Loading...
HomeMy WebLinkAbout20110911.tiff RESOLUTION RE: APPROVE CONTRACT AMENDMENT FOR COMPRESSED NATURAL GAS FUELING STATION EQUIPMENT WITHIN NORTH FRONT RANGE METROPOLITAN PLANNING ORGANIZATION REGION AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Contract Amendment for Compressed Natural Gas Fueling Station Equipment within the North Front Range Metropolitan Planning Organization Region between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the Colorado Department of Transportation, commencing upon full execution, with a five (5) year term, and further conditions being as stated in said amendment, and WHEREAS, after review, the Board deems it advisable to approve said amendment, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Contract Amendment for Compressed Natural Gas Fueling Station Equipment within the North Front Range Metropolitan Planning Organization Region between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and the Colorado Department of Transportation be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said amendment. • Qt cord CC . �w` 3 OVlp� �'� � ' b a-t1 2011-0911 5 - l l EG0064 CONTRACT AMENDMENT FOR COMPRESSED NATURAL GAS FUELING STATION EQUIPMENT WITHIN NORTH FRONT RANGE METROPOLITAN PLANNING ORGANIZATION REGION PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 11th day of April, A.D., 2011. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLO DO ATTEST: �R� tie-Air Bar ara Kirkmeyer, Weld County Clerk to =� ;,� � ---- ✓V �1 , ` Sean P. Co , Pro-Tem CJ BY: atti Deputy Clerk to the Boar: Willi�Ga is APPR ED A M: : j avid E. Long ttorney r ocr Douglas Fj�demacher Date of signature: a/ 2011-0911 EG0064 STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Contracts and Market Analysis Branch Ie OT 4201 East Arkansas Avenue,4th Floor Denver,Colorado 80222 Telephone:(303)757-9736 Facsimile: (303)757-9868 March 22,2011 Ms. Elizabeth Relford Weld County Public Works 1111 H Street P.O.Box 758 Greeley, CO 80632-0758 RE: SAP PO# 331000355 CMS# 11 HA4 29777 AQC C030-040-Weld County CNG Fueling Stations(17782) Dear Ms. Relford: Enclosed please fmd three executory copies of the above referenced Contract Amendment between Weld County and the Colorado Department of Transportation. All three(3)copies must be signed by an authorized signature. If you have a seal,please affix it to the signature page of each copy. In addition,please attach a copy of the ordinance or resolution passed by the County's governing board approving the contract. Please return all three(3) copies to my attention. When the amendment has been approved by the proper authorities,a verified copy will be returned to you.This Contract is not valid until the State Controller,or such assistant as he may delegate,has signed it. Should you have any questions or require further information,please do not hesitate to contact me. Your assistance in expediting this agreement is appreciated. Sincer/, Pa cia C. O'Neal rntracting Officer olorado Department of Transportation 4201 E. Arkansas Avenue Denver, CO 80222 Phone: (303)757-9399 e-mail: Patricia.O'Neal@dot.state.co.us 2011-0911 STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Contracts and Market Analysis Branch I OT 4201 East Arkansas Avenue,4"'Floor -- - Denver,Colorado 80222 ranseemin Telephone:(303)757-9736 Facsimile: (303)757-9868 May 17,2011 Ms.Elizabeth Relford Weld County Government PO Box 758 Greeley,CO 80632-0758 Re: Contract AMD#1—Project#AQC030-040(17782) Dear Ms.Relford, Attached please find a fully executed copy of the above referenced Contract Amendment. Since , tricia C.O'Neal Contracting Officer Colorado Department of Transportation 42(11 E. Arkansas Avenue Denver,CO 80222 Phone: (303)757-9399 e-mail: Patricia.O'Neal@dotstate.co.us • CONTRACT AMENDMENT Amendment# 1 Original Contract CMS #11 HA4 21678 CMS # 11 HA4 29777 Project# AQC030-040 (17782) SAP ID# 331000355 1) PARTIES This Amendment to the above-referenced Original Contract(hereinafter called the Contract) is entered into by and between Weld County(hereinafter called "The Local Agency"), and the STATE OF COLORADO (hereinafter called the "State") acting by and through the Department of Transportation, (hereinafter called "CDOT"). 2) EFFECTIVE DATE AND ENFORCEABILITY This Amendment shall not be effective or enforceable until it is approved and signed by the Colorado State Controller or designee (hereinafter called the "Effective Date"). The State shall not be liable to pay or reimburse Contractor for any performance hereunder including, but not limited to, costs or expenses incurred, or be bound by any provision hereof prior to the Effective Date. 3) FACTUAL RECITALS The Parties entered into the Original Basic Contract#11 HA4 21678 dated September 22, 2010 for the design, construction and installation of the purchase and installation of CNG equipment for a design/build turnkey operation to construct/install equipment for one compressed natural gas fueling station within Weld County's 8 hour Ozone Non-Attainment Boundary. Original Contract Encumbrance of$2,280,000.00 has been reallocated and reduced by$1,520,000.00 to a new contract total of$760,000.00 4) CONSIDERATION-COLORADO SPECIAL PROVISIONS The Parties acknowledge that the mutual promises and covenants contained herein and other good and valuable consideration are sufficient and adequate to support this Amendment. The Parties agree to replacing the Colorado Special Provisions with the most recent version (if such have been updated since the Contract and any modification thereto were effective) as part consideration for this Amendment. If applicable, such Special Provisions are attached hereto and incorporated by reference herein . 5) LIMITS OF EFFECT This Amendment is incorporated by reference into the Contract, and the Contract and all prior amendments thereto, if any, remain in full force and effect except as specifically modified herein. 6) MODIFICATIONS. The Amendment and all prior amendments thereto, if any, are modified as follows: a. Exhibit A-1 Exhibit A(Scope of Work) to the Basic Contract shall be removed and replaced in it entirety by the revised Exhibit A-1 (Scope of Work) attached hereto and incorporated herein by reference. b. Exhibit C-1 Exhibit C to the Basic Contract shall be removed and replaced in its entirety by Exhibit C-1 attached hereto and incorporated herein by this reference. All references in the Basic Contract to Exhibit C shall be removed and replaced by Exhibit C-1. c. Exhibit K FFATA Federal Provisions attached hereto and incorporated herein by this reference are hereby added to the Basic Contract. 7) START DATE This Amendment shall take effect upon the date of the State Controller's Signature. 8) ORDER OF PRECEDENCE Except for the Special Provisions, in the event of any conflict, inconsistency, variance, or contradiction between the provisions of this Amendment and any of the provisions of the Contract, the provisions of this Amendment shall in all respects supersede, govern, and control. The most recent version of the Special Provisions incorporated into the Contract or any amendment shall always control other provisions in the Contract or any amendments. 9) AVAILABLE FUNDS Financial obligations of the state payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, or otherwise made available. Remainder of this Page Left Intentionally Blank THE PARTIES HERETO HAVE EXECUTED THIS AMENDMENT *Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's behalf and acknowledge that the State is relying on their representations to that effect. Weld County STATE OF COLORADO John W. H Hickenlooper, GOVERNOR BY: Barbara Kirkmeyer Department of Transportation Title: Chair, Board of Weld County Commissioners By atia.._ tA- r-A-- Pamela Hutton, CDOT Chief Engineer ,"PR 1 1 2011 '1-25 —I( Date Date Legal Review John W Suthers, Attorney G neral Signat e —Att ney General's Off ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS§24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. STATE CONTROLLE D 'd . McDe A By: Department of Transportation Date: S 111 III ox)//- O9// • EXHIBIT C-1 FUNDING PROVISIONS Cost of Work Estimate The Local Agency has estimated the total cost the Work to be $760,000.00 which is to be funded as follows: 1 BUDGETED FUNDS a. Federal Funds $427,000.00 (82.79%of Participating Costs) b. Local Agency Matching Funds $88,763.00 (17.21%of Participating Costs) c•Local Agency Over Matching Funds $244,237.00 TOTAL BUDGETED FUNDS $760,000.00 2 ESTIMATED CDOT-INCURRED COSTS a. Federal Share $0.00 (0%of Participating Costs) b. Local Agency Local Agency Share of Participating Costs $0.00 Non-Participating Costs (Including Non- Participating Indirects) $0.00 Estimated to be Billed to Local Agency $0.00 TOTAL ESTIMATED CDOT-INCURRED COSTS $0.00 3 ESTIMATED PAYMENT TO LOCAL AGENCY a. Federal Funds Budgeted (l a) $427,000.00 b. Less Estimated Federal Share of CDOT-Incurred Costs(2a) $0.00 TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $427,000.00 FOR CDOT ENCUMBRANCE PURPOSES *Note-$.000 is currently available. Funds and/or Local Agency Overmatch will be added in the future either by Option Letter or Amendment $0.00 Less ROW Acquisition 3111 and/or ROW Relocation 3109 $0.00 Net to be encumbered as follows: $0.00 WBS Element 17782.10.30 Design 3020 $0.00 WBS Element 17782.20.10 Const 3301 $0.00 Matching Funds The matching ratio for the federal participating funds for this Work is 82.79% federal-aid funds (CFDA#20 2050)to 17.21% Local Agency funds and 0% State Funds, it being understood that such ratio applies only to the $427,000.00 that is eligible for federal participation, it being further understood that all non-participating costs are borne by the Local Agency at 100%. If the total participating cost of performance of the Work exceeds $427,000.00 and additional federal funds are made available for the Work, the Local Agency shall pay 17.21% of all such costs eligible for federal participation and 100% of all non-participating costs; if additional federal funds are not made available, the Local Agency shall pay all such excess costs. If the total participating cost of performance of the Work is less than $427,000.00 then the amounts of Local Agency and federal-aid funds will be decreased in accordance with the funding ratio described herein. The performance of the Work shall be at no cost to the State. Maximum Amount Payable The maximum amount payable to the Local Agency under this Agreement shall be $427,000.00 (For CDOT accounting purposes, the federal funds of$427,000.00, Local Agency matching funds of$88,763.00, and Local Agency Overmatch Funds of$244,237.00 will be encumbered for a total encumbrance of$760,000.00), unless such amount is increased by an appropriate written modification to this Agreement executed before any increased cost is incurred.***Note- $0.00 is currently available, additional funds will be encumbered in the future by Option Letter or Amendment***It is understood and agreed by the parties hereto that the total cost of the Work stated hereinbefore is the best estimate available, based on the design data as approved at the time of execution of this Agreement, and that such cost is subject to revisions (in accord with the procedure in the previous sentence) agreeable to the parties prior to bid and award. Single Audit Act Amendment All state and local government and non-profit organization Sub-The Local Agencys receiving more than $500,000 from all funding sources defined as federal financial assistance for Single Audit Act Amendment purposes, shall comply with the audit requirements of OMB Circular A- 133 (Audits of States, Local Governments and Non-Profit Organizations) see also, 49 C.F.R. 18.20 through 18.26. The Single Audit Act Amendment requirements applicable to Sub-The Local Agencys receiving federal funds are as follows: Expenditure less than$500,000 If the Sub-The Local Agency expends less than $500,000 in Federal funds (all federal sources, not just Highway funds) in its fiscal year then this requirement does not apply. Expenditure exceeding than $500,000-Highway Funds Only If the Sub-The Local Agency expends more than $500,000 in Federal funds, but only received federal Highway funds (Catalog of Federal Domestic Assistance, CFDA 20.205) then a program specific audit shall be performed. This audit will examine the "financial" procedures and processes for this program area. Expenditure exceeding than $500,000-Multiple Funding Sources If the Sub-The Local Agency expends more than $500,000 in Federal funds, and the Federal funds are from multiple sources (FTA, HUD, NPS, etc.)then the Single Audit Act applies, which is an audit on the entire organization/entity. Independent CPA Single Audit shall only be conducted by an independent CPA, not by an auditor on staff. An audit is an allowable direct or indirect cost. EXHIBIT K State of Colorado Supplemental Provisions for Contracts, Grants, and Purchase Orders for Federal Funds received pursuant to the Federal Funding Accountability and Transparency Act (FFATA) of 2006 and 2008 Amendments As of October 1, 2010 The contract, grant, or purchase order to which these Supplemental Provisions are attached has been funded, in whole or in part,with federal funds. In the event of a conflict between the provisions of these Supplemental Provisions, the Special Provisions, the contract or any attachments or exhibits incorporated into and made a part of the contract, the provisions of these Supplemental Provisions shall control. 1. Definitions.For the purposes of these Supplemental Provisions,the following terms shall have the meanings ascribed to them below 1.1. "Award"means an award of Federal Financial assistance that a non-Federal Entity receives or administers in the form of: 1.1.1. Grants. 1.1.2. Contracts. 1.1.3. Cooperative agreements(which does not include cooperative research and development agreements (CRDA)pursuant to the Federal Technology Transfer Act of 1986,as amended(15 U.S.C.3710a)) 1.1.4. Loans 1.1.5. Loan Guarantees 1.1.6. Subsidies. 1.1.7. Insurance 1.1.8. Food commodities 1.1.9. Direct appropriations,or 1.1.10. Other financial assistance transactions that authorize the non-Federal Entities'expenditure of Federal Funds. Award does not include: 1.1.11. Technical assistance,which provides services in lieu of money 1.1.12. A transfer of title to Federally-owned property provided in lieu of money,even if the award is called a grant 1.1.13. Any classified award;or 1.1.14. Any award funded in whole or in part with Recovery funds,as defined in section 1512 of the American Recovery and Reinvestment Act(ARRA)of 2009(Pub.L. 111-5) 1.2. "Central Contractor Registration(CCR)"means the Federal repository into which an Entity must provide information required for the conduct of business as a recipient. 13. "Data Universal Numbering System(DUNS)Number"means the nine-digit number established and assigned by Dun and Bradstreet,Inc.to uniquely identify business entities. 1.4. "Entity"means all of the following as defined at 2 CFR part 25,subpart C. 1.4.1. A governmental organization,which is a State,local government,or Indian Tribe 1.4.2. A foreign public entity 1.4.3. A domestic or foreign non-profit organization 1.4.4. A domestic or foreign for-profit organization,and 1.4.5. A Federal Agency,but only a subrecipient under an award or subaward to a non-Federal entity. 1.5. "Subaward"means a legal instrument to provide support for the performance of any portion of the substantive project or program funded by federal funds to a Prime Recipient that a Prime Recipient awards to a Subrecipient. 1.6. "Contract"means the contract to which these Supplemental Provisions are attached and includes all award types in 1.7. "Contractor"means the party or parties to the Contract other than the Prime Recipient and includes a grantee subgrantee,Subrecipient,or a borrower.For purposes of FFATA reporting,Contractor is either a Subrecipient or a Vendor under this Contract. 1.8. "FFATA"means the Federal Funding Accountability and Transparency Act of 2006(Public Law 109-282). Also referred to as the"Transparency Act." 1.9. "Prime Recipient"means a Colorado State Agency or Institution of Higher Education that receives federal funds directly from a Federal Agency in the form of an award in $1.1. 1.10. "Subrecipient"means a non-Federal Entity receiving Federal funds through a Prime Recipient to support the performance of the Federal project or program for which the federal funds were awarded.A Subrecipient is subject to the terms and conditions of the Federal award to the Prime Recipient,including program compliance requirements.The term"Subrecipient"includes and may be referred to as Subgrantee. 1.11. "Supplemental Provisions"means these Supplemental Provisions for Contracts,Grants,and Purchase Orders using Federal funds except those funds provided under the American Recovery and Reinvestment Act of 2009,as may be revised pursuant to ongoing guidance from the relevant Federal or State of Colorado Agency or Institution of Higher Education. 1.12. "Total Compensation"means the cash and noncash dollar value earned by the executive during the Prime Recipient's or Subrecipient's preceding fiscal year and includes the following 1.12.1. Salary and bonus 1.12.2. Awards of stock,stock options,and stock appreciation rights. This amount shall equal the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123(Revised 2005)(FAS 123R),Shared Based Payments 1.12.3. Earnings for services under non-equity incentive plans. This does not include group life,health hospitalization or medical reimbursement plans that do not discriminate in favor of executives and are available generally to all salaried employees 1.12.4. Change in pension value,this amount shall equal the change in present value of defined benefit and actuarial pension plans 1.12.5. Above-market earnings on deferred compensation which is not tax-qualified,and 1.12.6. Other compensation,if the aggregate value of all such other compensation(e.g.severance,termination payments,value of life insurance paid on behalf of the employee,perquisites or property)for the executive exceeds$10,000. "Vendor"means a dealer,distributor,merchant or other seller providing goods or services required for a project or program funded by Federal funds.A Vendor is not subject to all the terms and conditions of the Federal award,and all program compliance requirements do not pass through to a Vendor. 2. Compliance.Contractor shall comply with all applicable provisions of the Transparence Act and the regulations issued pursuant thereto,including but not limited to these Supplemental Provisions.Any revisions to such provisions or regulations shall automatically become a part of these Supplemental Provisions,without the necessity of either party executing any further instrument.The State of Colorado may provide written notification to Contractor of such revisions but such notice shall not be a condition precedent to the effectiveness of such revisions. 3. Central Contractor Registration(CCR)and Data Universal Numbering System(DUNS)Requirements. 3.1. CCR-Contractor shall maintain the currency of its information in the CCR until the Contractor submits the final fmancial report required under this award or receives final payment,whichever is later. Contractor shall review and update the CCR information at least annually after the initial registration,and more frequently if required by changes in its information 3.2. DUNS—Contractor shall provide its DUNS number to its Prime Recipient,and shall update its information in Dun&Bradstreet at least annually after the initial registration,and more frequently if required by changes in its information. 4. Total Compensation—Contractor shall include total compensation in CCR for each of its five most highly compensated executives for the preceding completed fiscal year if: 4.1. the total Federal funding authorized to date under this award is$25,000 or more,and 4.2. in the preceding fiscal year,Contractor received: 4.2.1. 80 percent or more of its annual gross revenues from Federal procurement contracts and subcontracts and Federal financial assistance subject to the Transparency Act,and 4.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and subcontracts and Federal financial assistance subject to the Transparency Act,and 4.3. the public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a)or 15(d)of the Securities Exchange Act of 1934(15 U.S.C. 78m(a),78o(d) or section 6104 of the Internal Revenue Code of 1986. 5. Reporting.Contractor shall include data elements in its CCR and report to its Prime Recipient Entity the data elements required in§7 if Contractor is a Subrecipient for the award types of grants,contracts,and cooperative agreements(which does not include cooperative research and development agreements(CRDA)pursuant to the Federal Technology Transfer Act of 1986,as amended(15 U.S.C.3710a). No direct payment shall be made to Contractor for providing any reports required under these Supplemental Provisions,as the cost of producing such reports shall be deemed included in the Contract price. The reporting requirements in§7 are based on guidance from the US Office of Management and Budget (OMB),and as such are subject to change at any time by OMB. Any such changes shall be automatically incorporated into this Contract and shall become part of Contractor's obligations under this Contract. The State may provide written notice to Contractor of any such change in accordance with§2 above,but such notice shall not be a condition precedent to Contractor's duty to comply with revised OMB reporting requirements.The Colorado Office of the State Controller shall provide summaries of revised OMB reporting requirements at http://www.colorado.gov/dpa/dfp/sco/FFATA.htm 6. Effective Date and Dollar Threshold for Reporting—The reporting requirements in§7 apply for new Federal grants, contracts,and cooperative agreements(except CRDA)as of October 1,2010,if the initial award is$25,000 or more. If the initial award is below$25,000 but subsequent award modifications result in a total award of$25,000 or more,the award is subject to the reporting requirements as of the date the award exceeds$25,000. If the initial award is$25,000 or more,but funding is subsequently de-obligated such that the total award amount falls below$25,000.the award continues to be subject to the reporting requirements. 7. Subrecipient Reporting Requirements.If Contractor is a Subrecipient,Contractor shall report as set forth below. 7.1 To CCR. A Subrecipient shall register in CCR and report the following data elements in CCR: 7.1.1 Subrecipient DUNS Number 7.1.2 Subrecipient DUNS Number+4 if more than one electronic funds transfer(EFT)account 7.1.3 Subrecipient Parent DUNS Number 7.1.4 Subrecipient's address,including: Street Address,City,State,Country,Zip+4,and Congressional District 7.1.5 Subrecipient Officers'Names of top 5 highly compensated officials if the criteria in§4 are met. 7.1.6 Subrecipient Officers'Total Compensation of top 5 highly compensated officials if criteria in §4 met 7.2 To Prime Contractor. A Subrecipient shall report to its Prime Recipient, upon the effective date of the contract, the following data elements: 7.2.1 Primary Place of Performance Information,including: Street Address,City,State,Country,Zip code+4 and Congressional District. 8. Vendor—There are no Transparency Act reporting requirements for vendors. 9. Event of Default.Failure to comply with these Supplemental Provisions shall constitute an event of default under the Contract and the State of Colorado may terminate the Contract upon 30 days prior written notice if the default remains uncured five calendar days following the notice period.This remedy will be in addition to any other remedy available to the State of Colorado under the Contract,at law or in equity. t3##6 • EXHIBIT A-1 SCOPE OF WORK Project Title Amend Contract #17782 (Use the same title as in your NFR MPO CNG EQUIPMENT - Fueling Station CMAQ application.) Contact Information Elizabeth Relford Agency Name Weld County Government Agency Address(include PO Box 758, Greeley, CO 80632-0758 city, state, zip) Program Manager Phone (970) 304.6496 Ext. 3748 Number Program Manager E-mail erelford@co.weld.co.us Program Manager Fax (970) 304-6497 Number Program Overview The project in general consists of a public-private partnership for the Summary purchase and installation of CNG equipment for a design/build turnkey operation to construct/install equipment for one compressed natural gas fueling station within Weld County's 8-hour Ozone Non- Attainment Boundary. This facility shall be a complete "Turnkey" operation located at an existing fueling site within the NFR MPO Boundary. Program Overview Details Who is your key target Large Industry Fleet Owners, Local Governments (i.e., audience? municipalities, school districts, etc.), and the general public. Where will your project take place? NFR MPO Boundary within Weld County. What is the general time- frame of your project? (i.e during the school year; FY10 Et FY11. on-going throughout the year, etc.) What are the key tasks of your project? Task 1: NFR MPO Compressed Natural Gas (CNG) Fueling Station FY10 Funding to purchase equipment for the construction of a compressed natural gas fueling station at an existing fueling station site within the NFR MPO region. • The scope of work is for the purchase of equipment to construct of a complete CNG fueling station. The construction project will be awarded as a "design/build" project. The overall facility is being designed for public use. The facility will be open 24 hours a day, 7 days a week, 365 days a year; with a system design for peak operation between the hours of 5:00 AM and 7:00 PM. Task 2: Report to CDOT The CMAQ reporter/CDOT will be provided a final accomplishment report of the activities performed under this contract for the completed fiscal year, including but not limited to: 1. Final accomplishments/performance measures; and 2. Status of uncompleted projects; and 3. Expenditures 4. Air Quality reporting Evaluation How will you evaluate the The effectiveness of the fueling station will be measured by the effectiveness of your number of natural gas fleet vehicle conversions using the station. program? Partnerships The existing partners of this effort include Noble Energy, Please list any organization Anadarko, Encana, Upstate Colorado and Northern Colorado Clean that is a pertinent partner Cities. Additional partners of the Weld County Natural Gas with you in this project. Coalition include: eleven communities along the US 85 Corridor, DCP Midstream, Fuel Tek, Conquest Companies, PDC, Weld County Garage, Hythane, Clean Energy, and AIMS Community College. Hello