Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 04/14/2026 Item #16G1 (Award Bid No. 25-8521 "5,000 Gallon Jet “A” Aviation Fuel Truck" to SkyMark Refuelers, LLC - Project #33936)
4/14/2026 Item # 16.G.1 ID# 2026-54 Executive Summary Recommendation that the Board, acting as the Airport Authority, award Bid No. 25-8521 "5,000 Gallon Jet “A” Aviation Fuel Truck" to SkyMark Refuelers, LLC, in the amount of $329,900, and authorize the Chair to sign the attached Agreement. (Project 33936) OBJECTIVE: To purchase a new 5,000 gallon Jet "A" fuel truck for the Marco Island Executive Airport. CONSIDERATIONS: On February 11, 2025, the Board of County Commissioners (BCC), acting as the Collier County Airport Authority, accepted a Department of Transportation (FDOT) Joint Participation Agreement (450316-1-94-01) to fund the purchase of a 5,000-gallon Jet "A" fuel truck for the Marco Island Executive Airport (Agenda Item 16.G.2). On October 6, 2025, the Procurement Services Division released Invitation to Bid (“ITB”) No. 25-8521 (5,000 Gallon Jet “A” Aviation Fuel Truck) to three thousand five hundred sixty-five (3,565) vendors. Three hundred sixty-nine (369) vendors viewed the solicitation information, and two (2) bids were received by the bid submission deadline on November 6, 2025. Staff reviewed the bids and determined that General Transervice Inc. d/b/a Rampmaster was nonresponsive due to not providing all documentation required by the solicitation. The other bidder, SkyMark Refueler, LLC, had minor irregularities. The award is based on the lowest total bid. Staff is recommending awarding to SkyMark Refueler, LLC, the lowest responsive and responsible bidder. Bidders Company Name City County ST Bid Amount Responsive/Responsible SkyMark Refuelers Kansas City Jackson MO $329,900.00 YES / YES General Transervice, Inc., dba Rampmaster Coastesville Chester PA $436,358.00 NO / YES Airport management has reviewed the specifications and recommends awarding Line Item #1 of the bid (5,000 Gallon Jet "A" Refueler) in the amount of $329,900.00. The agreement terms are for one year. This item is consistent with the Collier County Strategic Plan objective to safeguard taxpayer money by promoting fiscal stewardship and sound budget oversight. FISCAL IMPACT: The total funding required for this contract is $329,900. Funding in the amount of $334,879 has been previously appropriated within the Airport Grant Fund (4093) and Airport Grant Match Fund (4094), Project 33936. The funding sources for this project are grant funds from the Florida Department of Transportation and airport operating revenues. GROWTH MANAGEMENT IMPACT: This item is consistent with Section B: Intermodal & Multimodal Transportation, Subsection 2: Aviation of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board for approval. – CLD RECOMMENDATION(S): To award Bid No. 25-8521 "5,000 Gallon Jet “A” Aviation Fuel Truck" to SkyMark Refuelers, LLC, in the amount of $329,900, and authorize the Chair to sign the attached Agreement. (Project 33936) PREPARED BY: Nick Rossdale, C.M., Manager - Airport Operations, Operations and Performance Management Division ATTACHMENTS: Page 2560 of 3203 4/14/2026 Item # 16.G.1 ID# 2026-54 1. 25-8521 NORA 2. 25-8521 Solicitation 3. 25-8521 Bid Tabulation 4. 25-8521 SkyMark Refuelers, LLC Proposal 5. 25-8521 Skymark Contract VS 6. 25-8521 SkyMark COI exp080126 Page 2561 of 3203 Procurement Services Division Notice of Recommended Award Solicitation: 25-8521 Title: 5,000 Gallon Jet “A” Aviation Fuel Truck Due Date and Time: November 6, 2025, 3:00pm EST Bidders: Company Name City County State Bid Amount Responsive/Responsible SkyMark Refueler LLC Kansas City Jackson MO $329,900 Yes/Yes General Transervice Inc. DBA Rampmaster Coastesville Chester PA $436,358 No/Yes Utilized Local Vendor Preference: Yes No (Grant Funded) Recommended Bidder For Award: On October 6, 2025, the Procurement Services Division released Invitation to Bid (“ITB”) No. 25-8521 5,000 Gallon Jet “A” Aviation Fuel Truck, to three thousand five hundred sixty-five (3,565) vendors. Three hundred sixty-nine (369) vendors viewed the solicitation information, and two (2) bids were received by November 6, 2025, the bid submission deadline. Staff reviewed the bids received and determined that General Transervice Inc. dba Rampmaster was non- responsive due to not providing all documents as required by the solicitation. SkyMark Refueler LLC had minor irregularities. The basis of award is to the lowest total bid. Staff is recommending award to SkyMark Refueler LLC, the lowest responsive and responsible bidder. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date x Page 2562 of 3203 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) GRANT FUNDED FOR 5,000 GALLON JET “A” AVIATION FUEL TRUCK SOLICITATION NO.: 25-8521 RITA IGLESIAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-1033 Rita.Iglesias@collier.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 2563 of 3203 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 25-8521 PROJECT TITLE: 5,000 GALLON JET “A” AVIATION FUEL TRUCK DUE DATE: November 6, 2025, AT 3:00PM (EST) PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Operations and Performance Management Department-Airport Authority Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The Division seeks to purchase one complete 5,000-gallon aviation fuel truck for airport operations. The truck shall be fully assembled and ready for immediate use upon delivery. The truck must be capable of safely storing, transporting, and dispensing aviation fuel, and shall conform to all applicable DOT, OSHA, State, and Federal safety requirements. BACKGROUND Jet-A fuel truck is a specialized vehicle used to transport and dispense Jet-A aviation fuel. TERM OF CONTRACT The contract term, if an award(s) is made, is intended to be for a one-time purchase. Prices shall remain firm for 365 days. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or the County Manager’s designee, may extend the contract under all the terms and conditions contained in the awarded contract for up to one hundred and eighty (180) days. The County Manager or designee, shall give the Contractor written notice of the County's intention to extend the contract term prior to the end of the contract term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. For the purposes of determining the winning bidder, the County will select the vendor as outlined below: Page 2564 of 3203 • Lowest total bid price Collier County reserves the right to select one, or more than one supplier, award on a line-item basis, establish a pool for quoting, or other options that represent the best value to the County; however, it is the intent to: • Single Awardee The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The Operations and Performance Management – Airport Authority Division is seeking bids to purchase one complete 5,000-gallon jet “A” aviation fuel truck for airport operations. The truck shall be fully assembled and ready for immediate use upon delivery. The truck must be capable of safely storing, transporting, and dispensing aviation fuel, and shall conform to all applicable DOT, OSHA, State, and Federal safety requirements. The specifications below are for a fully equipped, road-ready aviation fuel truck (or approved equal). The omission of essential details does not relieve the awarded Vendor from furnishing a complete, functional truck. The specifications indicated in this bid invitation will be considered the minimum. All parts and components of the vehicle must be new, shall not be used, rebuilt or refurbished and shall not have been used as demonstration equipment. General Specifications 1. Truck Cab (Chassis & Powertrain): 1.1 Heavy-duty truck chassis, DOT approved 1.2 Diesel engine 1.3 Automatic 1.4 Full air brake system 1.5 Aviation transceiver with external speaker 1.6 A/C with heating and cooling 1.7 Lighting 1.7.1 LED work lights (2 swivel-mounted each side near tank) 1.7.2 One rear LED work light 1.7.3 One front LED light mounted on top of the cab (movable, in-cab controlled) 1.8 Roof-mounted warning beacon 1.9 Lockable storage cabinet, approx. 24” x 36” (size dependent on mounting) 2. Tank (Fuel Storage Unit): 2.1 5,000 gallons 2.2 Single-compartment tank 2.3 Fully baffled aluminum, DOT 406 compliant 2.4 Access 2.4.1 One 20” main manhole with fill/vapor vent 2.4.2 One 20” inspection manhole 2.5 Hooded vent with interlock and elbow 2.6 Welded aluminum extrusions with expanded metal walkway 2.7 Two front and two rear drains 2.8 Rear-mounted aluminum ladder with grip steps and drainage 2.9 Valves 2.9.1 Four (4”) internal bottom load valve 2.9.2 Three (3”) offload valve 2.9.3 Two and one half (2½”) bottom load adapter with brake interlock 2.10 Sensors Page 2565 of 3203 2.10.1 Electronic liquid level gauge 2.10.1 Ball valve sensor precheck 2.11 Mounting: Neoprene sills and full-length retaining strips 3. Pump & Refueling Equipment: 3.1 300 GPM PTO-driven centrifugal, self-priming with defueling capability 3.2 Engine management and flow control system 3.3 300 GPM filter vessel with differential pressure gauge 3.4 Electronic water detection sensor 3.5 300 GPM positive displacement meter with electronic display 3.6 Stainless steel, Schedule 5 piping through out 3.7 Hose Reels & Nozzles 3.7.1 One (1) 4” x 50’ hose with underwing nozzle (electric rewind reel) 3.7.2 Two (2) 1 ½” x 50’ hose with overwing nozzle (electric rewind reel) 3.8 Static reel Located at bottom load valve 3.9 Emergency Shutoffs: Quick-access shutoffs (front right and left of tank) 3.9.1 Fire Extinguishers: Two units installed 3.9.2 Interlocks: Integrated with underwing nozzles, bottom loading valve, and pump selector 3.10 Deadman Control: Electric 3.11 Control Panel Capable of interfacing with FBO for fuel transactions, flow register, and nozzle pressure display 3.12 FSII (Fuel System Icing Inhibitor) System 3.12.1 Mounted FSII tank 3.12.1 Injection system with proportioning controls 3.12.2 Monitoring components included 4. Descriptive Literature: 4.1 Bidders must submit illustrations, brochures, and technical documents demonstrating product compliance with the specifications. 4.2 Warranty - A minimum of one (1) year warranty on all systems and components. Vendor must include documentation for all manufacturer warranties. 4.3 Manuals -The Vendor shall provide the following at time of delivery 4.3.1 One (1) x Operation Manual 4.3.2 One (1) x Maintenance Manual 4.3.3 Engine Manual 5. Training: 5.1 Operator and service training shall be conducted at the Marco Island Executive Airport located at 2005 Mainsail Dr, 34114 at no additional charge. 6. Special Instructions, Delivery, Tags and Terms: 6.1 Delivery Hours: Monday–Friday, 8:00 a.m. to 4:00 p.m. (excluding County Holidays) 6.2 Delivery Deadline: Vendor shall deliver, within 90 to 120 days from notification of award. Vendor will advise County of confirmed date of delivery, 30 days prior to confirmed delivery date. 6.3 The Truck must be delivered fully assembled, tested, and ready for use 6.4 Delivery Address: Marco Island Executive Airport 2005 Mainsail Dr Naples FL 34114 Page 2566 of 3203 VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 2567 of 3203 Lowest Bidder Non-responsive SkyMark Refuelers, LLC Rampmaster ITEM TOTAL COST TOTAL COST 1 113,600.00$ 223,050.00$ 2 40,435.00$ 94,350.00$ 3 175,865.00$ 118,958.00$ 329,900.00$ 436,358.00$ SkyMark Refuelers, LLC Rampmaster YES/NO YES/NO YES NO YES YES YES NO NA NA NA NA YES*NO YES YES YES NO YES NO YES*NO *Deemed Minor Irregularities Document(s) Received Project Manager: Nick Rossdale Procurement Strategist: Valeska Escobar Notifications Sent: 3,565 Viewed: 369 Bids Received: 2 Opened By: Rita Iglesias Witnessed By: Dania Guerrero Date: November 6, 2025, 3:00 PM EST BID TABULATION ITB NO. 25-8521 MARCO AIRPORT 5,000 GALLON JET " A" FUEL TRUCK Note: All lines must be completed to be deemed responsive. TOTAL BID AMOUNT: Tank (Fuel Storage Unit) Pump & Refueling Equipment DESCRIPTION Truck Cab (Chassis & Powertrain) Vendor W-9 Sunbiz Page E-Verify Insurance and Bonding Requirements Form 6: Grant Forms (if applicable) REQUIRED FORMS AND DOCUMENTS Form 5: Reference Questionnaire Form 4: Vendor Submittal – Local Vendor Preference Affidavit Form 3: Immigration Affidavit Certification Form 2: Conflict of Interest Certification Affidavit Form 1: Vendor Declaration Statement Page 2568 of 3203 County of Collier, FL Procurement Sandra Srnka, Procurement Director 3299 Tamiami Trail, East Naples, FL 34112 [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8521 5,000 Gallon Jet "A" Aviation Fuel Truck RESPONSE DEADLINE: November 6, 2025 at 3:00 pm Report Generated: Thursday, November 6, 2025 SkyMark Refuelers, LLC Response CONTACT INFORMATION Company: SkyMark Refuelers, LLC Email: swittmeier@skymarkrefuelers.com Contact: Spring Wittmeier Address: 4001 E. 149th Street Suite B Kansas City, MO 64147 Phone: N/A Website: www.skymarkrefuelers.com Submission Date: Nov 5, 2025 5:03 PM (Eastern Time) Page 2569 of 3203 [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8521 5,000 Gallon Jet "A" Aviation Fuel Truck [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT undefined - 5,000 Gallon Jet "A" Aviation Fuel Truck Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELEC TRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Invitation to Bid (ITB) Instructions Form* Invitation to Bid (ITB) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 2570 of 3203 [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8521 5,000 Gallon Jet "A" Aviation Fuel Truck [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT undefined - 5,000 Gallon Jet "A" Aviation Fuel Truck Page 3 6. Bid Schedule * Please upload the completed bid schedule in Microsoft Excel format. Completed_25-8521_Bid_Schedule.xlsx Quote,_Specs_and_TCM.pdf 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_-_Vendor_Declaration.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_-_Conflict_of_Interest.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_-_Immigration_Cert.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. No response submitted REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) All forms must be completed. Customer_References.pdf GRANT PROVISIONS (IF APPLICABLE FORM 6) All forms must be completed Grant_Provision_Docs.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** Page 2571 of 3203 [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8521 5,000 Gallon Jet "A" Aviation Fuel Truck [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT undefined - 5,000 Gallon Jet "A" Aviation Fuel Truck Page 4 http://dos.myflorida.com/sunbiz/ should be attached with your submittal. FL_SOS.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. EVerify_Proof.pdf W-9 FORM* W9.pdf SIGNED ADDENDUMS (IF APPLICABLE) No response submitted ANY REQUIRED LICENSES. Licenses.pdf MISCELLANEOUS DOCUMENTS Cover_Letter.pdf Marked_Up_General_Service_Agreement.pdf Marked_Up_PO_Terms.pdf PRICE TABLES TOTAL BID AMOUNT Please submit Completed Bid Schedule Via Microsoft Excel Page 2572 of 3203 [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8521 5,000 Gallon Jet "A" Aviation Fuel Truck [SKYMARK REFUELERS, LLC] RESPONSE DOCUMENT REPORT undefined - 5,000 Gallon Jet "A" Aviation Fuel Truck Page 5 Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EA $329,900.00 $329,900.00 TOTAL $329,900.00 Page 2573 of 3203 Page 2574 of 3203 Page 2575 of 3203 Page 2576 of 3203 Page 2577 of 3203 Page 2578 of 3203 Page 2579 of 3203 Page 2580 of 3203 Page 2581 of 3203 Page 2582 of 3203 Page 2583 of 3203 Page 2584 of 3203 Page 2585 of 3203 Page 2586 of 3203 Page 2587 of 3203 Page 2588 of 3203 Page 2589 of 3203 Page 2590 of 3203 Page 2591 of 3203 Page 2592 of 3203 Page 2593 of 3203 Page 2594 of 3203 Page 2595 of 3203 Page 2596 of 3203 Page 2597 of 3203 Page 2598 of 3203 Page 2599 of 3203 Page 2600 of 3203 Page 2601 of 3203 Page 2602 of 3203 Page 2603 of 3203 Page 2604 of 3203 Page 2605 of 3203 Page 2606 of 3203 Page 2607 of 3203 Page 2608 of 3203 Page 2609 of 3203 Page 2610 of 3203 Page 2611 of 3203 Page 2612 of 3203 Page 2613 of 3203 Page 2614 of 3203 Page 2615 of 3203 Page 2616 of 3203 Page 2617 of 3203 Page 2618 of 3203 Page 2619 of 3203 Page 2620 of 3203 Page 2621 of 3203 Page 2622 of 3203 Page 2623 of 3203 Page 2624 of 3203 Page 2625 of 3203 Page 2626 of 3203 Page 2627 of 3203 Page 2628 of 3203 Page 2629 of 3203 Page 2630 of 3203 Page 2631 of 3203 Page 2632 of 3203 Page 2633 of 3203 Page 2634 of 3203 Page 2635 of 3203 Page 2636 of 3203 Page 2637 of 3203 Page 2638 of 3203 Page 2639 of 3203 Page 2640 of 3203 Page 2641 of 3203 Page 2642 of 3203 Page 2643 of 3203 Page 2644 of 3203 Page 2645 of 3203 Page 2646 of 3203 Page 2647 of 3203 Page 2648 of 3203 Page 2649 of 3203 Page 2650 of 3203 Page 2651 of 3203 Page 2652 of 3203 Page 2653 of 3203 Page 2654 of 3203 Page 2655 of 3203 Page 2656 of 3203 Page 2657 of 3203 Page 2658 of 3203 Page 2659 of 3203 Page 2660 of 3203 Page 2661 of 3203 Page 2662 of 3203 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2663 of 3203 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000__ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000__single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000____ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 2664 of 3203 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 8/12/25 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 2665 of 3203 Holder Identifier : 7777777707070700077763616065553330763717446304446707662007550507120070571577277302230737075553345442107573372127166630072360441364133130772041553047613007726275732056552077727252025773110777777707000707007 6666666606060600062606466204446200600022424226222006220224062240020062220062422400200620020626004020006220024040260002060002062620400200600202626224022206222206062242222066646062240664440666666606000606006Certificate No : 570118065561 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/23/2026 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Insurance Services West, Inc. San Francisco CA Office 425 Market Street Suite 2800 San Francisco CA 94105 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 34690Property & Casualty Ins Co of HartfordINSURER A: 27120Trumbull Insurance CompanyINSURER B: 19682Hartford Fire Insurance Co.INSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: INSURED SkyMark Holdings, LLC SkyMark Refuelers, LLC 4001 E. 149th St. Suite B Kansas City MO 64147 USA COVERAGES CERTIFICATE NUMBER:570118065561 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $10,000 $1,000,000 $2,000,000 $2,000,000 C 08/01/2025 08/01/202637UUNSV6BVC PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000B08/01/2025 08/01/2026 $1,000 COMBINED SINGLE LIMIT (Ea accident)37 UEN OL2796 Comp/Coll Ded EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED UMBRELLA LIAB RETENTION E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEA08/01/2025 08/01/2026 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 37WESV6BX1 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. The Insurer shall provide Certificate Holder with thirty (30) days’ prior written notice of cancellation or non-renewal. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Page 2666 of 3203