HomeMy WebLinkAboutGregg Simpson Trucking 2017-04-21(]l",g /4,)-7194
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
AIRPORT AVGAS TANK PAD AND FUELING SYSTEM INSTALLATION
Specification No. 17-04
THIS AGREEMENT, made this 21st day of April, 2017, by and between the City of Ukiah, Mendocino County,
California, hereinafter called the City and Gregg Simpson Trucking, hereinafter called the Contractor,
WITNESSETH
WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract
documents for the work herein described and shown and has approved and adopted these contract documents,
specifications and drawings and has caused to be published in the manner and forthe time required by law a notice
to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and
WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal
accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction
of the proposed work in accordance with the terms of this contract and
WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the
proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular
responsible bidder for the work and for the sums named in the proposal,
NOW, THEREFORE, THIS AGREEMENT WITNESSETH:
Article 1 Work to be Done and Contract Days Allowed.
That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall
furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary
for completion of the work in conformity with the Special Provisions and other contract documents hereto attached
and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within
forty-five (45) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice
that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of
counting contract days, however, in no event shall the Contractor start work without giving notification to the
Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or
without having submitted certificates of insurance that have been accepted and approved by the Engineer
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 47 Spec. No. 17-04
Article II. Contract Prices
That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete
performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full
compensation for all material and appliances necessary to the work, for all labor and use of tools and other
implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the
nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may
be encountered in the prosecution of the work; for all risks of every description connected therewith; for all
expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses
incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and
the requirements of the City.
Article III. Labor Discrimination.
Attention is directed to Section 1735 of the Labor Code, which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the race,
color, national origin or ancestry, or religion of such persons and every contractor for public works violating
this section is subject to all the penalties imposed for a violation of this chapter."
In connection with the performance of work under this contract, the Contractor agrees as follows:
(a) The Contractor will not willfully discriminate against any employee or an applicant for employment
because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action
to ensure that applicants are employed and that employees are treated during employment without
regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be
limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the awarding authority setting
forth the provisions of this Fair Employment Practice section.
(b) The Contractor will send to each labor union or representative of workers with which he or she has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by the
awarding authority, advising the said labor union or worker's representative of the Contractor's
commitments under this section, to employees and applicants for employment.
(c) The Contractor will permit access to his or her records of employment, employment advertisements,
application forms and other pertinent data and records by the Fair Employment Practices
Commission, City of Ukiah or any other appropriate agency of the State of California designated by
the awarding authority, for the purposes of investigation to ascertain compliance with the Fair
Employment Practices section of this contract.
(d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair
Employment Practices Act shall be regarded by the awarding authority as a basis for determining the
Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may
submit bids, for revoking the Contractor's pre -qualification rating, if any and for refusing to establish,
reestablish or renew a pre -qualification rating for the Contractor.
The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment
Practices Act to have occurred upon that it has investigated and determined that the Contractor has
violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426
or obtained an injunction under Labor Code Section 1429.
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 48 Spec. No. 17-04
Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall
notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority
within a stated period that the violation has been corrected, his or her pre -qualification rating will be
revoked at the expiration of such period.
(e) The Contractor agrees that should the City determine that the Contractor has not complied with the
Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and
1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for
each person who was denied employment as a result of such non-compliance, the penalties provided
in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the
Contractor. The City may deduct any such damages from any monies due the Contractor.
(f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of
fashion so as to prevent the City or the State of California from pursuing any other remedies that may
be available at law.
(g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has
or will meet the following standards for affirmative compliance, which shall be evaluated in each case
by the awarding authority:
(1) The Contractor shall provide evidence, as required by the City that he or she has notified all
supervisors, foremen and other personnel officers in writing of the content of the anti -discrimination
clause and their responsibilities under it.
(2) The Contractor shall provide evidence, as required by the City, that he or she has notified all
sources of employees' referrals (including unions, employment agencies, advertisements,
Department of Employment) of the content of the anti -discrimination clause.
(3) The Contractor shall file a basic compliance report, as required by the City. Willfully false
statements made in such reports shall be punishable as provided by law. The compliance report shall
also spell out the sources of the work force and who has the responsibility for determining whom to
hire, or whether or not to hire.
(4) Personally, or through his or her representatives, the Contractor shall, through negotiations with
the unions with whom he or she has agreements, attempt to develop an agreement which will:
a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training.
b. Otherwise implement an affirmative anti -discrimination program in terms of the unions'
specific areas of skill and geography to the end that qualified minority workers will be available
and given and equal opportunity for employment.
(5) The Contractor shall notify the City of opposition to the anti -discrimination clause by individuals,
firms or organizations during the period of its pre -qualification.
(h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier
subcontract so that such provisions will be binding upon each such subcontractor.
(i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of
submitting the bid.
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 49 Spec. No. 17-04
Article IV. Parts of the Contract.
That the complete contract consists of the following documents, all of which shall be considered a part of this
agreement.
1. Notice to Bidders
2. Wage Rates
3. General Conditions
4. Technical Specifications
5. Proposal
6. Fair Employment Practices Certification
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construction Details
10. Standard Drawings
11. Indemnification Agreement
IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to
be signed by authority of their duly authorized office this �4 qtr day of HA1 20 11 .
CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA
By:
Attest:
By:
Attest:
Title:
� S00
GREGG SIMPSON TRUCKING
p,0riLA-
The foregoing contract is approved as to form and legality this 3 day of A 20 LT
CITY A EY, CI Y OK UKIAA
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 50 Spec. No. 17-04
INDEMNIFICATION AGREEMENT
This Indemnification Agreement is made and entered in Ukiah, California, on April 21, 2017, by and between
the City of Ukiah (Ukiah) and Gregg Simpson Trucking (Contractor).
Contractor is performing work as specified in Specification No. 17-04 Airport AvGas Tank Pad and Fueling
System Installation for Ukiah.
As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect
Ukiah from damage or damage claims which arise from its performance of the work.
Accordingly, Contractor agrees as follows:
1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees
from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of
damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order
attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other
wrongful conduct of Ukiah or its officers, agents and employees.
GREGG SIMPSON TRUCKING
BY: AS�
TITLE: 6 ".%v—�
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 51 Spec. No. 17-04
BD753452
CITY OF UKIAH
Mendocino County, California
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned,
Gregg Simpson Trucking
AS PRINCIPAL, and
Nationwide Mutual Insurance Company
AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of
Seventy Seven Thousand ten Dollars and Fifty Cents dollars ($ 77,010.50
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally.
WHEREAS, the Principal has entered into a certain Contract with the City, dated April 21 '20 17
a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the
Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may
be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all
claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all
expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the
Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the
prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the
Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No
modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any
way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification,
extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals
hereto, this 21 st day of April ,20 17
In the presence of:
WITNESS:
S a (SEAL)
(Individual Principal)
11 Highland Crt
(Business Address)
Ukiah, CA 95482
(City/State/Zip Code)
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 52 Spec. No. 17-04
WITNESS:
ATTEST:
ATTEST:
The rate of premium on this bond is $
25.00
(SEAL)
(Corporate Principal)
11 Highland Crt
(Business Address)
Ukiah, CA 95482
(City/State/Zip Code)
(Corporate Principal) Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
Affix
(Co rate Surety) Corporate
Seal
7777 Alvarado Rd, Suite 201
(Business Address)
La Mesa, CA 91942
(City/State/Zip Code)
The total amount of premium charges is $ $1,925
perthousand.
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be
attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
I, , certify that I am the
Secretary of the corporation named as Principal in the foregoing bond; that
who signed the said bond on behalf of the Principal, was then
of said corporation; that I know his signature, and that his
signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said
corporation by authority of its governing body.
Affix Corporate Seal
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 53 Spec. No. 17-04
BD753452
Prem. included
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned,
Gregg Simpson Trucking . AS PRINCIPAL, and
Nationwide Mutual Insurance Company , AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of
Seventy Seven Thousand Ten Dollars and Fifty C��S ($ 77,010.50
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally.
WHEREAS, the Principal has entered into a certain Contract with the City, dated April 21 2017
a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the
Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may
be granted and during any guaranty period forwhich the Contract provides, and if the Principal shall fully satisfy all
claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all
expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the
Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the
prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the
Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No
modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any
way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification,
extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals
hereto, this 21st day of April 20 17
In the presence of:
WITNESS:
N�hcQSo4 (SEAL)
(Individual Principal)
11 Highland Crt
(Business Address)
Ukiah, CA 95482
(City/State/Zip Code)
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 54 Spec. No. 17-04
WITNESS:
(SEAL)
(Corporate Principal)
11 Highland Crt
(Business Address)
Ukiah, CA 95482
(City/State/Zip Code)
ATTEST:
(Corporate Principal)
Affix
Corporate
Seal
(Business Address)
(City/State/Zip Code)
7
ATTEST:
C- ,
/
Affix
(C rporate Surety)
Corporate
Seal
7777 Alvarado Rd. Suite 201
(Business Address)
La Mesa, CA 91942
(City/State/Zip Code)
The rate of premium on this bond is $
25.00 per thousand.
The total amount of premium charges is $ 1,925
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be
attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
I, , certify that I am the
Secretary of the corporation named as Principal in the foregoing bond; that
who signed the said bond on behalf of the Principal, was then
of said corporation; that I know his signature, and that his
signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said
corporation by authority of its governing body.
Affix Corporate Seal
AIRPORT AVGAS TANK PAD AND
FUELING SYSTEM INSTALLATION 55 Spec. No. 17-04
KNOW ALL MEN BY THESE PRESENTS THAT:
Nationwide Mutual Insurance Company, an Ohio corporation
Farmland Mutual Insurance Company, an Iowa corporation
Nationwide Agribusiness Insurance Company, an Iowa corporation
Power of Attorney
AMCO Insurance Company, an Iowa corporation
Allied Property and Casualty Insurance Company, an Iowa corporation
Depositors Insurance Company, an Iowa corporation
hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint:
MANUEL B. MELLO
MICHAEL K. HALL
BRADLEY Z. CLARK
RONDA F. TUOMALA
JAMES G. GRAY
SANTA ROSA CA
each in their individual capacity, its true and lawful attorney-in-fact, with full power and authorityto sign, seal, and execute on its behalf any and all bonds and undertakings,
and other obligatory instruments of similar nature, in penalties not exceeding the sum of
SEVEN HUNDRED FIFTY THOUSAND AND NO/100 DOLLARS $ 750,000.00
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said
Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize
them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of
indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature thatthe business of
the Company may require; and to modify or revoke, with or without cause, any such appointmentor authority; provided, however, thatthe authority granted hereby shall
in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company."
"RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company
subject to the terms and limitations of the power of attorney issued to them, and to affixthe seal of the Company thereto; provided, however, that said seal shall not be
necessary for the validity of any such documents."
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved
documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief
executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document,
contract, instrument, or other papers of the Company.
IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the
13' day of February , 2014 .
_+
ACKNOWLEDGMENT
STATE OF IOWA, COUNTY OF POLK: ss
Terrance Williams, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company
�
� ';
/
�. SEAL,`.
and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company,
AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance
*:SEAL
` •.. _ _:
acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer
hereto Companies,
_ /
1
Company
_+
ACKNOWLEDGMENT
STATE OF IOWA, COUNTY OF POLK: ss
On this 13s' day of February, 2014, before me came the above-named officer for the Companies aforesaid, to
/`;:.SEAL:+�
j°SEAL; me personally known to be the officer described in and who executed the preceding instrument, and he
Iof
acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer
hereto Companies,
the Companies aforesaid, that the seals affixed are the corporate seals of said and the
said corporate seals and his signature were duly affixed and subscribed to said instrumentbythe authorityand
/S}'.....`�F,'
direction of said Companies.
: � /
t:_SEAL
/ ,
/ :.SEAL:
Sandy Alitz
Notarial Scal —Iowa
Commission Nmnhcr 152785
%Notary
�:
Public
ib.�
�/
�,°�ris'�
i�
1�Iy Commission Expires March, 24, 017
My Commission Expires
March 24, 2017
\��
CERTIFICATE
I, Robert W Horner III, Secretary
of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the
Company; that the resolution
included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked
or amended in any manner;
that said Terrance Williams was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and
the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of
attorney is still in full force
and effect.
IN WITNESS WHEREOF,
I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 21st day
of April 20 17
Secretary
This Power of Attorney Expires 05/21/19
BDJ 1(03-14) 00
06085
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of 1
On ?L 1-1 before me, IL,li,, N) e- i+, "-' J�"n I �ub( rz
(insert name a d title of the offi er)
personally appearedvvL vi p e d ice. f /1 e I i u
who proved to me on the basis of satisfactory evidence to be the person
,�$j whose name�sfare
subscribed to the within instrument and acknowledged to me that/she/they executed the same in
his/her/their authorized capacity(iesr and that by�Is/her/their signature,O on the instrument the
person(), or the entity upon b6half of which the person acted, executed the instrument.
certifyunderPENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. JULIA M. BAGGETT
wi • COMM. #2157557 m
NOTARY PUBLIC • CALIFORNIA N
W .. HUMBOLOTCOUNTY
klyComm. Exp�resJaly19.2020 r
Signaturc�,"'—O m(Seal)
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Gregg Simpson Trucking
as PRINCIPAL
and Nationwide Mutual Insurance Company
as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
Five Percent of the Final Contract Amount
($ 5% of Contract )
(5 PERCENT OF THE FINAL CONTRACT AMOUNT)
to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors,
administrators successors and assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal entered into a Contract with the City of Ukiah
dated April 21, 2017
for Airport AVGAS Tank Pad and Fueling System Installation
WHEREAS, said Contract has been completed, and was approved on the 21st day of April
2017
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee that
the work will be free of any defective materials or workmanship which become apparent during the period of one (1)
year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and
effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the
Principal or Manufacturer only, and the surety assumes no liability for such a guarantee.
Signed, sealed, and dated this 24th day of April 20 17
(Seal)
By:.. a ^I (Seal)
Gregg Simpson Trucking (Seal)
Principal
" U (Seal)
BY: Manuel B. l6ello, Attorney -In -Fact (Seal)
Nationwide Mutual Insurance Company (Seal)
Surety