Patricia L Nursing Instructor Assistant Professor CShuya Sandra L Nursing Instructor Assistant Professor CSilva Susan T Reading Instructor VV Assistant Professor CThomas Lucretia CCRT Instructor NW Assistant Professor AThompson Carmen Math Instructor VV Assistant Professor G

(Exhibit 3.4.3)

Continuing Probationary Faculty

NAME DISCIPLINE RANK GRADE

Torres Manuel C HVAC Instructor TM Assistant Professor ATownsend Keith W Speech Instructor VV Assistant Professor CUranga Celina A Counselor TM Assistant Professor CVelasquez Oscar R Counselor VV Assistant Professor CVelez Manuel J English Instructor VV Assistant Professor CVeltman Maximilian A Nursing Instructor Assistant Professor CVogt Frederick W Biology Instructor TM Assistant Professor CVon Maluski Tracy J ESL Instructor VV Assistant Professor DWang Huili Math Instructor VV Assistant Professor CWebb II Ernest R Culinary Arts Instructor TM Assistant Professor AWilliams Charles W Criminal Justice Instructor VV Assistant Professor CWood Kelli L English Instructor TM Assistant Professor CWoolf-Gurley Caroline M English Instructor VV Assistant Professor CYancy-Tooks Barbara Jo Speech Instructor NW Assistant Professor CYanez Richard English Instructor VV Assistant Professor F

(Exhibit 3.4.4)

Exhibit 3.5Reappointment of Continuing Regular Classified Staff, Professional Support,and Administrative Staff

Classified Staff

One-Year Contract

NAME TITLE GRADE

Acosta Robin N Financial Aid Clerk II CAguilar Reymundo TV Production Technician DAlonzo Davette E Campus Life Rep DAlvarado Guadalupe Processing Clerk CAlvarado Maria Raquel Personnel Services Assistant DAlvarez Leticia S Benefits Assistant DAmaya Maria A Administrative Associate EAntunez Virginia Vendor Master Purch Clk CApple Lulu O Administrative Assistant DAraiza Vera I Reading Lab Assistant MDP EArellano Jessie S Admin Office Assistant CArmendariz Diann R Campus Cashier CArras Cynthia A Personnel Clerk CArreola Lourdes O Administrative Assistant DArriola Hector Testing Services Specialist DAvila Christine M Student Services Assistant II CBaeza Oscar Supv Public Services MDP FBarraza Angelina Account Clerk III DBarrios Marisela Program Assistant DBarron Victor M Peace Officer I BBlanco Laura Accounting Specialist ECampbell Karla A Program Assistant DCandia Hector A Property Control Clerk CCano Antonio V Campus Maintenance Technician ECardoza Sonia Academic Office Assistant CCarrillo Hugo E Shipping and Receiving Clerk CCastillo Maria D Student Services Assistant I BChavez Irene V Employment Specialist EChavez Marcos E Peace Officer I BCisneros Claudia E Registration Clerk BClancy Dolores Science Lab Assistant MDP ECollins Melissa D Payroll Clerk DContreras Denice Berenice Admissions Assistant CContreras Miguel A ESL Lab Assistant EDean Charles E Maintenance Worker II CDel Rio Maria L Program Assistant D

(Exhibit 3.5.1)

Classified Staff

One-Year Contract

NAME TITLE GRADE

Del Villar Rocio Vehicle Rigistration Clerk BDelgado Elizabeth J Financial Aid Clerk II CDiaz Victor J Maintenance Worker II CDominguez Blanca E Personnel Services Assistant DDominguez Henry Lab Assistant II DEchavarria Jose Shipping and Receiving Clerk CElenes Arturo Maintenance Worker II CEnglert Sherry R Campus Cashier CEscalante Elvira Registration Clerk II CEspinosa Sergio Maintenance Worker II CEspinoza Debra A Bid Specialist DFaber Maria D Financial Aid Specialist DFelix Rocio P Employment Specialist EFlores Isabel Purchasing Customer Svc Spec DFlores Lucina E Employment Specialist EFlores Norma E Purch/Contracts Assistant DFlores Velia C Admin Office Assistant CGaither Laura V ISC Technician TM CGamboa Erika B Academic Office Assistant CGarcia Juana Intl Students Admin Assistant CGomez Liliana V Payroll Clerk DGomez Sylvia ISC Technician RG CGonzalez Irma Accounts Receivable Clerk DGuerra Monica Academic Office Assistant CGuerrero Ana E Student Services Assistant I BGutierrez Sandra Clerk III CHernandez Bernice M Administrative Assistant DHernandez Raul A Peace Officer I BHerrera Rafael Maintenance Worker I BHolden Sandra J Registration Clerk II CHuante Maria Luisa Accounts Receivable Clerk DHunter Juanita Occupational Edu Lab Assistant DJuarez Brenda Financial Aid Clerk II CKaba Neyda Science Lab Assistant TM ELeon Guerrero Maria G Financial Aid Specialist DLerma Marisela Clerk II BLeslie David R Peace Officer I BLeyva Victor M ISC Technician VV CLicon Vanessa C Admissions Assistant CLoera Norma Personnel Services Assistant DLopez Rosa M GED Testing Assistant DLopez Yvette Tuitions Clerk C

(Exhibit 3.5.2)

Classified Staff

One-Year Contract

NAME TITLE GRADE

Lujan Marisela Administrative Assistant DMarquez Amada CSD Interpreter EMarquez Elizabeth R Admissions Assistant CMartinez Edmundo E Construction Worker CMartinez Josephine E PBX Operator BMartinez Juana M Financial Aid Clerk II CMartinez Maria Y Program Assistant DMcHale Sandra Kaye Administrative Associate EMejia-Soria Patricia Accounts Receivable Clerk DMoreno Angelica Campus Life Rep DMuniz Nancy Elizabeth Administrative Assistant DMunoz Alma E Registration Clerk II CMunoz Francisco A Accounting Specialist ENavarrete Magdalena Testing Services Clerk CNervais Martha TV Production Technician DNorthcutt Angela L Personnel Services Assistant DOlivas Magdalena ISC Technician RG COntiveros Maria D Audiovisual Assistant COrdonez Isabel C Occupational Edu Lab Assistant DOrtega Maria R Admin Office Assistant COrtega Rachel Clerk III COrtiz Jesus A Campus Maintenance Technician EPadilla Roy Peace Officer I BPaez Concepcion Clerk III CParra Eva Leticia Clerk II BPatino Angelique Admissions Assistant CPayan Angelica Accounts Receivable Clerk DPerkins Jennifer D Personnel Services Clerk CPham Anhoa D Lab Assistant III TM EPolanco Michelle L Administrative Assistant DPonce Elizabeth Payroll Clerk DPorras Karina N Testing Services Clerk CPortillo Maria I ISC Technician MDP CPotter William P Maintenance Worker II CRamirez Alejo Journey Painter DRamirez Ricardo Campus Cashier CRamos Sergio Audiovisual Specialist ERetana Rebecca M Library Assistant EReyes Maria D Administrative Assistant DRodriguez Amenda Y ISC Technician VV CRodriguez Guillermo Academic Resource Spec ERodriguez Nivia T Shipping and Receiving Clerk C

(Exhibit 3.5.3)

Classified Staff

One-Year Contract

NAME TITLE GRADE

Roy Suzanne M Occupational Ed Lab Assistant DRuiz Francisco Automotive Mechanic DSada Carlos L Accounting Specialist ESalazar Armando Campus Cashier CSalazar Magdalena Clerk II BSanchez Jessabel Academic Resource Spec ESanchez Veronica Personnel Services Clerk CSandoval Robert O Library Assistant NW ESantacruz Elva Clerk II BSantillan Joshua M Maintenance Worker II CSims Michelle F Science Lab Assistant VV ETuberville Abigail M Administrative Assistant DTuberville Roy Financial Aid Specialist DValencia Martha Admissions Assistant CVallejo Soledad R Admissions Assistant CVarela Raquel D Personnel Services Assistant DVargas Araceli Academic Office Assistant CVasquez Luis Campus Cashier CVillalba Maria Academic Office Assistant CWiest Richard L Peace Officer I B

(Exhibit 3.5.4)

Classified Staff

Two-Year Contract

NAME TITLE GRADE

Acosta Federico L ATC Lab Assistant EAguilar Vickie A CE Registration Clerk CAlonzo Emily Admissions Assistant CAlvarado-Santiesteban Angelica Check Distribution Clerk DArmengol Maria E ISC Technician TM CArroyo Norma P Clerk III CArvizo Alicia Dispatcher CBadillo Adriana ACS Lab Assistant CBanda Miguel Peace Officer I BBautista Norma I Personnel Services Assistant DBuckley Diane M Accounts Payable Clerk DCalderon Jose M Peace Officer I BCampuzano Carlotta A Registration Clerk II CCardenas Lorena I Reading Lab Assistant RG ECastaneda-Chavez Armando Dispatcher CCastro Ana A Accounts Payable Clerk DCastro Maria S Instl Research Specialist DChoi Myosun ACS Lab Assistant CColon Lorenzo Peace Officer I BCordero Arturo Senior Floorlayer FCravens-Perez Nelly Ann Registration Clerk II CDe La Trinidad Beatriz Library Assistant VV EDel Hierro Claudia I Admin Office Assistant CDominguez Martin Senior Construction Worker FEscajeda Steve Lab Assistant III VV EFasolino Jenette G Processing Clerk CFavela Norma I ACS Lab Assistant CFlores Jr Tomas V Peace Officer II CGambee Marylou Registration Clerk II CGarcia Cecilia Accounts Payable Clerk DGarza Christina M Campus Coord Testing Services EGil Maria C Registration Specialist EGonzalez Enrique CSD Interpreter EGonzalez Gabriel ACS Lab Assistant CGutierrez Elva E Academic Tutor BHernandez Alfredo Construction Worker CHernandez Maria I Campus Cashier CJaramillo Claudia E Financial Aid Specialist DKabariti Cynthia A Admin Office Assistant C

(Exhibit 3.5.5)

Classified Staff

Two-Year Contract

NAME TITLE GRADE

Lazarin Olga Specialized Admission Assist CLopez Elsa E Administrative Assistant DLopez Inez Fin Aid Spec Electronic Pell DLopez Miguel A Kinesiology Lab Assistant VV CLoya Elizabeth Supv Public Services VV FLujan Salvador Peace Officer I BLuna Osvaldo Audiovisual Specialist EMacias Teresa Administrative Assistant DMaldonado Aquiles Property Control Assistant CMaldonado Frances Lab Assistant III EMartinez Ana B Administrative Assistant DMartinez Gloria J Admin Office Assistant CMartinez Maria S Science Lab Assistant VV EMegliorino Moses Peace Officer I BMejia Sandra Administrative Assistant DMendez David M Recruiter EMendoza Efrain F Staff Analyst DMiller Mary Y Career Education Specialist DMiramontes Veronica Campus Coord Testing Services EMolina Geraldine W ACS Lab Assistant CMontoya Cecilia Testing Services Clerk CMorales Christina Lab Assistant III TM EMoreno Ivette R Institutional Research Assist CMoreno Jaime Assessment Testing Coordinator FMunoz Bertha Employment Specialist ENavarro Elvia C Administrative Associate EOlan Cecilia B Reading Lab Assistant TM EOrnelas Yolanda Registration Clerk II COrtega Jose L Senior Painter FPadilla Estela G ACS Lab Assistant CPalomino Laura Elisa Clerk III CPerez Carolina A Administrative Assistant DPerez Carolina ESL Lab Assistant RG EPuente Yolanda G Supv Public Services TM FQuinones Belinda M Admissions Assistant CQuiroz Norma A Administrative Assistant DRamirez Belia B Academic Assistant ERamirez Manuela Administrative Associate ERamos Hilda I Admin Office Assistant CReyes Maria E Academic Assistant EReyes Maria R Financial Aid Clerk II CReyes Nancy Admin Office Assistant C

(Exhibit 3.5.6)

Classified Staff

Two-Year Contract

NAME TITLE GRADE

Rico-Flores Graciela ESL Lab Assistant VV ERivera Fatima R Registration Clerk II CRivera Theresa M Program Assistant DRobles Ozcar ALP Lab Assistant ERodriguez Roberta A Academic Assistant ERosales Patricia Academic Assistant ERosas Lucia Faculty Credentials Assistant DSaldanha Marian J Occupational Edu Lab Assistant DSamaniego Raquel A Occupational Edu Lab Assistant DSanchez Saul Maintenance Worker II CSanchez-Villalba Bianca Financial Aid Specialist DSano Angelica Sr Administrative Associate FSierra Irene Academic Assistant ESyed Mansur Ali ACS Lab Assistant CTafoya Rosa I Popular Educ Lead Facilitator ETrevino Martha Lab Assistant III TM EUdell Doris S Certification Specialist CUrias Norma A Campus Coord Financial Aid FValadez Alma D CSD Campus Representative EValdespino Maria Lourdes Financial Aid Clerk II CVasquez Rebecca Purchasing Systems Assistant DVazquez Jose R Distributional Services Assist DVelez Irma A Administrative Associate EVilla Rebecca M Student Services Assistant III DVillanueva Oscar Records Specialist EVillegas Beatriz G Reading Lab Assistant VV EWalker Marilyn T Administrative Assistant DWillmarth Brenda Administrative Associate EZamora Patricia A Dispatcher C

(Exhibit 3.5.7)

Professional Support

One-Year Contract

NAME TITLE GRADE

Abdelfattah Belal M Programmer Analyst FAlvarez Antonio Network Engineer IAtwood Deandra K Asst Dir Std Ldr & Campus Life DAvila Sally C Academic Advisor BBuller Richard IT Security Manager ICabrera Rafael Communication Specialist DCandelas Gabriel Test Svcs Sys Specialist FCarreno Margarita Programmer Analyst FCasavantes MariadelCarmen CD Workplace Literacy CCoe James E CD Customized Training DEisenga Dana R Athletic Info Program Coord BFernandez Marco A Manager Network Systems KFlores Angeles J Academic Advisor BFrescas Christina C Research Associate DGarcia Carmen Mgr Career Trng & Transfer Ctr DGaytan Daniel C Sr Programmer Analyst HGrajeda Carlos R Network Technician EHernandez Roman R Assistive Technolog Specialist BJimenez Carlos Network Technician EKelley Katherine C Mgr Curric & Instructional Dev FLearing Gary J Netware Systems Specialist FLopez De Lara Ricardo Academic Advisor BManriquez Josefina Program Student Advisor BMedrano Maria T Benefits Specialist BMonge Thelma Assoc Comp General Accounting FMontero Ernesto Sr Programmer Analyst HMontes Hector Manuel Mgr Gear Up Project FMontoya Maria M Academic Advisor BMorgan Charles A Campus Pipeline Systems Mgr HNegrete Mark Media Producer BOjeda Rosario Luis A PC Systems Specialist EOlivas David E CD WFD Compliance DPabor John W Lab Facilities Supervisor VV BPavia Dolores M Programmer Analyst FPerez Gabriel Academic Advisor BRamirez Elizabeth Academic Advisor BRodriguez Elizabeth PC Systems Specialist ERodriguez Lucia M Mgr Grants Management ESayers Patti K Oracle Database Manager I

(Exhibit 3.5.8)

Professional Support

One-Year Contract

NAME TITLE GRADE

Schirmer Denise M Mgr Specialized Admissions CSchirmer Douglas Manager Data Systems JServin Nora P Mgr Class & Compensation DSotelo Anita Academic Advisor BSweet Deborah FA Tech Resource Advs CVilca Raymundo ACS Lab Manager GWoon Lillian Assoc Comp Bursar Services F

(Exhibit 3.5.9)

Professional Support

Two-Year Contract

NAME TITLE GRADE

Aguilera Debbie Manager Tech Support Serv CArroyo Rosa M Mgr Student Services CBocanegra Luis R Sr Programmer Analyst HBuntyn Carolyn Asst Director Testing Services DCabrales Jose Library Technical Assistant RG CChavez Ricardo Mgr Maintenance DFerrer Teofilo P Mgr Personnel Pay Systems DFranco Doroteo Sr Tech Resource Advisor FGuillen Carlos Mgr Telecommunications IHernandez Emma Finance Coordinator CHernandez Louis G Mgr Intramural Activities CJaurrieta Laura Mgr CEP-Off Campus DLaFragola Mario R Business Specialist DLopez Juan Manuel Mgr Distributional Services CLopez Maria E Assistant Director CSD DMallinson Gail L Mgr Americana Lang Programs CMartinez Sara E Mgr Literacy Programs EMcGlothlin William R Lieutenant EMejia Abraham G Mgr Student Services CMottley Reva Yvette Manager Data Systems JMuro Andres Mgr Community Education Prgm ENavarro Argelio Webmaster GNunez Irene Payroll Manager COlivas Merced Mgr Evaluations COlsen Sharon A PC Systems Specialist EPalos Gloria M Testing Svcs Program Assist BRodriguez David M Help Desk Attendant CSalas Jose A PC Systems Specialist ESample Barry C Educational Develop Assist CSanchez Javier F CD Public Relations BSegura Roque R Mgr Small Bus Prgms ESilva Ralph Mgr Admin Applications KStanton-Baeza Mary A Asst Dir Grants Management FSumner Sandra Lee Buyer CTellez Laura G Assoc Comp Financial Ops FTharp John E Buyer CTorres Armando Technical Resources Specialist DTorres Ricardo Construction Supervisor DYanez Alberto Mgr Employment Services D

(Exhibit 3.5.10)

Administrative Staff

NAME TITLE GRADE

Bogle Barry J Dir Law Enforcement Trng Acad CBrown Dennis E VP Instruction GCamacho Irma G Director Student Success CCampos Tammie P Dean of Students ECandelas Saul C VP Research & Development GChaparro Luis F Dir Library Tech Services CChavez Olga C Dir Foundation & Diversity Prg BConklin Eileen G Dean Arts BS Comm Oc Ed SS ECorral-Nava Nita Dir Recruitment & School Rel CDe La Fuente Marta A Director CE Health CFares Rabab A AVP Mkting & External Affairs EFarias Jaime D Dean Educ & Occ Prog VV EFlores Fernando T Comptroller EFulton Jerome E Director Budgets CGiron Jenny M AVP Instructional Res & Tech EGonzalez Linda Director Student Financial Aid EGross Dolores A Dir Instl & Com Planning CHendry Daryle E Director Admission & Registrar EHernandez Alejandro Dir Human Resources Dev CJones Arvis C Dir Std Ldrshp & Campus Life CJones Robert P Director Distance Education CKay Carol A Dir Instl Research CLambert Linda K Director Testing Services CLawrence Alfred C Director Grants Management CLockhart Janet Mary Dir Ctr for Student w/Disab CLopez Kathleen S Dir CE Ind Trng & Pers Enrchmt CMartinez Miguel A Dir International Education CMathis Claude M Dean Amer Lang,BS, Comm,PA EMena David C Director Physical Plant DMitchell Paula R Dean Health Occup Math & Sci ENelson Nancy N AVP Employee Relations ENugent Timothy VP Student Services GOlguin-Ryan Elizabeth L Director Personnel Services EOrtega Roberto Dean Arch, Arts, Math &Science EPerez Lydia T Dean Instructional Prgms NW ERhodes Anita H Dean, Nursing ERitchey Joyce A Dean Arts BS Comm & Soc Sci ERoberts II Ernst E Exec Assist to the President FRodarte Susana Dean ESL Reading Soc Sci VV ERodriguez Santiago L Dean Instructional Prgms MDP ERubio Fabiola B VP Info Tech/CTO GShaughnessy Josette AVP Budget & Financial Svcs E

(Exhibit 3.5.11)

Administrative Staff

NAME TITLE GRADE

Smith Steven E Dean Math Occ Ed & Sci TM EStroud James R Dir Institutional Effective CTaboada Luz E Dir Workforce Development CWhite Deirdre P Director CE Business Programs CYanez Mary Dir Senior Adult Programs B

(Exhibit 3.5.12)

(Exhibit 3.7.1) 08/16/06

Exhibit 3.7 Information Items (No Action Required) Resignations: Casas, Juan Recruiter Recruitment & School Relations 04/19/06 Rodriguez, Nancy A. Program Student Advisor Recruitment & School Relations 06/30/06

Retirements: Herrera, Julia F. Instructor Developmental Education 08/31/06 Lambert, Harold D. Associate Director, Personnel Services Personnel Services 08/31/06 Yanez, Bertha Curriculum Monitoring Specialist Curriculum 08/31/06

EL PASO COMMUNITY COLLEGE DISTRICTPURCHASE OF SMART CLASSROOM EQUIPMENT

CISV QUOTE #06-811TABULATION

CISV Quote #06-811 Smart Classroom Equipment Qty. CCS Presentation Systems

Troxell Communications DuMotion H.B. Electronics Lubbock Audio

Visual Visual Innvoations

1.) Part #40782; Dal-Lite Cosmopolitan Electro (electrical) 32 each $23,168.00 $21,762.88 $29,464.00 $19,776.00 $20,384.00 $23,545.92 Screen, wall mounted video format, Matte White (60"x80") Draper Model 100'' diagonal, white case with mounting brackets. Targa

2.) Panasonic Model PT-D3500U DLP Based XGA Projector, 32 each $93,600.00 $100,255.68 $188,208.00 $95,840.00 $97,920.00 $104,691.20 Ceiling mounted XGA Resolution, Ultra-bright 3500 Lumens.

3.) Panasonic Replacement Lamps unit Model ET-LAD35, 11 each $4,526.50 $4,068.46 $4,818.00 $4,345.00 $5,060.00 $4,472.49 Vendor will provide one (1) for every three (3) projectors.

4.) Lumens Presentation Specialist Model PS350 Document 32 each $38,240.00 $31,340.16 $51,904.00 $45,920.00 $38,976.00 $38,518.40 Camera, XGA Resolution, 1/3" progressive scan CCD. Model PS400 Model PS400 Model PS550B Model PS400 Model PS400 Model PS400

5.) Document Camera Replacement Lamp Model PS400, Lumens guarantees the lamps for a lifetime 22 each $4,950.00 No Charge No Charge

Not Available at this time $4,074.18

Vendor recommends 3

lamps on hand

6.) JBL Control 24CT Control 24C with Transformer, 5" ceiling 128 each $11,392.00 $10,049.28 $13,824.00 $11,392.00 $13,824.00 $10,316.80 recessed, 70 volts speaker.

7.) Sony DVD/VHS Combination Player/Recorder Model 32 each $3,520.00 $3,267.20 $4,096.00 $3,488.00 $11,552.00 $3,911.04 SLV-D370P, Warranty 0ne (1) Year Parts, 90-days Labor.

8.) Spectrum Media Manager Lectern Model 551901DTKS, 32 each $66,204.00 $62,198.72 $75,600.00 $73,440.00 $67,456.00 $69,730.88 Laminate: Indigo Organix, Metal: Dark Gray. Del: 10-12 wks. Del: 10-12 wks. Del: 10-12 wks. Del: 10-12 weeks

9.) Chief Ceiling Mounts Model RPA570 32 each $3,968.00 $4,138.24 $4,256.00 $4,800.00 $2,099.84 $4,049.28Premier

10.) Chief Suspended Ceiling Mounts Model CMA440 32 each $1,979.20 $1,820.80 $2,272.00 $4,128.00 $2,080.00 $1,955.52Premier

11.) Middle Atlantic Model RC-3 Rack Mount Shelf 32 each $1,436.48 $1,560.96 $2,560.00 $1,248.00 $1,440.00 $1,507.52Proel

12.) Creston Control System with the following equipment: 32 each $106,997.00 $217,753.60 $111,504.00 $140,955.00 $143,738.00

No Charge understanding EPCC

will standardize on Creston for all future

projectsCreston Model QM-FTCC-TPS4, QuickMedia Flip Top touchpanel AMX Model Creston Model QM-MB5X1, QuickMedia Computer Switcher NI700 Creston Model QM-RMCRX-BA, QuickMedia Receiver/Controller Creston Model FT-TPs4-FP-B, Flip Top Button Engraving Creston Model PW-2420RU, Power SupplyCreston Model MK-QM-RMCRX, Rack Mount KitCreston Model SW-ROOMVW-ENT, Room View Software Upgrade of Room

View 7.0 softwareServices provided to the College: Add: $15,000

13.) Cost of Labor, Cables, Connectors, Installation of all $41,950.00 $60,088.96 $450.00 $56,800.00 $77,470.00 $22,013.65Hardware, System programming and Asset Management Setup.

14.) Staff Training: On-Site training; Operations of Control Panels, Asset management reporting, monitoring, changing units, set up units for troubleshooting of equipment

$7,700.00Up to 2 training

sessions provided for entire staff

No Charge 2 (1/2) day training

sesisons provided$14,400.00 No Bid $118,527.00

EL PASO COMMUNITY COLLEGE DISTRICTPURCHASE OF SMART CLASSROOM EQUIPMENT

CISV QUOTE #06-811TABULATION

CISV Quote #06-811 Smart Classroom Equipment Qty. CCS Presentation Systems

Troxell Communications DuMotion H.B. Electronics Lubbock Audio

Visual Visual Innvoations

15.) Technical Support: Minimum of Six (6) months for defective damaged or repair damaged or repair parts of equipment. Twenty-four (24) hour turnaround response time minimum. Vendor will handle equipment repair through the manufacturer to include take down and sendout of equipment. Vendor will provide the College with loaners while equipment is in the service department.

Manufacturer warranties: 4 hour response time by

telephone. No take down and sent out. No

loaners provided

Included with #14; 6 months Tech

support No Bid $19,511.53

Add of $48,674.28 Project Expedite

Surcharge on install 6-8 weeks if needed

Total Amount $409,631.18 $518,304.94 $488,956.00 $476,532.00 $481,999.84 $426,825.41 Del: 3-4 weeks Del: 30 days Del: 30-45 days Del: 30-45 days Del: 4-6 weeks Del: 6-8 weeks

Vendor Requirements:1.) Vendor must provide current CISV registration number. Yes Yes Yes Yes Yes Yes

2.) Vendor must provide the name (s) and contact information for three 93) commercial references where vendor has sold and provided support for equipment purchased in quantities equal to the ones requested herein Yes Yes Yes Yes Yes Yes 3.) Vendor must provide standard warranty information (items covered under the one (1) or three (30 year warranty Yes Yes Yes Yes Yes Yes

4.) Vendor must submit technical specifications for proposed equipment Yes Yes Yes Yes Yes Yes

5.) Vendor to provide any applicable shipping cost or confirm if F.O.B. Deatination applies Yes Yes Yes Yes Yes Yes

Evaluation of Proposals:

The following evaluation criteria and relative weights will be used in the evaluation of proposals;in the best interest of the College, any other available information may be considered during the evaluation process

1.) Cost of Proposal (40%) 40% 15% 25% 30% 28% 35%

2.) Proposed equipment meets College specifications (20%) 20% 20% 15% 20% 20% 20%

3.) Vendor meets warranty requirements (20%) 20% 20% 20% 20% 20% 20%

4.) The extent to which proposed goods and services meet the 10% 10% 10% 10% 10% 5% district needs. (10%)

5.) Vendor references (10%) 10% 10% 10% 10% 10% 10%

Total 100% 75% 80% 90% 88% 90%

Recommend Award

FINANCIAL SERVICES ABSTRACT Item(s) to be Considered: Consideration and deliberation on the approval to

purchase hardware and software components for 32 district-wide Smart Classrooms.

Amount: $409,631

Requestor: Jenny Girón

Area Responsible: Instructional Media Services

Resource Person: Fabiola Rubio, Jenny Girón, Dell Najera Purpose: Approval to purchase hardware and software components for 32 Smart Classrooms

throughout the College district. These Smart Classrooms will support technology ready classrooms for the delivery of instruction.

Explanation: A Smart Classroom is one equipped with multimedia components designed to enhance

instruction and learning. The Smart Classrooms as defined by the Integrated Technology Committee will include the following components: LCD Projector and electric screen, VCR/DVD combination player, networked computer, complete with monitor, keyboard, mouse and other accessories, document camera, classroom speakers, control devices, such as a touch panel to manage equipment, assessment management software to ensure for security of the systems and to troubleshoot maintenance of equipment.

Smart Classrooms will enhance classrooms capabilities to project PowerPoint presentations, play VCR tapes and DVDs on a large screen with sound, display web pages and other Internet content, project objects or documents via the document camera and demonstrate software or any other computer techniques. Faculty will be trained to use Smart Classroom equipment by Instructional Media Services and training on how to integrate technology into the curriculum will be conducted by the Technology Resource Center. This purchase is conducted through the Catalog Information Systems Vendor (CISV) Program as allowed by Texas Education Code, 44.031(a,4).

Funding is provided by the Integrated Technology Committee fund. Recommendation: Approval by the Board of Trustees. Vendor: CCS Presentation Systems

2808 Longhorn Blvd., Suite 307 Austin, TX 78758

Date: 07/17/06 Account: 91265-M91265 Budget: $ 2,699,271 Expenditures to Date: $ 1,472,416 Balance: $ 1,226,855

(Exhibit 4.1.1) 08/16/06

(Exhibit 4.1.2) 08/16/06

(Exhibit 4.1.3) 08/16/06

FINANCIAL SERVICES ABSTRACT Item(s) to be Considered: Consideration and deliberation on the approval of

the purchase of a Web-Based Recruitment System Service which includes On-Line Application, Recruitment and Applicant Tracking.

Amount: $35,500

Requestor: Elizabeth Ryan

Area Responsible: Personnel Services

Resource Person: Ernst Roberts, Elizabeth Ryan Purpose: To approve a web-based service that will provide a more efficient and cost effective

management control on applications and applicant tracking. This system will allow EPCC to establish and maintain an automated, paperless internet based system for accepting and processing employment applications and supporting the recruitment process of the District.

Explanation: Personnel is seeking a comprehensive solution to their recruitment requirements for

employment applications, referral process, applicant tracking and job requisition for creating: job requisitions, posting jobs on-line, receiving applications, tracking of applicant flow, processing of applications including initial screening, e-mailing of applications, status notification, tracking compliance with hiring requirements, and generating standard and ad-hoc reports.

The contract award is for a period of three (3) years, renewable annually provided the

College receives satisfactory vendor performance and upon Board approval. The contract award amount for the 2nd and 3rd years will be increased by an amount not to exceed 5% of the initial base amount of $1,400 per year. Year 2=<$29,400 Year 3 =<$29,400.

Funding is provided by the Software Maintenance account and the Personnel Services

account. Recommendation: Approval by the Board of Trustees Vendor: PeopleAdmin, Inc. 1801 North Lamar Blvd., Suite B-100 Austin, TX 78701

Date: 08/01/06 Account: 11000-74000-71100 Budget: $104,137 Expenditures to Date: $ 22,659 Balance: $ 42,648

Date: 08/01/06 Account: 11000-75006-71120 Budget: $1,302,502 Expenditures to Date: $ 993,237 Balance: $ 309,265

(Exhibit 4.2.1) 08/16/06

(Exhibit 4.2.2) 08/16/06

(Exhibit 4.2.3) 08/16/06

El Paso Community College District Analysis of Competitive Sealed Proposal #06-019

Web-Based Recruitment System

The Competitive Sealed Proposal was issued to solicit the purchase of a Web-Based Recruitment System to track future applicants for the Human Resources Department. The estimated dollar amount to be spent on this purchase required a competitive solicitation process, in compliance with Texas Education Code, Sub-Chapter B, Section 44.031 and College Purchasing Policy. Requests for Competitive Sealed Proposals were advertised for two (2) consecutive weeks in the local newspaper, The El Paso Times. Proposals packets were issued to seven (7) vendors. Proposals received are indicated on the tabulation sheet. It is the recommendation of the evaluation committee (Elizabeth Ryan, Dean Lambert, Albert Yanez, Ann Carnagey, Nora Servin, T.J. Ferrer and Robert Ortega) that a contract be awarded to: PeopleAdmin, Inc. 1801 North Lamar Blvd., Suite B-100 Austin, TX 78701 The contract award is for a period of three (3) years, renewable annually provided the College receives satisfactory vendor performance and upon Board approval. The contract award amount for the 2nd and 3rd years may be increased by an amount not to exceed 5% of the initial base amount or $1,400.00 per year.

(Exhibit 4.2.2) 08/16/06

El Paso County Community College DistrictWeb-Based Recruitment System

Proposal Tabulation

CSP #06-019 Web-Based Recruitment System

Proposed Software Requirements1. The system must support a single entry concept so that information input by the applicant can be transferred into the EPCC Human Resources Enterprise system (Sungard’s SCT Banner Human Resources) when the applicant is hired. Yes Yes

2. The system must support the use of a unique ID other than SSN to access applicants. Yes Yes3. The system must provide a mechanism to track correspondence, telephone calls, personal visits and other contacts with applicants to include sent e-mail. Yes Yes4. The system must provide interface capabilities to word processors, spreadsheets & database management systems. Yes Yes5. The system must link distribution lists generated by specific queries with particular documents for high-volume e-mailings. Yes Yes6. The system must provide a printable version application. Yes Yes7. The system must provide a mechanism to track each recruitment source to assess the recruitment value of that media. Yes Yes8. The system must record receipt dates of application materials, and whether or not the minimum requirements of the job have been satisfied. Yes Yes9. The system must accommodate attachments such as scanned transcripts, certifications and licenses to be attached to an application after such application has been submitted

Yes Yes10. The system must allow applicants to apply into more than one position using the same or edited application. Yes Yes11. The system must produce a list of applicants who meet user defined criteria. Yes Yes12. The system must support the development and maintenance of a skills pool that can be queried by Personnel at a later date. Yes Yes13. The system must let an applicant be queried by current or previous name and current or previous ID number. Yes Yes14. The system must allow customization of the application template according to Personnel requirements. Yes Yes

15. The system must allow an applicant to save and edit an application as necessary. Yes Yes16. The system must integrate with document imaging systems. No (requires customization) Does not offer a direct interface17. The system must accommodate multiple recruitment, applicant tracking and management operators simultaneously. Yes Yes18. The system must accommodate customized reports and letters by Personnel. Yes Yes19. The system must automatically send notification to applicants that their application packet has been received. Provide immediate feedback. Yes Yes

20. The system must allow Personnel to set and change closing dates of job postings. Yes Yes21. The system must be able to provide a daily data file of applicant tracking activity compatible with popular relational database management systems to EPCC.

Not supported on their ASP model Yes22. The system must enable the hiring manager to rank individuals in an applicant pool using specified criteria and attach that rank to the applicants. Yes Yes23. The system must support an Internal Recruitment Only feature. Yes Yes24. The system must secure applicant data on daily basis. Yes Yes25. The system must support electronic signatures and/or other alternatives. Yes Yes26. The system must allow applicants to submit applications and attachments, such as cover letters, resumes, transcripts for job postings. Yes Yes

27. The Vendor must provide a plan for disaster recovery. Yes * Included in optional Escrow service28. The system must maintain applications in accordance with record retention requirements. Yes Yes29. The system must enable supervisors to compose job requisitions and pre-screening questions and allow those requisitions to be reviewed by designated Personnel staff before being posted to the job listing. Yes Yes30. The system must evaluate required, job-related, multiple-choice questions and advise applicants of the results on-line. The questions will be established based on minimum qualifications of the job established by Personnel for that position.

Yes Yes

Novusolutions PeopleAdmin, Inc.

El Paso County Community College DistrictWeb-Based Recruitment System

Proposal Tabulation

CSP #06-019 Web-Based Recruitment SystemNovusolutions PeopleAdmin, Inc.

Additional Information Provided:

Primary Contact for Vendor Yes YesThree (3) References Yes Yes

Written statement specifying compliance with Texas Education Code, section 44.031 (b) Yes Yes

Cost Proposal: (Web Access License Fees)Software Cost $19,500.00 $0.00Installation Cost ** $6,000.00 (one time fee)

Support/Maintenance Cost *$28,000.00 (annual service fee to be

determined by vendor)Other Costs $23,350.00 *

Total Amount: $42,850 * (initial year) $34,000.00

**Other optional services not included in total cost but listed and provided at

additional costs (i.e. various training options at $1,950 per day or $3,900 for onsite

installation for two days (See proposal).

*Not included in total cost: $1,500 optional training database fee (one time fee); $500

optional Escrow services fee ($250 to renew annually); Data Integration fees: one-time set

up fee $500 for each customized import or export routine, annual service and

maintenance fee of $500 per export and $1,000 per import will be due upon commencement of

the routine

Option 1 (Total 3 Year Cost: $48,650) * Maintenance and support starting 2nd year is $2,900 per year - pricing is for clients that

host on their own servers

ASP pricing (Novusolutions Hosts) Option 2 - Total 3 Year Cost $50,050.

Lead Time for Delivery and Completion of Installation: 120 days 120-180 days

Proposal Evaluation:1. Proposed software package best meets the requirements of the College (Core functions, bundled capabilities, technical design, application migration, and system administration) 35% 26.43% 34.00%2. Overall proposed cost (Base cost, implementation, customization, maintenance, and training cost) 20% 19.29% 17.86%3. Delivery and implementation lead time (Ability to execute; management, timeline, references) 15% 14.86% 15.00%4. Services and Support (Professional services, consulting, training, help desk, availability, installation and support) 15% 10.72% 14.86%

5. Demonstration of qualifications (Must have been in the HR software business for at least one year; Demonstrate expertise in supplying such systems to higher education; Must be willing to demonstrate completed and functional product within the specifications provided by this CSP; Can verify stated qualifications) 10% 6.00% 10.00%6. Texas Education Code (Vendor provides comprehensive wages and benefits to its employees) 5% 5.00% 5.00%

Total: 82.30% 96.72%

Felony Conviction, Family Code, Conflict of Interest Forms Submitted: Yes Yes

Comments: Recommend Award

FINANCIAL SERVICES ABSTRACT Item(s) to be Considered: Consideration and deliberation on the renewal of

contracts for Software Maintenance and Hardware Maintenance.

Amount: $463,749

Requestor: Debbie Aguilera

Area Responsible: Information Technology

Resource Person: Fabiola Rubio Purpose: Renewal of contracts for Software and Hardware Maintenance. Explanation: Contracts for Software Maintenance and Hardware Maintenance are due for annual

renewal upon administrative approval. These contracts have previously been board approved.

The vendors are: Diversified Technical Services Hewlett Packard Koch Financial Corp ORACLE Texas A&M Univ. Corpus Christi (Banner/Luminus) Funding for these contracts is provided by the Information Technology Hardware

Maintenance account (11000-75005), Software Maintenance account (11000-75006), and Integrated Technology Committee Fund account (91265-M91265). Recommendation: Approval by the Board of Trustees.

Date: 09/01/06 Account: 11000-75006 Budget: $ 1,092,502 Expenditures to Date: $ 0 Balance: $ 1,092,502

Date: 09/01/06 Account: 11000-75005 Budget: $ 600,965 Expenditures to Date: $ 0 Balance: $ 600,965

Date: 09/01/06 Account: 91265-M91265 Budget: $ 2,699,271 Expenditures to Date: $ 0 Balance: $ 2,699,271

(Exhibit 4.3.1) 08/16/06

(Exhibit 4.3.2) 08/16/06

INFORMATION TECHNOLOGY Contract Renewal for District-Wide Services

Hardware/Software Fiscal Year 2006-2007

Vendor

Amount

Contract Service Order

Explanation

Diversified Technical Services 433 Executive Center Blvd. El Paso, TX 79902

$40,000 P0020730 • Renewal of a contract that provides servicing for printer equipment that is out of warranty. Vendor provides certified technicians and ensures that the printer repair is conducted in a timely manner to minimize downtime. Vendor must also maintain adequate inventory parts.

• Contract renewal on a yearly basis. Hewlett Packard 8000 Foothills Blvd., Bldg. R6 Roseville, CA 95747

$37,652 C6008216 • Renewal of a contract for Digital/Compaq (DEC) hardware maintenance for DEC OPEN VMS mainframes.

• Contract renewal on a yearly basis. Koch Financial Corporation 17767 N. Perimeter Dr., Suite 101 Scottsdale, AZ 85255

$65,000 P6013794 • Renewal of the ORACLE campus-wide licenses, which include ORACLE license and agreement-V12010, ORACLE Database-Enterprise Edition, Diagnostic Management Pack, Tuning Management Pack, Internet Application Server and Enterprise Edition.

• Sole source vendor. • This is the fifth year of a five year contract. • Board Approved in January 2002.

ORACLE Corporation 1910 Oracle Way Reston, VA 20190

$89,000 P6009480 • Renewal of a contract for ORACLE database concurrent-use, campus-wide licenses.

• Sole source vendor. • This is the fifth year of a five year contract. • Board Approved in January 2002.

Texas A&M University – CC Business Office 6300 Ocean Drive Corpus Christi, TX 78412

$232,097 P6013348 • Renewal of a contract for SCT Banner 2000 maintenance under the Texas Connection of Consortium and DIR (State of Texas).

• SCT Banner 2000 Software includes Financial Aid, Finance, Employees, Faculty and Advisors, Executives, Voice Response, SEM and Imaging.

• Luminus is a web portal that provides access to email, calendar system, online registration, and student information. Also provides a communication system for instructors and students.

• Sole source vendor. • Contract renewal on a yearly basis.

(Exhibit 4.4.1) 08/16/06

FINANCIAL SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of a contract award for commercial insurance for Automobile, Liability and Property coverage.

Amount: $266,651 (annual premium)

Requestor: Laura Rivera Area Responsible: Budget & Financial Services

Resource Persons: Ernst Roberts, Josette Shaughnessy, Laura Rivera

Purpose: Approval of a contract award for property and casualty insurance district-wide.

Explanation: Approval of this contract will provide coverage for college-wide insurance policies for Automobile, Liability, Property and Educators Legal Liability. The term of the award is for a three-year period: September 1, 2006 to August 31, 2009, renewable annually.

Annual Premium Rates as follows: . Property $ 115,689 (Great American Insurance) . Casualty $150,962 (Texas Association of Public Schools)

Total Premiums: $ 266,651

The Competitive Sealed Proposal process enabled the College to attain cost savings inthe amount of $ 22,429 compared to prior year policy premiums.

Funding is provided by the Insurance Account budget.

Recommendation: Approval by the Board of Trustees.

Vendor(s): Rogers & Belding Insurance Agency, Inc.2505 E MissouriEl Paso, TX 79903

Date: 09/01/06

Account#: 11000-77002

Budget: $379,500

Expenditures to Date: -0-

Balance: $379,500

El Paso Community College District Analysis of Competitive Sealed Proposal #06-012

Automobile, Property & Casualty Insurance The request for Competitive Sealed Proposals was issued to solicit district wide coverage for automobile, property & casualty insurance policies. The College contracted the services of Mr. Bob Reim, an independent Insurance Consultant, to provide assistance with the bid process. Mr.Reim has extensive experience in the insurance industry and has worked with a broad number of clients in the education field including numerous Community Colleges in Texas. The Request for Proposals was advertised for two (2) consecutive weeks in the El Paso Times & in the nationwide bid service Demand Star; in addition, twenty (20) prospective bidders were contacted. Proposal packets were issued to eight (8) companies. Two (2) proposal responses were received as indicated in the tabulation sheet. Proposals were evaluated on the basis of the submission that represents the Best Value for the College, as per the provisions of the Texas Education Code, Sub- Chapter B, Section 44.031-(a) (b). The evaluation committee members (Josette Shaughnessy, Dr. Ernst Roberts, Nancy Nelson, Joyce Ritchey and Juan Flores) recommend award to the vendor providing best value to the college based on the cost proposal, reputation of the vendor & vendor’s services, the quality of the vendor’s services, the extend to which the services meet the College’s needs, the vendor’s past relationship with the District & the total long term cost to the College.

Recommended Vendor: Rogers & Belding Insurance Agency, Inc.

2505 E Missouri El Paso, TX 79903

The initial term of the award is for three (3) years renewed annually, with an option to extend the contract term for an additional two (2) years, provided the college receives satisfactory vendor performance and upon Board approval.

While property insurance limits have increased by 23%, the total premium for the coming year will decrease by $22,429 or 7.7%.

El Paso County Community College DistrictPROPERTY AND CASUALTY INSURANCE

PROPOSAL TABULATIONCSP #06-012

Educators Law OtherAutomobile General Legal Enforcement Property Property Total

Liability Liability Liability Liability Damage Damage Crime PremiumCurrent Policy Information:Company TAPS * TAPS TAPS TAPS Chubb Chubb ChubbPremium $74,666 $6,545 $68,491 Included $128,726 Included $10,652 $289,080Limit 1,000,000 1,000,000 1,000,000 1,000,000 126,080,555 351,000 500,000Specified Deductible: 5,000 10,000 10,000 Nil 25,000 1,000 1,000Auto Damage Deductible: 1,000 0.102

Proposals:Rogers & Belding-El Paso

Company TAPS * TAPS TAPS TAPS Great American Great American ChubbPremium $60,064 $14,052 $67,246 Included $115,689 Included $9,600 $266,651 Limit 1,000,000 1,000,000 1,000,000 1,000,000 154,665,421 1,531,058 500,000 Deductible 5,000 5,000 10,000 10,000 25,000 1,000 1,000 Auto Damage Deductible 1,000 0.075

TAPS TAPS Great AmericanPremium $12,968 $60,958 $77,333 Limit 1,000,000 1,000,000 154,665,421 Deductible 10,000 20,000 100,000

0.050

TAPS TAPS ChubbPremium $11,109 $57,604 $131,519 Limit 1,000,000 1,000,000 154,665,421 Deductible 25,000 25,000 25,000

0.085Key & Piskuran-Arlington

Company Affiliated FM Affiliated FMPremium $139,646 Included Limit 157,144,885 Included Deductible 25,000 25,000

0.089

* Not subject to the Insurance Guaranty Fund. Savings $22,429

(Exhibit 4.5.1) 08/16/06

FINANCIAL SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval toaward a contract for billboard advertising toClear Channel Outdoors for E Paso city/countycoverage.

Amount: $65,000

Requestor: Rabab Fares Area Responsible: Marketing and External Affairs

Resource Persons: Ernst Roberts, Rabab Fares

Purpose: Award contract for billboard advertising in the El Paso area.

Explanation: Clear Channel Outdoors is the sole provider in the El Paso area of the 30-sheet sizepremier panel billboards which the College has been using for the last four years. Thecompany provides the initial art work and design at no additional cost.

Funding is provided by the Marketing and External Affairs department.

Recommendation: Approval by the Board of Trustees.

Vendor: Clear Channel Outdoors2305 Sparkman St.El Paso, TX 79903

Date: 09/01/06

Account: 11000-14001

Budget: $277,757

Expenditures to Date: -0-

Balance: $277,757

(Exhibit 4.6.1) 08/16/06

FINANCIAL SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of signatories on the Bank

Resolution with Wells Fargo Bank Texas, N. A. for a new bank account named State & Institutional Awards.

Requestor: Fernando Flores

Area Responsible: Comptroller

Resource Persons: Ernst Roberts, Josette Shaughnessy, Fernando Flores Purpose: To approve signatories on a Bank Resolution with Wells Fargo Bank Texas, N.A. This

account will be used to issue funds to students receiving awards and scholarships funded by state, local, or private sources.

Explanation: The following college representatives are designated as authorized signatories for the

State & Institutional Awards bank account with Wells Fargo Bank Texas, N.A. Arturo Huerta, Chair Art Fierro, Secretary Dr. Richard M. Rhodes, President Dr. Ernst Roberts, Executive Assistant to the President Josette Shaughnessy, Associate Vice President, Budget and Financial Services Fernando Flores, Comptroller Recommendation: Approval by the Board of Trustees.

(Exhibit 4.7.1 ) 8/16/06

FINANCIAL SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the acceptance of the 2006 Certified Appraisal Roll prepared by the Central Appraisal District.

Requestor: Jerry Fulton

Area Responsible: Budget & Financial Services

Resource Person: Ernst Roberts, Josette Shaughnessy, Jerry Fulton Purpose: To accept the Certified Appraisal Roll for El Paso County Community College

District as prepared by the Central Appraisal District for the 2006 tax year. Explanation: As required by the State’s Property Tax Code, the Central Appraisal District

prepares an annual appraisal roll for EPCC. The appraisal roll is approved by the Appraisal District’s Review Board and certified by the District’s Chief Appraiser.

Figures contained in the appraisal roll are used by the College to compute and develop a property tax rate for the 2006 tax year. The appraisal roll has established a net taxable value of property within the El Paso County Community College District of $26,853,617,370.

Formal acceptance of the appraisal roll by the El Paso County Community College District is required before any property taxes are imposed during the next fiscal year.

Recommendation: Approval by the Board of Trustees.

THE STATE OF TEXAS COUNTY OF EL PASO EL PASO COUNTY COMMUNITY COLLEGE DISTRICT

CERTIFICATE FOR ORDER

We, the undersigned officers of the Board of Trustees of said District hereby certify as follows:

1. The Board of Trustees of said District convened in El Paso MEETING ON THE 16TH day of August, 2006, at the designated meeting place, and the roll was called of the duly constituted officers and members of said Board, to-wit:

Mr. Arturo Huerta, Chair Dr. Carmen Olivas Graham Mrs. Gracie Quintanilla, Vice Chair Mr. Brian J. Haggerty Mr. Art Fierro, Secretary Dr. John E. Uxer Mr. Nicolás Domínguez

and all of said persons were present, except the following absentees: thus constituting a quorum. Whereupon, among other business the following was transacted at aid Meeting.

BE IT ORDERED BY THE BOARD OF TRUSTEES OF THE EL PASO COUNTY COMMUNITY COLLEGE DISTRICT THAT THE APPRAISAL ROLL FOR THE DISTRICT FOR THE 2006 TAX YEAR BE ACCEPTED AS APPROVED BY THE 2006 APPRAISAL REVIEW BOARD AND CERTIFIED BY THE CHIEF APPRAISER AS FOLLOWS:

NET TAXABLE VALUE $26,853,617,370

was duly introduced for the consideration of said Board and read in full. It was then duly moved and seconded that said Order be passed; and, after due discussion, said motion, carrying with it the passage of said Order, prevailed and carried by the following vote;

AYES: ______

NAYES: ______

(Exhibit 4.7.2 ) 8/16/06

(Exhibit 4.7.3 ) 8/16/06

2. That a true, full and correct copy of the aforesaid Order passed at the meeting described in the above and foregoing paragraph is attached to and follows this Certificate; that said Order has been duly recorded in said Board’s minutes of said Meeting pertaining to the passage of said Order; that the persons named above in the foregoing paragraph are the duly chosen, qualified and acting officers and members of said Board as indicated herein; that each of the officers and members of said Board was duly and sufficiently notified, officially and personally in advance, of the time, place and purpose of the aforesaid Meeting, and each of said officers and members consented, in advance to the holding of said Meeting for such purpose; and that said Meeting was open to the public, and public notice of the time, place and purpose of said Meeting was given, all required by Vernon’s Ann. Civ. St. Article 6252-17. SIGNED AND SEALED THE 16th day of August, 2006 ______________________ ________________________ Mr. Arturo Huerta Mr. Art Fierro Chair, Board of Trustees Secretary, Board of Trustees

(Exhibit 4.7.4 ) 8/16/06

THE STATE OF TEXAS COUNTY OF EL PASO EL PASO COUNTY COMMUNITY COLLEGE DISTRICT

ORDER ACCEPTING CERTIFIED APPRAISAL ROLL

WHEREAS, the Board of Trustees of said District desire that the appraisal roll for the District for the 2006 tax year be accepted and approved.

THEREFORE, BE IT ORDERED BY THE BOARD OF TRUSTEES OF THE EL PASO COUNTY COMMUNITY COLLEGE DISTRICT:

1. That the appraisal roll for the District for the 2006 tax year be accepted as approved by the 2006 Appraisal Review Board and certified by the Chief Appraiser as follows:

NET TAXABLE VALUE . . . . . . . . $26,853,617,370

(Exhibit 4.8.1) 08/16/06

FINANCIAL SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the adoption of the 2006-07 Operating Budget.

Requestor: Jerry Fulton

Area Responsible: Budget & Financial Services

Resource Person: Ernst Roberts, Josette Shaughnessy, Jerry Fulton Purpose: To adopt the 2006-07 fiscal year Operating Budget for the El Paso County

Community College District. Explanation: The Operating Budget, also known as the Education & General Fund Budget,

serves as the funding and spending plan for the El Paso County Community College District=s institutional accounts.

In February 2006, the college administration started the 2006-07 budget process with the distribution of the budget development instructions which served as guides to the executive levels in the preparation of their respective budgets. Budget workshops were conducted, and budget requests were submitted by the respective executive levels to arrive at a final roll-over budget which included some reallocation of resources within the respective executive levels.

During the Board of Trustees Orientation held on July 18, 2006, the Board of Trustees was provided with an overview of the preliminary 2006-07 budget. The final proposed budget of $100,010,485 includes the salary enhancement for all employees, additional funding requirements, and is in exact balance with projected revenues for the 2006-07 fiscal year.

Recommendation: Approval by the Board of Trustees.

(Exhibit 4.9.1) 08/16/06

FINANCIAL SERVICES ABSTRACT Item(s) to be Considered: Consideration and deliberation on the adoption of the 2006-07

Auxiliary Fund Budget. Requestor: Josette Shaughnessy

Area Responsible: Budget & Financial Services

Resource Person: Ernst Roberts, Tim Nugent, Josette Shaughnessy Purpose: To approve the adoption of the Auxiliary Fund Budget for 2006-07 fiscal year. Explanation: Auxiliary funds are considered Institutional Funds and therefore need to be

budgeted accordingly and approved by the Board of Trustees. The attached exhibit compares budgeted revenues and expenditures for fiscal year 2005-06 with the proposed budget for fiscal year 2006-07.

Recommendation: Approval by the Board of Trustees.

EL PASO COUNTY COMMUNITY COLLEGE DISTRICTAUXILIARY ENTERPRISE FUND

PROPOSED BUDGET FOR FISCAL YEAR 2006/07

BUDGET BUDGET8/31/2006 8/31/2007

Beginning Fund Balance 517,802$ 835,819$

Revenue

Bookstore Commissions 450,000 450,000 Vehicle Registration 300,000 346,000 Pepsi-Cola Commission 106,000 106,000 Vending Commissions 60,000 50,000 Food Court Commissions 65,000 65,000 Games 1,000 500 ATM Commissions - 11,000 Returned Check Processing Fee 4,500 4,500 Total Revenue 986,500 1,033,000

Expenditures

Classified Staff Association 2,750 2,750 Faculty Association 2,750 2,750 Professional Staff Association 2,750 2,750 Staff Scholarships 300,000 300,000 Tuition Reimbursement Plan 24,000 24,000 Cafeteria Maint/Equip Replac. 20,000 20,000 Utilities Expense 65,000 65,000 Vehicle Registration 321,000 271,000 Consulting 12,500 25,000 Memberships 29,332 45,784 Total Expenditures 780,082 759,034

Funds Transfers

Plant Fund 150,000 150,000 Total Transfers 150,000 150,000

Incr (Decr) in Fund Balance 56,418 123,966

Ending Fund Balance 574,220$ 959,785

(Exhibit 5.1.1) 08/16/06

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval toaward a three-year contract for district constructionservices

Amount: (Not to exceed per

contractor)$300,000

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Upon award, approval for a three-year contract for district construction services.

Explanation: Due to the increase in the number of EPCC facilities and the increase in service,repair and renovation demands, current staffing is not sufficient to undertakerenovations or new construction projects. This contract will allow the College tomeet the demands in a timely manner.

Funding is provided by approved budgets for each renovation/construction project.

Recommendation: Approval by the Board of Trustees.

Vendor: VM Interiors, Inc. Banes General Contractors432 N. Frederick 6001 DoniphanEl Paso, Texas 79905 El Paso, Texas 79932

B.S.M. Mechanical, Inc.5960 Doniphan Dr.El Paso, Texas 79932

El Paso Community College

(Exhibit 5.1.2) 08/16/06

Analysis for Competitive Sealed Proposal #06-018 District Construction Services

The Request for Competitive Sealed Proposals was issued to contract for construction related services ona labor and materials basis; this is for upcoming remodeling projects and to meet small construction needsthroughout the College.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets wererequested by twenty (20) vendors. A pre-proposal conference was held on June 26, 2006 for purpose ofaddressing questions from prospective bidders.

Seven (7) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on thebasis of cost, vendor qualifications & experience, references, prior history with the College, demonstratedcapabilities and the comprehensiveness of the vendor’s response.

The members of the evaluation committee (David Mena, Rick Torres, Josette Shaughnessy, Dr. ErnstRoberts & Juan Flores) recommend award of a best value contract to the following vendor(s):

Multiple Vendor award is recommended, in order to ensure services are available to the College, asrequired for all labor categories. Contract award is for a period of three (3) years; renewable annually,upon the college receiving satisfactory vendor performance and administrative review. As per thespecification issued to vendors, cost increases will only be allowed utilizing the Consumer Price Indexbasis and upon written request and approval by the College. All projects to be quoted individually, pervendor selection order and approved by the Vice-President for the area and the Director of Physical Plant.

First: VM Interiors, Inc. 432 N Frederick El Paso, TX 79905

Third: Banes General Contractors6001 Doniphan El Paso, TX 79932

Second: B.S.M. Mechanical, Inc.5960 Doniphan Dr. El Paso, TX 79932

EL PASO COUNTY COMMUNITY COLLEGE DISTRICTDISTRICT CONSTRUCTION SERVICES

PROPOSAL TABULATION

CSP #06-018 District Construction Services

Cost Proposal:Regular

Hourly RateAfter Hour

RateRegular

Hourly RateAfter Hour

RateRegular

Hourly RateAfter Hour

RateRegular

Hourly RateAfter Hour

RateRegular

Hourly RateAfter Hour

RateRegular

Hourly RateAfter Hour

RateRegular Hourly

Rate *After Hour

Rate *Carpenter $44.10 $66.15 $28.25 $42.38 $56.50 $67.80 $26.00 $39.00 $45.00 $68.00 $35.00 $45.00 $24.66 $37.00

Carpenter Helper $29.30 $43.95 $12.50 $18.75 $28.75 $34.50 $12.92 $19.38 $28.00 $45.00 $25.00 $35.00 $12.25 $18.35Tile Setter $44.10 $66.15 $18.75 $28.13 $45.63 $54.75 $25.96 $38.94 $45.00 $68.00 $35.00 $45.00 $16.44 $24.66

Tile Setter Helper $29.30 $43.95 $12.00 $18.00 $28.75 $34.50 $12.92 $19.38 $28.00 $45.00 $25.00 $35.00 $12.25 $18.35Floor Layer $29.95 $44.95 $17.75 $26.63 $32.50 $39.00 $16.01 $24.01 $30.00 $45.00 $28.00 $38.00 $15.18 $22.77

Floor Layer Helper $23.10 $34.65 $12.00 $18.00 $28.75 $34.50 $12.92 $19.38 $22.00 $33.00 $23.00 $33.00 $12.25 $18.35Carpet Installer $29.95 $44.95 $28.00 $42.00 $32.50 $39.00 $16.01 $24.01 no bid no bid $28.00 $38.00 $15.18 $22.77

Carpet Installer Helper $23.10 $34.65 $12.00 $18.00 $22.50 $27.00 $12.92 $19.38 no bid no bid $23.00 $33.00 $11.04 $16.56Acoustical Ceiling Installer $44.10 $66.15 $28.00 $42.00 $46.25 $55.50 $25.96 $38.94 $45.00 $68.00 $35.00 $45.00 $24.62 $36.93

Acoustical Ceiling Inst. Helper $29.30 $43.95 $12.00 $18.00 $28.75 $34.50 $12.92 $19.38 $28.00 $45.00 $23.00 $33.00 $11.04 $16.56Wall Framer $44.10 $66.15 $28.25 $42.38 $50.00 $60.00 $20.80 $31.20 $45.00 $68.00 $35.00 $45.00 $24.66 $37.00

Wall Framer Helper $29.30 $43.95 $12.50 $18.75 $28.75 $34.50 $12.92 $19.38 $28.00 $45.00 $25.00 $35.00 $11.04 $16.56Plasterer $35.70 $53.55 $24.00 $36.00 $41.25 $49.50 $21.01 $31.52 $40.00 $60.00 $30.00 $40.00 $19.93 $29.89

Plasterer Helper Hourly Rate $29.30 $43.95 $12.00 $18.00 $22.50 $27.00 $12.92 $19.38 $28.00 $45.00 $23.00 $33.00 $11.04 $16.56Painter $26.25 $39.40 $15.50 $23.25 $31.25 $37.50 $13.50 $20.24 $35.00 $53.00 $25.00 $35.00 $11.73 $17.60

Painter Helper Hourly Rate $23.10 $34.65 $12.50 $18.75 $22.50 $27.00 $12.92 $19.38 $23.00 $35.00 $23.00 $33.00 $11.04 $16.56Concrete Setter $26.25 $39.40 $15.50 $23.25 $31.25 $37.50 $15.28 $22.92 $35.00 $53.00 $25.00 $35.00 no bid no bid

Concrete Setter Helper $23.10 $34.65 $12.50 $18.75 $22.50 $27.00 $12.92 $19.38 $28.00 $45.00 $23.00 $33.00 no bid no bidRock Wall Mason $23.10 $34.65 $15.50 $23.25 $31.25 $37.50 $14.68 $22.01 $35.00 no bid $25.00 $35.00 no bid no bid

Rock Wall Mason Helper $23.10 $34.65 $12.00 $18.00 $22.50 $27.00 $12.92 $19.38 $28.00 no bid $23.00 $33.00 no bid no bidBrick Masonry Setter $44.10 $66.15 $28.00 $42.00 $46.25 $55.50 $25.96 $38.94 $45.00 $68.00 $35.00 $45.00 no bid no bid

Brick Masonry Setter Helper $29.35 $44.00 $12.50 $18.75 $22.50 $27.00 $12.92 $19.38 $28.00 $45.00 $25.00 $35.00 no bid no bidWindow Installer $44.10 $66.15 $28.00 $42.00 $49.50 $59.40 $26.00 $39.00 no bid no bid $35.00 $45.00 no bid no bid

Window Installer Helper $29.35 $44.00 $12.00 $18.00 $31.25 $37.50 $12.92 $19.38 no bid no bid $25.00 $25.00 no bid no bidCabinet Maker $44.10 $66.15 $17.50 $26.25 $56.50 $67.80 $28.60 $42.90 no bid no bid $35.00 $45.00 no bid no bid

Cabinet Maker Helper $29.35 $44.00 $12.00 $18.00 $31.25 $37.50 $16.03 $24.05 no bid no bid $25.00 $35.00 no bid no bid

Specify Regular Hours Schedule

Specify After Hours Schedule

Acknowledge EPCC Wage RateMaterials % Markup or Multiplier

Prices Will Hold Through:

Certified to Provide Services for the Following Manufacturers:

Felony Notification, Family Code, and Conflict of Interest Forms:

References:

Vendor Requirements:Minimum of three years experience in small construction, renovations and remodeling in a commercial settingProvide names of 3 commercial references, where vendor has completed recent projects with emphasis on small construction. Provide contact name, telephone number and length of time the vendor has provided services. Provide dates, dollar amounts and recent contract award.Provide brief company history; include names, titles and contact information, telephone, email and resumes for key personnel who will be responsible for providing services to the College. Provide detailed project approach procedures currently followed by vendor.

Evaluation Criteria:Cost Proposal (25%)Vendor Qualifications & Experience (overall experience) (25%)Vendor Commercial References- Minimum of three (3) (10%)Vendor's Prior History with the College (5%)

Vendor Demonstrated Capabilities (based on information provided in proposal response) (25%)Comprehensiveness of Proposal Response (vendor submitted all the requested information) (10%)

Total (100%)

Comments:

Verified (only provided 2 references) Verified

Banes General Contractors

Butler, Parkline

M-F; 7 a.m. - 3:30 p.m.

Other than regular

YesInvoice + 18.5%

Initial year of award

FN & FC yes, CIQ on file

Yes

Yes

Yes

Verified

10%

25%

10%

20%

3%

10%

78%

M-F; 7 a.m. - 4 p.m.M-F; 4 p.m. - 7 a.m./Sat &

Sun 7 a.m.Yes15%

7/10/2007

N/A

provided

Yes

Yes

Yes

24%

25%

10%

20%

10%

94%

7 a.m. - 3:30 p.m.Outside regular, weekend,

holidays (nine)Yes

*15%

5%

* Material cost identified as vendor invoice cost, bonds,

taxes, delivery special handling, shipping, special

order costs, supplier (broker) fees, permits, disposal costs,

and applicable insurance collection, interest and legal

fees

7-10-06 thru 7-1-10 (Yearly wage rate extensions - table

provided)

N/A - application and certification with advance

notice and specific material usage specified

provided

Yes

Yes

0%

0%

22%

13%

5%

No - 1 year

Not provided

Not provided

15%

Initial year

N/A

provided

5%

0%

15%

10%

65%

0%

BSM Mechanical CK Construction, Inc. Genesis Global Solutions

5% 0% 0%

Yes

7 a.m. - 4 p.m.

4 p.m. - 11 p.m.

Yes

High Ridge General Contractors

7 a.m. - 3:30 p.m.

3:30 p.m. - 7 a.m.

Yes35%

duration of contract 2006

N/A

FN & FC yes, CIQ not signed

Yes

Yes

History & personnel provided; project approach omitted

10%

15%

10%

20%

8%

10%

5%

60%

5% 5%

68%

10%

15%

1 year

N/A

All provided, CIQ on file

Spartan Construction Services

7 a.m. - 3:30 p.m.

Yes

15%

Yes

Yes

negotiable

Yes20%

VM Interiors, Inc.

7 a.m. - 4 p.m.

4 p.m. - 10 p.m.

Yes

* Hourly rates include 38% increase for overhead and fringes

factored into base rates

30%

Initial year of award

N/A

All provided

Yes

Yes

Yes

23%

96%

25%

10%

23%

10%

5%

Recommend Award Recommend Award Recommend Award

(Exhibit 5.2.1) 08/16/06

Date: 09/01/06

Account: 92050-N92050

Budget: $80,000

Expendituresto Date: $ 0

Balance: $80,000

Date: 09/01/06

Account: 11000-76000

Budget: $727,156

Expendituresto Date: $ 0

Balance: $727,156

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of athree-year contract for electrical services and repairplus new installation and construction.

Amount: (Not toexceed) $300,000

per year for eachcontractor per

type of service.

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Approval of a three-year contract for the El Paso Community College District for the period ofSeptember 1, 2006 - August 31, 2009 for:

I. Electrical services and repair II. New installation and construction

Explanation: I. Electrical services and repairDue to an increase in the number of El Paso Community College facilities and equipmentinventory and the deterioration of existing equipment and facilities, current staffing is notsufficient to provide all the services and repairs requested. This contract will allow the Collegeto meet the demands for the services in a timely manner. The purpose of this proposal is for anoutside contractor(s) to deliver these services as required.II. New installation and constructionAll in-house construction projects and new electrical installations are required by code to havea permit requested by a master license holder. The permit is issued by the City of El Paso. Thepermitted work must be supervised by a master license holder. A Master Electrician’s Licenseis required to operate an electrical contracting business.

The recommendation is for the three lowest respondents to ensure availability of services on a24 hour basis. The committee recommends the issuance of a service contract for three yearsrenewable each year upon satisfactory performance by the vendor(s).

Funding is provided by: I. Plant Funds (92050-N92050) or the Physical Plant account (11000-76000)II. The accounts of approved budgets for each construction project.

Recommendation: Approval by the Board of Trustees.

Vendors:All Trades Electric Contractors, Inc. EM Commercial & Industrial Sun City Electric Company, Inc.11005 Argal Ct. Electrical Services, Inc. 1200 Lomaland DriveEl Paso, TX 79915 8901 Dirk Court El Paso, TX 79907(For areas I & II) El Paso, TX 79925 (For areas I & II)

(For areas I & II)

(Exhibit 5.2.2) 08/16/06

El Paso Community CollegeAnalysis for Competitive Sealed Proposal #06-021

Districtwide Electrical Services

The Request for Competitive Sealed Proposals was issued to contract for electrical services on a labor andmaterials basis. Due to a shortage of personnel for electrical services, the college contracts out to meet its needsfor maintenance and remodeling projects.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets were requestedby fourteen (14) vendors.

Four (4) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on the basis ofcost, vendor qualifications & experience, references, prior history with the College, demonstrated capabilitiesand the comprehensiveness of the vendor’s response.

The members of the evaluation committee (Rick Torres, Danny Romero, Jose Arteaga, Waldo Casares andMelvin Patridge) recommend award of a best value contract to the following vendor(s):

Due to an increase in demand for electrical services throughout the city, a multiple vendor award isrecommended, in order to ensure services are available to the College at all times. The contract award is for aperiod of three (3) years; renewable annually, upon the college receiving satisfactory vendor performance andadministrative review.

As per specifications issued to vendors, cost increases will only be allowed utilizing the Consumer Price Indexand upon written request and approval by the College. All projects to be quoted individually, in the order of thevendor selection and approved by the Director of Physical Plant.

Second:Sun City ElectricCompany, Inc.1200Lomaland DriveEl Paso, TX 79907

First: EM Commercial IndustrialElectrical Services9111 MayflowerEl Paso, TX 79925

Third:All Trades ElectricalContractors, Inc. 11005 Argal Ct.El Paso, TX 79935

El Paso County Community College DistrictDistrictwide Electrical Services

Proposal Tabulation

CSP #06-021 Districtwide Electrical Services

MasterJourney

man Helper MasterJourney

man Helper MasterJourney

man Helper MasterJourney

man Helper

Troubleshoot, Service and/or RepairsHourly Service Charge Normal Working Hours: $50.00 $40.00 $30.00 $50.00 $38.00 $21.00 $55.00 $42.00 $18.00 $55.00 $42.00 $36.00 After Working Hours (overtime): $75.00 $60.00 $45.00 $75.00 $57.00 $31.50 $69.00 $64.00 $30.00 $80.00 $63.00 $54.00Parts % Markup or Multiplier:

Construction and/or New InstallationHourly Service Charge Normal Working Hours: $50.00 $40.00 $30.00 $50.00 $34.00 $19.00 $55.00 $42.00 $18.00 $55.00 $42.00 $36.00 After Working Hours (overtime): $75.00 $60.00 $45.00 $75.00 $51.00 $28.50 $69.00 $64.00 $30.00 $80.00 $63.00 $54.00Parts % Markup or Multiplier:

Prices Will be Held Thru:Acknowledge EPCC Wage Rate:

Vendor RequirementsThree commercial references with like services, provide contact name, telephone number and length of time providing services; provide dates, dollar amounts and recent contract award:Vendor is an established commercial Electrical provider that has been in business with current name for a minimum of three years:Provide names, title and contact information, telephone, email and resumes for key personnel who will be providing services; provide evidence of certification as Master Electrical Technician:Vendor staff is certified to provide services for the following manufacturers:

Provide response time forA. Normal working hours:B. Evening hours:C. Weekends:D. Holidays:E. Emergencies:

References

Evaluation Criteria:Cost Proposal (25%)Vendor Qualifications & Experience (25%)Vendor References (10%)Vendor's Prior History with the College (5%)Response Time (25%)Comprehensiveness of the Vendor's Response (all requested information was provided). (10%)

Total (100%)

Submitted Family Code, Felony Notification and Conflict of Interest

Forms:

Comments:

1 1/2 hours2 hours

2 hrs. or less

1 hour2 hours

1 hour

Yes

1 hour

Yes

Yes Contact information provided; no resumes or certification Yes

All electrical equipment manufacturers

Yes

1 1/2 hours

Cutler Hammer, Westinghouse, GE, Square D

and Siemens

2 hours 1 hour

Various manufacturersN/A

2 hours2 hours

within 1 hour 1 hour2 hrs. or less2 hrs. or less2 hrs. or less4 hrs. or less

8% 18% 20%

56% 86% 85%

8% 10% 10%

10% 10% 10%

0% 5% 5%

25%25%10%

ASAP under 1 hour 1 hour

Verified Verified Verified

Yes

Recommend Award

Yes Yes Yes

Recommend Award Recommend Award

10%

71%

15%10%

0%18%

18% 20% 18% 15%

1 yearYes

Yes

References provided only; project information omitted Yes

1 yearYes

Yes Yes

31% 18% net 10% 25%

Border Electric Co, LP

10% 25%18% net

Yes

Yes

EM Commercial & Industrial Electrical Services, Inc.

Labor prices thru duration of contract; Material prices vary

Yes

Sun City Electric Company, Inc.

31%

1 year

All Trades Electrical Contractors, Inc.

(Exhibit 5.3.1) 08/16/06

Date: 09/01/06

Account: 92050-N92050

Budget: $80,000

Expendituresto Date: $ 0

Balance: $80,000

Date: 09/01/06

Account: 11000-76000

Budget: $727,156

Expendituresto Date: $ 0

Balance: $727,156

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on theapproval of a three-year contract for HVACservices and repair plus new installation andconstruction.

Amount: (Not to exceed)$300,000 per year for each

contractor per type of service.

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Approval of a three-year contract for the El Paso Community College District for the period ofSeptember 1, 2006 - August 31, 2009 for:

I. HVAC services and repair II. New installation and construction

Explanation: I. HVAC services and repairDue to an increase in the number of El Paso Community College facilities and equipmentinventory and the deterioration of existing equipment and facilities, current staffing is notsufficient to provide all the services and repairs requested. This contract will allow the Collegeto meet the demands for the services in a timely manner. The purpose of this proposal is for anoutside contractor(s) to deliver these services as required.II. New installation and constructionAll in-house construction projects and new HVAC installations are required by code to have apermit requested by a licensed mechanical contractor. The permit is issued by the City ofEl Paso. The permitted work must be performed by a licensed mechanical contractor.

The recommendation is for the four lowest respondents to ensure availability of services on a 24hour basis. The committee recommends the issuance of a service contract for three yearsrenewable each year upon satisfactory performance by the vendor(s).

Funding is provided by:I. Plant Funds (92050-N92050) or the Physical Plant account (11000-76000)II. The accounts of approved budgets for each construction project.

Recommendation: Approval by the Board of Trustees.

Vendors: Belmont’s Air Conditioning B.S.M. Mechanical, Inc.5408 Ave. 5960 Doniphan Dr.El Paso, Texas 79905 El Paso, Texas 79932

Southwest Trane Technical Building Services9401 Carnegie St., Suite 2D 1712 WyomingEl Paso, Texas 79925 El Paso, Texas 79902

El Paso Community College

(Exhibit 5.3.2) 08/16/06

Analysis for Competitive Sealed Proposal #06-017 Districtwide HVAC Services

The Request for Competitive Sealed Proposals was issued to contract for HVAC services on a labor andmaterials basis. Due to a shortage of personnel for HVAC services, the college must contract out, inorder to meet its needs for maintenance and remodeling projects.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets wererequested by twenty (23) vendors.

Seven (7) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on thebasis of cost, vendor qualifications & experience, references, prior history with the College, demonstratedcapabilities and the comprehensiveness of the vendor’s response.

The members of the evaluation committee (Rick Torres, Jose Arteaga, Gilbert Rivera, Cilyn Myers,David Mena, and Melvin Patridge) recommend award of a best value contract to the following vendor(s):

Due to an increase in demand for HVAC services throughout the city, a multiple vendor award isrecommended, in order to ensure services are available to the College at all times. The contract award isfor a period of three (3) years; renewable annually, upon the College receiving satisfactory vendorperformance and administrative review. As per specifications issued to vendors, cost increases will onlybe allowed utilizing the Consumer Price Index and upon written request and approval by the College. Allprojects to be quoted individually, in the order of the vendor selection and approved by the Director ofPhysical Plant.

Third: Belmont’s Air Conditioning 5408 Rosa AvenueEl Paso, TX 79905

First:B.S.M Mechanical, Inc.5960 Doniphan DriveEl Paso, TX 79932

Second:Southwest Trane 9401 Carnegie St. 2D ElPaso, TX 79925

Fourth:TechnicalBuilding Services 1712 WyomingEl Paso, TX 79902

El Paso County Community College DistrictDistrictwide HVAC Services

Proposal Tabulation

CSP #06-017 Districtwide HVAC Services

MasterJourneyma

n Helper MasterJourneyma

n Helper MasterJourneyma

n Helper MasterJourneyma

n Helper MasterJourneyma

n Helper MasterJourneyma

n Helper MasterJourneyma

n HelperTroubleshoot, Service and/or Repairs

Hourly Service Charge Normal Working Hours: $12.50 $9.50 $7.50 $35.00 $25.00 $20.00 $80.00 $80.00 $44.00 $20.00 $18.00 $11.00 $45.00 $45.00 $22.50 $62.00 $62.00 $62.00 $47.00 $47.00 $20.00 After Working Hours (overtime): $18.75 $14.25 $11.25 $53.00 $38.00 $30.00 $120.00 $120.00 $66.00 $30.00 $27.00 $16.50 $67.50 $67.50 $33.75 $93.00 $93.00 $93.00 $70.50 $70.50 $30.00

Parts % Markup or Multiplier:Construction and/or New Installation

Hourly Service Charge Normal Working Hours: $11.50 $9.50 $7.50 $30.00 $24.00 $20.00 $80.00 $80.00 $44.00 $20.00 $18.00 $11.00 $45.00 $45.00 $22.50 $62.00 $62.00 $62.00 $47.00 $47.00 $20.00 After Working Hours (overtime): $17.25 $14.25 $11.25 $45.00 $36.00 $30.00 $120.00 $120.00 $66.00 $30.00 $27.00 $16.50 $67.50 $67.50 $33.75 $93.00 $93.00 $93.00 $70.50 $70.50 $30.00Parts % Markup or Multiplier:

Prices Will be Held Thru:Acknowledge EPCC Wage Rate:

Vendor Requirements

Three commercial references with like services, provide contact name, telephone number and length of time providing services; provide dates dollar amounts and recent contract award:

Vendor is an established commercial HVAC provider that has been in business with current name for a minimum of three years:

All work must be provided by staff that has been certified as Master HVAC Technician and have a minimum of three years of experience:

Provide names, title and contact information, telephone, email and resumes for key personnel who will be providing services:

Vendor staff is certified to provide services for the following manufacturers:

Provide response time forA. Normal working hours:B. Evening hours:C. Weekends:D. Holidays:E. Emergencies:

References

Evaluation Criteria:Cost Proposal (25%)Vendor Qualifications & Experience (25%)Vendor References (10%)Vendor's Prior History with the College (5%)Response Time (25%)

Comprehensiveness of the Vendor's Response (all requested information was provided). (10%)

Total (100%)

Submitted Family Code, Felony Notification and Conflict of Interest Forms:

1 hour

1 to 2 hours

1 hour1 hour

1 1/2 hours2 hours

Trane, Carrier, York, Rheem, Lennox, etc.

1 hour1 hour

1 to 2 hours1 to 2 hours1 to 2 hours

Provided working hours1 hour

1 to 2 hours1 to 2 hours1 to 2 hours

1 to 2 hours

1 hour

All manufacturers within trade

1 to 2 hours1 to 2 hours

Did not provide manufacturers

FC & FN submitted, no CIQ Yes

51%

25%

10% 5% 2% 2% 10%

23% 25% 23% 25%

0% 2% 10%5%3% 4% 4% 2.4%

All manufacturers

20%25%10% 8%

York, Carrier, Trane, Rheem, Rudd, Goodman, Luxaire

1 hour1 hour

25%18%0%

1 hour1 hour1 hour

1 hour1 hour2 1/2 hours

1 hour

Yes

66.4% 88%

Yes Yes FC & FN submitted; CIQ not signed

91% 72%10%87%

20%9%0%23%

17% 13%

York, Luxair, Trane, American Standard Rheem

Yes YesContact information provided; no

resumesSome contact information provided; no

resumesSome contact information provided; no

resumes Yes

1 hour

25% 20% 10% 22%

Referenced two business entities; omitted all other information

Yes

Not provided

Certifications include mechanical engineers, HVAC technicians with associate/technical school degree

and/or HVAC certifications

YesYes

Master HVAC Technician & Technicians are certified as Universal

Technicians

Yes

Yes

Not provided

Yes

Texas Mechancial License

Yes; did not provide project information

Yes

Technicians have Refrigerant Transition & Recovery Certification

Yes

Yes Not provided Yes

Yes YesYes Yes

Yes

SW Trane

15% 20% 25% 20%Percentage varies on amounts below

$100; 20% on $100.01 and over 35%

Belmont's Air Conditioning BSM Mechanical, Inc. Dominguez Sheet Metal

35%

7/18/2007

20%

12/31/2007

Inter Mech. Contractors, Inc.

15%

7/18/2007

Sun City Air Conditioning Co., Inc.

25%

12/31/2006

20%

Dec. 2007Duration of contract

15%

Technical Building Services

25%

25%

1 yearYes

Yes

Yes

Technicians are certified as Universal Technicians

Yes

Carrier, York, Trane, TECO, KMC Controls, Danfross Turbocor, Eaton

1 hour1 hour1 hour1 hour1 hour

15%20%8%

Yes

2%25%

10%80%

Verified Verified Verified Verified

El Paso County Community College DistrictDistrictwide HVAC Services

Proposal Tabulation

Comments: Recommend Award Recommend AwardRecommend Award Recommend Award

(Exhibit 5.4.1) 08/16/06

Date: 09/01/06

Account: 92050-M92050

Budget: $80,000

Expendituresto Date: $0

Balance: $80,000

Date: 09/01/06

Account: 11000-76000

Budget: $727,156

Expendituresto Date: $0

Balance: $727,156

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approvalof a three-year contract for plumbing servicesand repair plus new installation andconstruction.

Amount: (Not to exceed)$300,000 per year for each

contractor per type ofservice.

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Approval of a three-year contract for the El Paso Community College District for the period ofSeptember 1, 2006 - August 31, 2009 for:

I. Plumbing services and repair II. New installation and construction

Explanation: I. Plumbing services and repairDue to an increase in the number of El Paso Community College facilities and equipmentinventory and the deterioration of existing equipment and facilities, current staffing is notsufficient to provide all the services and repairs requested. This contract will allow the Collegeto meet the demands for the services in a timely manner. The purpose of this proposal is for anoutside contractor(s) to deliver these services as required.II. New installation and constructionAll in-house construction projects and new plumbing installations are required by code to have apermit requested by a master license holder. The permit is issued by the City of El Paso. Thepermitted work must be performed by a master license holder. A Master Plumber’s License isrequired to operate a plumbing contracting business.

The recommendation is for the three lowest respondents to ensure availability of services on a 24hour basis. The committee recommends the issuance of a service contract for three years renewableeach year upon satisfactory performance by the vendor(s). Funding is provided by:I. Plant Funds (92050-M92050) or the Physical Plant account (11000-76000)II. The accounts of approved budgets for each construction project.

Recommendation: Approval by the Board of Trustees.

Vendors:B.S.M. Mechanical, Inc. Border Mechanical Co., LP Wyler Industrial Works, Inc.5960 Doniphan Dr. 6936 Commerce Ave. 711 S. St. VrainEl Paso, Texas 79932 El Paso, Texas 79915 El Paso, Texas 79901

(Exhibit 5.4.2) 08/16/06

El Paso Community CollegeAnalysis for Competitive Sealed Proposal #06-020

Districtwide Plumbing Services

The Request for Competitive Sealed Proposals was issued to contract for plumbing services on a laborand materials basis. Due to a shortage of personnel for plumbing services, the college must contract out,in order to meet its needs for maintenance and remodeling projects.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets wererequested by eleven (11) vendors.

Three (3) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on thebasis of cost, vendor qualifications & experience, references, prior history with the College, demonstratedcapabilities and the comprehensiveness of the vendor’s response.

The members of the evaluation committee (Rick Torres, Jose Arteaga, Waldo Casares and RichardChavez) recommend award of a best value contract to the following vendor(s):

Due to an increase in demand for plumbing services throughout the city, a multiple vendor award isrecommended, in order to ensure services are available to the College at all times. The contract award isfor a period of three (3) years; renewable annually, upon the college receiving satisfactory vendorperformance and administrative review. As per specifications issued to vendors, cost increases will onlybe allowed utilizing the Consumer Price Index and upon written request and approval by the College. Allprojects to be quoted individually, in the order of the vendor selection and approved by the Director ofPhysical Plant.

First: B.S.MMechanical, Inc. 5960Doniphan Drive El Paso,TX 79932

Second:Border Mechanical Co. 6936 Commerce Ave El Paso, TX 79915

Third: Wyler Industrial Works 711 S St. Vrain El Paso, TX 79901

El Paso County Community College DistrictDistrictwide Plumbing Services

Proposal Tabulation

CSP #06-020 Districtwide Plumbing Services

MasterJourney

man Helper MasterJourney

man Helper MasterJourney

man HelperTroubleshoot, Service and/or Repairs

Hourly Service Charge Normal Working Hours: $50.00 $44.00 $28.00 $44.00 $30.00 $26.00 $54.00 $54.00 $29.00 After Working Hours (overtime): $75.00 $66.00 $42.00 $66.00 $45.00 $40.00 $78.00 $78.00 $39.00Parts % Markup or Multiplier:

Construction and/or New InstallationHourly Service Charge Normal Working Hours: $48.00 $42.00 $25.00 $40.00 $25.00 $22.00 $54.00 $54.00 $29.00 After Working Hours (overtime): $72.00 $63.00 $37.50 $60.00 $38.00 $33.00 $78.00 $78.00 $39.00Parts % Markup or Multiplier:

Prices Will be Held Thru:Acknowledge EPCC Wage Rate:

Vendor RequirementsThree commercial references with like services, provide contact name, telephone number and length of time providing services; provide dates, dollar amounts and recent contract award:

Vendor is an established commercial Plumbing provider that has been in business with current name for a minimum of three years:

Provide names, title and contact information, telephone, email and resumes for key personnel who will be providing services; provide evidence of certification as Master Plumber:Vendor staff is certified to provide services for the following manufacturers:

Provide response time forA. Normal working hours:B. Evening hours:C. Weekends:D. Holidays:E. Emergencies:

References

Evaluation Criteria:Cost Proposal (25%)Vendor Qualifications & Experience (25%)Vendor References (10%)Vendor's Prior History with the College (5%)Response Time (25%)

Comprehensiveness of the Vendor's Response (all requested information was provided). (10%)

Total (100%)

Submitted Family Code, Felony Notification and Conflict of Interest Forms:

Comments:

Verified Verified Verified

Yes

Yes

Yes

Yes

Yes

Yes

Wyler Industrial Works, Inc.

Yes

18% net 20% 15%

Border Electric/Mechanical BSM Mechanical, Inc.

Yes

18% net

1 year

15%

3 yearsDuration of contract

18%

Yes

Yes Yes

22% 25%

2 hrs. or less2 hrs. or less2 hrs. or less4 hrs. or less

18%

10%

91%

23%10%4%22%

0% 5%

Yes

Recommend Award

Yes Yes

93% 91%

Yes

23%23%10% 10%

1 hr.

N/A

1 1/2 hrs.1 1/2 hrs.

1 hr.

25% 25%

Recommend Award Recommend Award

10% 10%

N/A

1 to 2 hours

Various manufacturers

2 hrs. or less

1 1/2 hrs.1 to 2 hours1 to 2 hours1 to 2 hours1 to 2 hours

(Exhibit 5.5.1) 8/16/06

Date: 09/01/06

Account: 91057-M91057

Budget: $28,668

Expendituresto Date: $ 0

Balance: $28,668

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on theapproval of a three-year contract forpaint supplies and equipment.

Amount: (Not to Exceed)$250,000 per year

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Award of this contract will provide the Physical Plant department with the ability topurchase paint supplies and equipment on an as needed basis.

Explanation: The Physical Plant will utilize vendors awarded in this bid. The department willpurchase on an as-needed basis. Vendors will apply a percentage discount on theircatalogs, as specified in the tabulation sheet, as well as offer fixed prices for certainitems. Dual award is recommended to ensure the purchase of supplies and equipmentthat best meets the requirements in terms of best value. The committee recommendsthe issuance of a service contract for three years renewable each year upon satisfactoryperformance by the vendor(s).

Funding is provided by:

I. Plant Funds 91057-M91057II. The accounts of approved budgets for each construction project.

Recommendation: Approval by the Board of Trustees.

Vendors: Kwal Paint3900 Joliet St.Denver, Colorado 80239

Sherwin-Williams1015 Eastside Rd.El Paso, Texas 79915

(Exhibit 5.5.2) 8/16/06

El Paso Community CollegeAnalysis for Competitive Sealed Proposal #06-023

Districtwide Paint and Paint Supplies

The Request for Competitive Sealed Proposals was issued to contract for Paint and Paint Supplies on anas needed basis.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets wererequested by seven (7) vendors.

Two (2) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on the basisof cost, a “basket of goods” benchmark, vendor reputation, quality of goods, prior history with theCollege, and the extent to which the goods meet the District needs.

The members of the evaluation committee (Rick Torres, Mario Valadez, Gerald Bryant, Jose Ortega, andJesus Robert Archuleta) recommend award of a best value contract to the following vendor(s):

KWAL Paint Sherwin Williams3900 Joliet St. 1015 Eastside RoadDenver, CO 80239 El Paso, Texas 79912

To ensure availability, the College, in its best interest, recommends a dual award in order to meet itsneeds for maintenance and remodeling projects.

The contract award is for a period of three (3) years; renewable annually, upon the College receivingsatisfactory vendor performance and administrative review. As per specifications issued to vendors, costincreases will only be allowed utilizing the Consumer Price Index and upon written request and approvalby the College.

(Exhibit 5.6.1) 08/16/06

Date: 09/01/06

Account: 91057-M61057

Budget: $28,668

Expendituresto Date: $ 0

Balance: $28,668

PHYSICAL FACILITIES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on theapproval of a three-year contract forpainting services.

Amount: (Not to exceed)$200,000 per year.

Requestor: David Mena Area Responsible: Physical Plant

Resource Persons: Tim Nugent, David Mena

Purpose: Award of this contract will provide the Physical Plant department with outside vendorsto provide painting services on an as-needed basis.

Explanation: The Physical Plant will utilize vendors awarded in this bid. The department willutilize these vendors on an as-needed basis. Dual award is recommended to ensurevendor availability. The committee recommends the issuance of a service contract forthree years renewable each year upon satisfactory performance by the vendor(s).

Funding is provided by:

I. The accounts of approved budgets for each construction project.II. Account 91057-M91057 is a reimbursement account. Each project is charged

back for the work done.

Recommendation: Approval by the Board of Trustees.

Vendors: A. Chavira Painting & Drywall8800 Moye DriveEl Paso, Texas 79925

BXW Electrical Rebuilders, Inc.4020-A Hayes AvenueEl Paso, Texas 79930

(Exhibit 5.6.2) 08/16/06

El Paso Community CollegeAnalysis for Competitive Sealed Proposal #06-022

Districtwide Painting Services

The Request for Competitive Sealed Proposals was issued to contract for Painting services on a labor andmaterials basis. Due to a shortage of personnel for Painting services, the college must contract out, inorder to meet its needs for maintenance and remodeling projects.

The CSP was advertised for two (2) consecutive weeks in the El Paso Times. Proposal packets wererequested by eleven (11) vendors.

Four (4) proposals were received, as shown on the tabulation sheet. Proposals were evaluated on the basisof cost, vendor qualifications & experience, references, prior history with the College, demonstratedcapabilities and the comprehensiveness of the vendor’s response.

The members of the evaluation committee (Rick Torres, Gilbert Rivera, Cilyn Myers, Ricardo Chavez,Jesus Ortiz, Antonio Cano, Jose Ortega, and Melvin Patridge) recommend award of a best value contractto the following vendor(s):

Chavira Painting & Drywall BXW Electrical Rebuilders, Inc.8800 Moye Drive 4020A Hayes AvenueEl Paso, Texas 79925 El Paso, Texas 79930

The contract award is for a period of three (3) years; renewable annually, upon the College receivingsatisfactory vendor performance and administrative review. As per specifications issued to vendors, costincreases will only be allowed utilizing the Consumer Price Index and upon written request and approvalby the College. All projects to be quoted individually and approved by the Director of Physical Plant.

El Paso County Community College DistrictDistrictwide Painting Services

Proposal Tabulation

CSP #06-022 Districtwide Painting ServicesJourney

man HelperJourney

man HelperJourney

man HelperJourney

man HelperService and/or Repairs

Hourly Service Charge Normal Working Hours: $9.25 $8.00 $10.50 $8.50 $13.50 $12.92 $25.00 $23.00 After Working Hours (overtime): $13.88 $12.00 $15.75 $12.75 $20.24 $19.38 $35.00 $33.00Parts % Markup or Multiplier:

Construction and/or New InstallationHourly Service Charge Normal Working Hours: $9.25 $8.00 $10.50 $8.50 $13.50 $12.92 $25.00 $23.00 After Working Hours (overtime): $13.88 $12.00 $15.75 $12.75 $20.24 $19.38 $35.00 $33.00Parts % Markup or Multiplier:

Prices Will be Held Thru:Acknowledge EPCC Wage Rate:

Vendor Requirements

Three commercial references (services equal to ones requested herein); length of time vendor provided services; provide dates, dollar amounts and recent contract award:

Vendor has been in business with current name for a minimum of three years:

All work must be provided by staff that has a minimum of three years of experience:Provide names, title and contact information, telephone, email; and resumes for key personnel:Vendor staff is certified to provide services for the following manufacturers:

References

Provide response time forA. Normal working hours:B. Evening hours:C. Weekends:D. Holidays:E. Emergencies:

Evaluation Criteria:Cost Proposal (25%)Vendor Qualifications & Experience (25%)Vendor References (10%)

Vendor's Prior History with the College (5%)Response Time (25%)Comprehensiveness of the Vendor's Response (all requested information was provided). (10%)

Total (100%)

Submitted Family Code, Felony Notification and Conflict of Interest Forms:

Comments:

Verified VerifiedNone

1 - 2 hours

2 hours3 hours

4 - 5 hours1 - 4 hours36 hours or less36 hours or less

1 hour

Did not indicate

Yes

Yes

Yes Yes Yes

Yes

18% 20%

80%

36 hours or less36 hours or less

1 - 4 hours1 - 4 hours

74% 68%10% 9% 9%

22%

1 - 2 hours

18%20%

2 hours1 hour

24 hours24 hours2 hours

1 - 4 hours

19%10% 8%

0% 0% 0%

8%

Yes

Recommend Award

Yes Yes Yes

Recommend Award

10%88%

23%10%

5%15%

25% 22% 19% 10%

1 hour

None

Duration of contract

Yes

N/A

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes Yes

A. Chavira Painting & Drywall

BXW Electrical Rebuilders, Inc.

High Ridge General Contractor, Inc;

13%

Genesis Global Solutions, Inc.

15%

20%

20%

Jul-09

13%

15% 15%Jul-07 Initial year

15%

(Exhibit 6.1.1)

08/16/06

CURRICULUM AND INSTRUCTION ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval

of an English Literacy Civics Grant from the Texas Education Agency.

Amount: $76,225

Requestor: Andres Muro

Area Responsible: Community Education Program

Resource Persons: Dennis Brown, Claude Mathis, Alfred Lawrence, Andres Muro Purpose: To provide English as a Second Language (ESL) literacy classes to adults in various

community sites throughout El Paso, Texas. Explanation: This program will offer classes of 150 hours of instruction throughout El Paso County to

non-native English speakers to improve their language communication skills and their knowledge of civics, history and community life in the United States.

Funding is provided by the Texas Education Agency. Budget 61000 PT Instructors $30,000 61600 Classified Staff $33,600 62000 Benefits $ 8,300 71000 Supplies $ 2,325 72200 Travel $ 2,000 Total: $76,225 Recommendation: Approval by the Board of Trustees.

(Exhibit 7.1.1) 08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the purchase ofxerographic paper for the instructional Support Centersand Academic Computing Service Labs.

Amount: $107,000

Requestor: Juan Flores Area Responsible: District Support Services/AcademicComputing Services

Resource Persons: Tim Nugent, Fabie Rubio, Jenny Giron, Juan Flores

Purpose: To purchase xerographic paper for each of the five Instructional Support Centers (ISC) andthe six Academic Computing Service Labs (ACS) for the new fiscal year 2006-2007.

Explanation: The Instructional Support Centers are major facilities for instructional support. In addition tophotocopying, they provide word processing, message center/answering services, mail and faxservices, as well as distribution of supplies to faculty and staff. The paper will be utilized bythe ISCs for daily operation and resale to district users outside the centers.

The Academic Computing Service Labs are the open computer labs with several computerclassrooms clustered around the open labs. Students are supplied with paper by the ACSDepartment for printing during the academic year.

Recommended vendor was solicited through the approved vendor list for theU.S.Communities Cooperative Program. This procurement option is in compliance with StateComptroller Recommendation #67 which promotes the use of Purchasing Cooperatives.

Funding is provided by the Instructional Support Centers and Academic Computing Service Labs Operating Budgets.

Recommendation: Approval by the Board of Trustees.

Vendor: Spectrum Paper Inc.11801 Miriam Dr. Suite B-1El Paso, Texas 79936

Date: 09/01/06

Account: 11000-72005

Budget: $100,617

Expendituresto Date: $ 0

Balance $100,617

Date: 09/01/06

Account: 11000-72004

Budget: $140,684

Expendituresto Date: $ 0

Balance $140,684

Date: 09/01/06

Account: 11000-72003

Budget: $126,165

Expendituresto Date: $0

Balance: $126,165

EL PASO COMMUNITY COLLEGE DISTRICTPURCHASE OF COPY PAPER FOR DISTRICT WIDE USE

QUOTE #06-812TABULATION

Quote #06-812 Purchase of Copy Paper Quantity Office Depot Office Max Olmsted Kirk

PaperSpectrum

Paper Xerox Corporation

Purchasing Cooperative: US Communities E&I Coop. Buy Board Buy Board TCPN

1.) Hi Tech Bright White ( 90% Brightness or better) 3,432 $92,492.40 $94,036.80 $95,581.20 $88,579.92 $107,593.2020 lb. Bond, 8 1/2'' x 11'' Letter size, 500 sheets per Cases 26.95$ 27.40$ 27.85$ 25.81$ 31.35$

Ream ( 10 reams per case ) or comparable. Available in

October

2.) Hi Tech Bright White ( 90% Brightness or better ) 62 $2,366.54 $2,188.60 $2,455.20 $2,057.16 $2,424.2020 lb. Bond 8 1/2" x 14" Legal size, 500 sheets per Cases 38.17$ 35.30$ 39.60$ 33.18$ 39.10$ Ream ( 10 reams per case ) or comparable.

3.) Wausau - Exact Multipurpose, Various Colors, 4,295 $12,498.45 $14,817.75 $14,023.18 $13,804.13 $15,912.9820 lb. Bond, 8 1/2" x 11" Letter size, 500 sheets per Reams 2.91$ 3.45$ 3.27$ 3.21$ 3.71$ Ream or comparable.

4.) Wausau - Exact Multipurpose, Various Colors, 15 $71.85 $74.55 $81.00 $76.20 $74.5520 lb. Bond, 8 1/2" x 14" Legal size, 500 sheets per Reams $4.79 $4.97 $5.40 $5.08 $4.97Ream or comparable.

5.) Wausau Astrobrights Bright Colors, Various Colors 300 $2,157.00 $3,264.00 $2,055.00 $1,771.50 $2,007.0024/60 lbs. Text, 8 1/2" x 11" Letter size, 500 sheets Reams $7.19 $10.88 $6.85 $5.91 $6.69per Ream or comparable.

TOTAL AMOUNT $109,586.24 $114,381.70 $114,195.58 $106,288.91 $128,011.93($29.55 /csin September)

Recommend

Award

(Exhibit 7.2.1) 08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on providingprivate security guard service to augment the ElPaso Community College Police Department.

Amount: $30,000

Requestor: J.R. Grijalva Area Responsible: Police Department

Resource Persons: Tim Nugent, J.R. Grijalva

Purpose: To provide security guard service to augment the Campus Police Department. Regularassignments for the security guards include the Career Training Center on Francis Streetand GED testing sites.

Explanation: The funding for auxiliary guard service is typically under $25,000 annually. Thisfiscal year, due to significant Campus Police staffing shortages and the opening ofCanutillo High School, it was necessary to have security guards augment EPCC Policedepartment officers assigned to the Northwest Campus. This temporary increasecaused the total amount to exceed the standard. The EPCC Police Department expectsto be back up to full strength in the near future and no additional private security guardservices will be needed after that.

Funding is provided by the Vehicle Registration account.

Recommendation: Approval by the Board of Trustees.

Vendor: Mike Garcia Merchant Security, LLC6000 Welch Avenue, Ste. 11El Paso, TX 79905

El Paso County Community College District

Date: 07/21/06

Account: L31001-31001

Budget: 396,000

Expenditures to Date: 239,706

Balance: 156,294

(Exhibit 7.2.2) 08/16/06

Analysis of Competitive Sealed Proposal #06-016ASecurity Services

The services contained in this CSP will be utilized District wide to provide security services on an asneeded basis. CSP #06-016 was processed and one response was received. It was not deemed to beresponsive and the CSP was re-advertised, inclusive of changes to the specifications.

The Competitive Sealed Proposal was advertised for two (2) consecutive weeks in The El Paso Times. Proposal packets were issued to (10) ten vendors (All American International Security, DiamondSecurity, Guardsmark, Mike Garcia Merchant Security, Night Eyes Protective Service, Ruiz ProtectiveService, Securitas Protective Services, Texas Enforcer LLC, Texas Security, and U. S. SecurityAssociates. Three (3) proposals were received, as indicated on the tabulation sheet.

It is the recommendation of the evaluation committee (Frank Ordaz and William McGlothlin) that acontract be awarded to:

Mike Garcia Merchant Security6000 Welch Avenue, Suite 11

El Paso, Texas 79905

Contract award will be for a period of three years, renewable annually, upon satisfactory vendorperformance and administrative review.

El Paso County Community College DistrictSecurity Services

Proposal Tabulation

CSP #06-016A Security ServicesMike Garcia Merchant

Security, LLC Texas Security

Cost Proposal Security Officer Site SupervisorHourly Rate: $9.53 $14.25 $10.29 $11.02Overtime/Weekend Rate: $14.29 $14.25 $16.35 $16.53Holiday Rate: $9.53 $14.25 $16.35 $16.53Prices Will be Held Thru: one year from award 30 days 8-16-06Response Time on Call Outs: 1 hour 25 minutes

Vendor RequirementsEstablished security services provider with at least 3 years business experience; vendor must provide evidence of this in their proposal:

Yes No (1 1/2 years)

Provide three commercial references (services equal to ones requested herein); length of time vendor provided services; provide dates, dollar amounts and recent contract award:

Yes Provided references; other information omitted

All guards must be current with the State Basic Security Certificate and have a minimum of 3 years experience:

Yes Yes

Provide names, title and contact information, telephone, email, and resumes for key personnel:

Yes Contact information provided; no resumes

Evaluation Criteria:Cost Proposal (25%) 25% 7%Vendor Qualifications & Experience (25%) 25% 5%Vendor References (10%) 10% 4%Vendor's Prior History with the College (5%) 0% 0%Response Time on Call Outs (10%) 6% 9%Comprehensiveness of the Vendor's Response (all requested information was provided). (25%) 25% 10%

Total (100%) 91% 35%

Submitted Family Code, Felony Notification and Conflict of Interest

Forms: Yes Yes

Comments: Recommend Award

FC & FN yes; CIQ not signed

0%6%

7.5%

37%

U.S. Security Associates, Inc.

7/17/20071 hour

Not provided

Provided references; other information omitted

Vague information provided on certification; minimum

experience not specified

Contact information provided; no resumes

16%

5%2.5%

(Exhibit 7.3.1) 08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval ofthe rental of apartments at The Phoenix of El Pasofor the Athletic department.

Amount: $29,094

Requestor: Felix Hinojosa Area Responsible: Athletic Department

Resource Persons: Tim Nugent, Tammie Campos, Felix Hinojosa

Purpose: The rental of apartments for Baseball and Softball.

Explanation: Baseball will need two three-bedroom apartments and one two-bedroom apartment.The apartments will be utilized by EPCC Baseball student athletes.

Softball will need two three-bedroom apartments that will be utlized by EPCC Softballstudent athletes.

Funding will be provided by the Baseball and Softball budget.

Recommendation: Approval by the Board of Trustees.

Vendor: The Phoenix El Paso7401 Phoenix AvenueEl Paso, TX 79915

Date: 09/01/06

Account: 32006-A32006

Budget: $222,548

Expenditures to Date: $ -0-

Balance: $222,548

Date: 09/01/06

Account: 32007-A32006

Budget $208,630

Expenditures to Date: -0

Balance: $208,630

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of

a contract renewal with Baker & Taylor, Inc. for books used by the libraries district-wide.

Amount: $108,500

Requestor: Luis Chaparro

Area Responsible: Library Technical Services

Resource Persons: Dennis Brown, Luis Chaparro

Purpose: To approve the renewal of a contract with Baker & Taylor, Inc. for books used by the El

Paso Community College Libraries district-wide. Explanation: Baker & Taylor, Inc. (B&T) is a leading full-time distributor of books, video and music

products to libraries in the United States. B&T has a book and video inventory of approximately 385,000 titles. El Paso Community College libraries acquire most of their books from B&T. In addition, the college receives, through their standing order system, reference works on an annual basis. A representative sample of these titles include: Physicians Desk Reference, Postal Exams, Statistical Abstract of the United States, Texas Almanac, Who’s Who in America, Annual Register of Grant Support and Book of State.

Baker & Taylor, Inc. holds the current State Contract for library materials (State Contract 715N1). Funding is provided by each campus library budget.

(Exhibit 7.4.1) 08/16/06

Recommendation: Approval by the Board of Trustees. Vendor: Baker & Taylor, Inc.

999 Maple Street Contoocock, NH 03229

Date: 09/01/06 Account: 52127, 52126,

52125, 52124, 52123 Budget: $108,500 Expenditures to date: -0- Balance $108,500

(Exhibit 7.4.2) 08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of

contract renewals with multiple vendors for online database services provided to the College Libraries.

Amount: $92,429

Requestor: Luis Chaparro

Area Responsible: Library Technical Services

Resource Persons: Dennis Brown, Luis Chaparro

Purpose: To approve one year contract renewals for online database services to the College libraries

district-wide during the 2006-2007 fiscal year. Explanation: Contracts with vendors for online database services are due for renewal upon

administrative approval. These contracts are presented for Board approval since they exceed $25,000; as required by Purchasing Policy 4.10.04.

Gale Group $26,013 Newsbank $27,166 ProQuest $39,250 Total Amount $92,429 These vendors are sole source providers; sole source letters are on file in the Purchasing Department. Funding is provided by each campus library budget.

(Exhibit 7.5.1) 08/16/06

Recommendation: Approval by the Board of Trustees. Vendor: Same as listed above

Date: 09/01/06 Account: 52127, 52126,

52125, 52124, 52123

Budget: $92,429 Expenditures to date: -0-_ Balance $92,429

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of a

contract renewal with EBSCO Subscription Services, (EBSCO) for periodical services used in libraries district-wide.

Amount: $83,100

Requestor: Luis Chaparro

Area Responsible: Library Technical Services

Resource Persons: Dennis Brown, Luis Chaparro

Purpose: To approve the renewal of a contract with EBSCO for periodical services used in El Paso

Community College Libraries district-wide for the 2006-2007 fiscal year. Explanation: To maintain the best market value, the College Libraries conduct periodic reviews of

existing vendors of newspapers, magazines, and academic journals. This is a contract renewal of CSP#05-030, approved by the Board in August 2005.

EBSCO is the leading subscription company worldwide. EBSCO Subscription Services

partners with customers and publishers to streamline the periodical acquisition for libraries on a national and international level. It provides more than 300,000 titles from more than 78,000 publishers. Its comprehensive services include ordering, payment and reporting of print periodical subscriptions. The EPCC library system subscribes to approximately 780 magazines and journals to support the academic courses offered by the College District.

Funding is provided by each respective campus library budget.

(Exhibit 7.6.1) 08/16/06

Recommendation: Approval by the Board of Trustees. Vendor: EBSCO

5339 Alpha Road, Suite 400 Dallas, TX 75240

Date: 09/01/06 Account: 52123, 52124,

52125, 52126, 52127

Budget: $83,100 Expenditures to date: -0- Balance: $83,100

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of

a contract renewal with AMIGOS Library Services for information and cataloging services provided to the College libraries.

Amount: $35,500

Requestor: Luis Chaparro

Area Responsible: Library Technical Services

Resource Persons: Dennis Brown, Luis Chaparro Purpose: To approve the renewal of a one year contract with AMIGOS Library Services for

information and cataloging services provided to the College libraries for the 2006-2007 fiscal year.

Explanation: AMIGOS Library Services is a not-for-profit organization that provides cataloging and

networking services. AMIGOS is one of the nation’s largest resources sharing networks and a leader in library automation. The membership is comprised of more than 350 libraries located primarily in the Southwestern United States. El Paso Community College has been a member since 1970 and uses the services primarily to catalog the materials purchased for the libraries.

AMIGOS Library Services is a sole source vendor provider; a sole source letter is on file

in the Purchasing Department. Funding is provided by the Library Technical Services budget.

(Exhibit 7.7.1) 08/16/06

Recommendation: Approval by the Board of Trustees. Vendor: AMIGOS Library Services 14400 Midway Road Dallas, TX 75244-3509

Date: 09/01/06 Account: 11000-52144-71100 Budget: $72,903 Expenditures to date: -0- Balance $72,903

(Exhibit 7.7.1) 08/16/06

(Exhibit 7.8.1) 08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of a contract renewal with

ACT Systems for copy/print services for the College libraries. Requestor: Luis Chaparro

Area Responsible: Library Technical Services

Resource Persons: Dennis Brown, Luis Chaparro

Purpose: To provide district-wide copy/printer services to students in the EPCC libraries. Explanation: EPCC Libraries have provided, since their inception, self-service, coin-operated

photocopiers for our students. With the advent of online databases and internet resources, the libraries have also introduced print-for-fee services. This concession contract will support these services at no cost to the College. The cost for photocopies is .10 cents; the cost per computer print copy is .05 cents.

The vendor provides copy equipment, supplies and maintenance service; the vendor also

provides an annual free copy allowance of 2,400 copies per machine and a replacement allowance of 50 copies per month per machine at the libraries. Copies in excess of the free allowance will be charged to the libraries at a special reduced rate of .025 cents per page.

The Board approved the award of CSP 03-019 in August of 2003 for an initial three (3)

year contract, with an option for annual renewals upon satisfactory vendor performance.

Recommendation: Approval by the Board of Trustees. Vendor: ACT Systems

3535 Princeton NE Albuquerque, NM 87107-4213

(Exhibit 7.9.1)

08/16/06

STUDENT SERVICES ABSTRACT

Item(s) to be Considered: Consideration and deliberation on the approval of a Student Support Services grant award for the Program for Academic Student Success (P.A.S.S.) Program.

Amount: $565,901

Requestor: Javier Alcantar

Area Responsible: Student Success

Resource Persons: Dennis Brown, Irma Camacho, Alfred Lawrence, Javier Alcantar Purpose: The Program for Academic Student Success (P.A.S.S.) provides support services to 600

low income, first generation and/or students with disabilities. The program assists students to remain in college, make satisfactory progress toward their academic objectives, graduate, or transfer to a four year institution.

Explanation: The need for the Student Support Services grant at El Paso Community College

continues to grow as the student need for remediation increases. According to EPCC data provided by the Grants Management Office, the first time in college enrollment for Fall 2005 totaled 4,657 students. A total of 4,170 (98.7%) students placed into developmental education by Accuplacer. Of the 4,657 students, 3,516 (75.5%) enrolled in one or more developmental education courses in Reading, Writing and Mathematics during the Fall semester. The majority of students enrolled in these courses are eligible for the Student Support Services Program. The second year of this four-year grant is effective from September 1, 2006 - August 31, 2007.

Funding is provided by the United States Department of Education TRIO Programs. Budget 61305 Professional Support $133,855 71330 Print/Duplicating $ 2,000 61605 Classified Staff $119,989 71410 Memberships $ 100 61631 Academic Tutor $144,400 71420 Subscriptions $ 200 62000 Fringe Benefits $ 87,614 71430 Advertising $ 175 71120 Office Supplies $ 3,000 72100 In-Town-Travel $ 2,880 71130 Instructional Supplies $ 1,000 72200 Out-of-Town Travel $ 5,260 71210 Postage $ 100 73100 Furniture/Equipment $ 7,200 71228 Comm. Air Time $ 500 74609 Student Serv./Transp. $ 16,426 71313 Consultant $ 300 71910 Indirect Cost $ 40,702 71320 Audio/Visual Expense $ 200 Recommendation: Approval by the Board of Trustees.

(Exhibit 8.1.1) 08/16/06

COMMUNITY SERVICE ABSTRACT

Items to be Considered: Consideration and deliberation on the approval of an agreement between The City of Socorro and El Paso County Community College District. Requestor: Santiago Rodríguez

Area Responsible: Mission del Paso

Resource Person: Dennis Brown, Santiago Rodríguez Purpose: To provide a site manager to coordinate the educational and social services programs

conducted at the Rio Vista Community Center. The Center will serve as a facility for service providers to deliver a full range of education, health, human services, youth and community development programs. The College, in the coordination of the educational and social services programs, may conduct its own instructional programs as well as those offered by other agencies and institutions.

Explanation: The City of Socorro shall charge no fee to the College or other service providers for

use of the space and facilities of the Center for delivery of education, health, human services, youth, or community development programs. The City of Socorro shall supply the furniture and equipment already being provided to Rio Vista Community Center for use at the Center. All items will remain property of the City of Socorro. The agreement between the College and The City of Socorro will provide up to $20,000 from the City of Socorro to the College to fund the site manager’s position.

The effective dates of this agreement are September 1, 2006 - August 31, 2007. Recommendation: Approval by the Board of Trustees.

(Exhibit 8.1.2) 08/16/06

AGREEMENT FOR THE SITE MANAGEMENT OF THE RIO VISTA COMMUNITY CENTER

THIS AGREEMENT is made and entered into this 9th day of August , 2006 in the City of Socorro, Texas, by and between the city of Socorro, a political subdivision of the State of Texas, and the El Paso County Community College District, a political subdivision of the State of Texas, hereinafter sometimes referred to as the “College”. The parties hereto have agreed and by the execution hereof are bound to the mutual obligations and to the performance and accomplishment of the tasks described herein. I. SERVICES TO BE PROVIDED BY THE COLLEGE

A. The College shall provide a site manager to coordinate the educational and social

services programs conducted at the Rio Vista Community Center. The College, in the coordination of the educational and social services programs, may conduct its own instructional program as well as those offered by other agencies and institutions.

B. Representatives of the City of Socorro shall be consulted in the hiring process, and may, to the extent practicable, participate in the interviews of employment candidates. The final hiring decision, however, shall be that of the College. The College shall select the site manager to oversee the operation of the Center during normal business hours. The person selected shall be an employee of the College and shall be responsible for the operation for 40 hours per week as scheduled by the College.

C. The site manager shall not be required to oversee, manage or sponsor social events of any kind or character, and shall not be required to oversee, manage or sponsor any event outside of the hours set out above. The site manager shall collect no funds other than those collected for tuition or fees for the College instructional programs.

D. The College shall pay one-half of the salary and benefits paid to the site manager. II. SERVICES TO BE PROVIDED BY THE CITY OF SOCORRO

A. The City of Socorro shall pay one-half of the salary and benefits of the site manager in a sum not to exceed $20,000 per annum.

B. The City of Socorro shall observe its pre-existing agreements in regard to the Center with other entities provided, however, the City of Socorro shall permit the College to select educational programs and coordinate with the City of Socorro for social service programs to be offered during the hours and days aforesaid. III. TERM OF THE AGREEMENT

A. The term of this agreement will begin on the date of signing by both the City of Socorro and College and end on the 31 day of August , 2007. Either party may terminate this agreement upon 30 days prior written notice.

B. The site manager will oversee all the activities at the Center, Buildings 5 and 6 located at 901 Rio Vista.

(Exhibit 8.1.3) 08/16/06

IV. PERMITTED USES

The primary purpose of Center is to service as a facility for service providers to deliver full range of education, health, human services, youth and community development programs. The Center may also be used by non-profit organizations for fundraising and other activities. It is expressly agreed that the College shall have no responsibility for the fundraising or social events and shall not oversee, manage or sponsor same. V. PROHIBITED USES

A. No service providers shall charge a fee for services provided at the Center unless the service provider is permitted to charge such fee by state or federal law.

B. No person or organization using the facility for private purposes may charge admission or any fee for activities or services provided at the facility; provided, however, that non-profit organizations may conduct fundraising activities at the Center. The College undertakes no responsibility in this regard.

C. Smoking is prohibited on the premises of the Center. VI. COSTS AND FEES

A. The City of Socorro shall charge no fee to the College or other service providers for use of the space and facilities of the Center for delivery of education, health, human services, youth or community development programs in Rio Vista Community Center. VII. OPERATIONAL COSTS

The City of Socorro shall pay the costs of all utilities, including: telephones, electricity, water and gas; and the cleaning and maintenance of the Center. VIII. CONDITION AND MAINTENANCE OF THE PREMISES

A. The College shall give immediate notice to the City of Socorro of any damage causes to the Center by fire, explosion, windstorm, vandalism or other casualty known to it.

B. The College may not alter, remodel, construct, rebuild or repair the facility in any manner without prior written approval of the City of Socorro. IX. MATERIAL AND EQUIPMENT

A. The City of Socorro shall supply the furniture and equipment already located at the Center. All such items are and shall be property of the City of Socorro.

B. In addition to the furniture and equipment already supplied by the City of Socorro, the College may provide other furniture, materials and equipment required to deliver their services.

C. Under no circumstances shall the City of Socorro or the College be liable to any service provider or user of the facility for any damages or loss of property of any sort belonging to a service provider, including equipment, supplies, furniture or any property whatsoever.

(Exhibit 8.1.4) 08/16/06

X. LIABILITY

In connection with the City of Socorro the provision of services under this agreement, and to the extent it is legally capable under the doctrine of governmental immunity and the Texas Tort claims Act, the College shall indemnify and hold the City of Socorro, its officials, officers, deputies, agents and employees harmless for any and all claims, lawsuits, legal expenses and other costs arising from the delivery of College services. XI. ENTIRE AGREEMENT

This agreement contains the entire agreement between the parties relating to rights herein granted, the obligations herein assumed. Any oral representations or modifications concerning this agreement shall be of no force or effect excepting a subsequent modification in writing, signed by the party to be charged. This agreement may be amended provided that no amendment, modification or alteration of the terms of this agreement shall be binding unless the same is in writing and duly executed by the parties thereto. XII. BREACH OF OBLIGATION

This agreement is entire as to all of the performances to be rendered under it. Breach of any

obligations to be performed by either party shall constitute a breach of the entire agreement and shall give the other affected party the right to terminate this agreement (as regards the particular party in breach of this agreement). XIII. NOTICE

Notices will be provided by the parties to this AGREEMENT at the following addresses: City of Socorro Mayor Trini Lopez 124 South Horizon Blvd. El Paso, TX 79927 El Paso County Community College District President Richard Rhodes, Ph.D. President P.O. Box 20500 El Paso, TX 79998 XIV. NONDISCRIMINATION

The College shall ensure that no person shall on the grounds of race, color, national origin, religion, sex, age or handicap be excluded from participation in, be denied the benefits of, be subjected to discrimination under or be denied access to any program, activities or services delivered to the Center. XV. TERMINATION

This contract may be terminated by either party giving thirty (30) days written notice to the other party hereto of the intention to terminate.

(Exhibit 8.1.5) 08/16/06

XVI. LAW GOVERNING VENUE:

This agreement shall be governed by and construed in accordance with the laws of the State of Texas, and obligations and undertakings of each of the parties to this agreement shall be performable, in El Paso County, Texas. EXECUTED on this day of , 20 at City of Socorro, Texas.

CITY OF SOCORRO

BY: _ Mayor

City of Socorro ATTEST: ___________________________ Georgina Rodriguez, City Clerk EL PASO COUNTY COMMUNITY COLLEGE DISTRICT

BY: Arturo Huerta Chairman of the Board of Trustees

and

BY: Richard Rhodes, Ph.D.

President

(Exhibit 8.2.1) 08/16/06

COMMUNITY SERVICES ABSTRACT Item(s) to be Considered: Consideration and deliberation on the acceptance of a donation of $1,000 from SAM’S CLUB, (Westside Store) to the Diversity Programs for Hispanic Heritage Month events. Requestor: Olga C. Chavez Area Responsible: Foundation/Diversity Programs

Resource Persons: Ernst Roberts, Olga C. Chavez

Purpose: This donation of $1,000 to the Diversity Programs of El Paso Community College will benefit students, staff, and community by providing additional funding for district wide Hispanic Heritage Month activities. Explanation: This year will be the 5th annual Hispanic Heritage Month celebration coordinated by the Diversity Programs. SAM’S CLUB employees have been active in these events by participating as committee members and/or making contributions toward making these events successful. Recommendation: Approval by the Board of Trustees.