National Academies Press: OpenBook

Long-Term Performance of Polymer Concrete for Bridge Decks (2012)

Chapter: APPENDIX C Warranty and Payment Bond

« Previous: APPENDIX B Stresses in Overlays
Page 63
Suggested Citation:"APPENDIX C Warranty and Payment Bond." National Academies of Sciences, Engineering, and Medicine. 2012. Long-Term Performance of Polymer Concrete for Bridge Decks. Washington, DC: The National Academies Press. doi: 10.17226/14623.
×
Page 63
Page 64
Suggested Citation:"APPENDIX C Warranty and Payment Bond." National Academies of Sciences, Engineering, and Medicine. 2012. Long-Term Performance of Polymer Concrete for Bridge Decks. Washington, DC: The National Academies Press. doi: 10.17226/14623.
×
Page 64
Page 65
Suggested Citation:"APPENDIX C Warranty and Payment Bond." National Academies of Sciences, Engineering, and Medicine. 2012. Long-Term Performance of Polymer Concrete for Bridge Decks. Washington, DC: The National Academies Press. doi: 10.17226/14623.
×
Page 65
Page 66
Suggested Citation:"APPENDIX C Warranty and Payment Bond." National Academies of Sciences, Engineering, and Medicine. 2012. Long-Term Performance of Polymer Concrete for Bridge Decks. Washington, DC: The National Academies Press. doi: 10.17226/14623.
×
Page 66
Page 67
Suggested Citation:"APPENDIX C Warranty and Payment Bond." National Academies of Sciences, Engineering, and Medicine. 2012. Long-Term Performance of Polymer Concrete for Bridge Decks. Washington, DC: The National Academies Press. doi: 10.17226/14623.
×
Page 67

Below is the uncorrected machine-read text of this chapter, intended to provide our own search engines and external engines with highly rich, chapter-representative searchable text of each book. Because it is UNCORRECTED material, please consider the following text as a useful but insufficient proxy for the authoritative book pages.

61 APPENDIX C Warranty And Payment Bond The manufacturer of the epoxy binder and the Contractor shall jointly and severally furnish a bond for the faithful perfor- mance of all obligations imposed upon each by the clauses hereof entitled “Manufacturer’s Warranty” and “Contractor’s Warranty” and also for the payment of all lawful claims of subcontractors, material men, and workmen arising out of the per- formance of each such Warranty. Such bond shall be in the form bound herewith entitled “Warranty and Payment Bond,” shall be in a penal sum equal to the Lump Sum compensation inserted in the Form of Contract clause entitled “General Agreement” and such bond shall be signed by one or more sureties* satisfactory to the Authority. The bond may be executed on a separate copy of such form not physically attached to this Contract booklet. In any case, both the form of bond bound herewith and any unattached executed copy thereof shall form a part of this Form of Contract as though herein set forth in full. Submit such bond to the Authority with the Proposal. * Sureties must be corporations (commonly known as “surety companies”), authorized to do business as sureties in the state(s) in which the construction site is located, whose names appear on the current list of the Treasury Department of the United States in effect at the time of submission of the Warranty and Payment Bond to the Authority as acceptable as sureties to the Treasury Department. In addition, the aggregate underwriting limitations on any one risk as set forth in the aforementioned list of the Treasury Department of the sureties shall equal or exceed the penal sum of the Warranty and Payment Bond.

62 MANUFACTURER’S WARRANTY WHEREAS, Name of Manufacturer† , Address ________________ Telephone _____________________, FAX ____________________________________________________ manufactured the epoxy binder for Authority Contract LGA-124.058, entitled “La Guardia Airport Wearing Course Installa- tion on Runway Decks”; a copy of said Contract is hereby made a part of this warranty as though set forth in full; and WHEREAS, the above-named entity has agreed to warrant the Work as such term is defined in Contract LGA-124.058 to the Port Authority of New York and New Jersey, to preserve the performance of the Work against any degradation of performance from the requirements of said Contract during the term of said Contract and for a period of five (5) years from the date of issuance of the Certificate of Final Completion for Contract LGA-124.058; and WHEREAS, the above-named entity agrees to repair the Work in the event of any degradation of performance of the Work as specified in 3.03 of the Section of the Specifications for Contract LGA-124.058, entitled “Epoxy Overlay,” as determined solely by the Manager, La Guardia Airport, and further agrees to commence repair within three (3) calendar days of notifica- tion from such Manager of the necessity for such repair and perform such repair operations continuously between the hours of midnight and 6:00 a.m., seven days a week (weather permitting), 365 days per year until completion of each such repair to the satisfaction of the Manager, La Guardia Airport; and WHEREAS, the above-named entity agrees that no exclusion to this Warranty shall be made for any reason whatsoever; and WHEREAS, this Warranty shall be deemed to have been made by the above-named entity pursuant to the requirements of Contract LGA-124.058, and with the full knowledge that it would become a part of the records of the Authority and that the Authority will rely on its truth and accuracy in awarding Contract LGA-124.058; and WHEREAS, the above-named entity agrees to insure its financial viability for the term of Contract LGA-124.058 and the Warranty period thereafter in accordance with the clause of Contract LGA-124.058 entitled “Warranty and Payment Bond”; NOW, THEREFORE, the above-named entity hereby warrants the Work as such term is defined in Contract LGA-124.058, jointly and severally with any other entity which executes a Warranty for the Port Authority of New York and New Jersey with respect to Contract LGA-124.058, jointly and severally with any other entity which executes a Warranty to the Port Authority of New York and New Jersey with respect to Contract LGA-124.058; IN WITNESS THEREOF, the above-named entity has caused this instrument to be executed by a duly authorized officer. ___________________________________________________________ (Type or print name of Manufacturer) By: ________________________________________________________ (Signature of officer of Manufacturer) ___________________________________________________________ (Type or print name of officer of Manufacturer) ___________________________________________________________ (Type or print title of officer of Manufacturer) ___________________________________________________________ (Type or print date) † Insert Manufacturer’s name. If a corporation, give state of incorporation, using the phrase, “a corporation organized under the laws of the State of _______ .” If a partnership, give full names of partners, using also the phrase, “co-partners doing business under the firm name of _____________________________ .” If an individual using a trade name, give individual name, using also the phrase, “an individual doing business under the trade name of _______________ .”

63 CONTRACTOR’S WARRANTY WHEREAS, (Name of Contractor)‡ , Address ________________, Telephone ______________________________________________________________________________, FAX __________________________________________________________________________________, entered into a Contract in writing with the Authority, a copy of which is hereby made a part of this warranty as though set forth in full and which is designated Contract LGA-124.058 entitled “La Guardia Airport Wearing Course Installation on Runway Decks”; and WHEREAS, the above-named entity has agreed to warrant the Work as such term is defined in Contract LGA-124.058 to the Port Authority of New York and New Jersey, to preserve the performance of the Work against any degradation of performance from the requirements of said Contract during the term of said Contract and for a period of five (5) years from the date of issuance of the Certificate of Final Completion for Contract LGA-124.058; and WHEREAS, the above-named entity agrees to repair the Work in the event of any degradation of performance of the Work as specified in 3.03 of the Section of the Specifications for Contract LGA-124.058, entitled “Epoxy Overlay,” as determined solely by the Manager, La Guardia Airport, and further agrees to commence repair within three (3) calendar days of notifica- tion from such Manager of the necessity for such repair and perform such repair operations continuously between the hours of midnight and 6:00 a.m., seven days a week (weather permitting), 365 days per year, until completion of each such repair to the satisfaction of the Manager, La Guardia Airport; and WHEREAS, the above-named entity agrees that no exclusion to this Warranty shall be made for any reason whatsoever; and WHEREAS, this Warranty shall be deemed to have been made by the Contractor pursuant to the requirements of Contract LGA-124.058, and with the full knowledge that it would become a part of the records of the Authority and that the Authority will rely on its truth and accuracy in awarding Contract LGA-124.058; and WHEREAS, the above-named entity agrees to insure its financial viability for the term of Contract LGA-124.058 and the Warranty period thereafter in accordance with the clause of Contract LGA-124.058 entitled “Warranty and Payment Bond”; NOW, THEREFORE, the above-named entity hereby warrants the Work as such term is defined in Contract LGA-124.058 jointly and severally with any other entity which executed a Warranty to the Port Authority of New York and New Jersey with respect to Contract LGA-124.058; IN WITNESS THEREOF, the above-named entity has caused this instrument to be executed by a duly authorized officer. ___________________________________________________________ (Type or print name of Contractor) By: ________________________________________________________ (Signature of officer of Contractor) ___________________________________________________________ (Type or print name of officer of Contractor) ___________________________________________________________ (Type or print title of officer of Contractor) ___________________________________________________________ (Type or print date) ‡ Insert Manufacturer’s name. If a corporation, give state of incorporation, using the phrase, “a corporation organized under the laws of the State of _______ .” If a partnership, give full names of partners, using also the phrase, “co-partners doing business under the firm name of _____________________________ .” If an individual using a trade name, give individual name, using also the phrase, “an individual doing business under the trade name of _______________ .” If a joint venture, insert name as appropriate for one participant of the joint venture on this page and attach and complete an additional page in the same form as spears on this page for each other participant as required.

NEED SPINE WIDTH TRANSPORTATION RESEARCH BOARD 2011 EXECUTIVE COMMITTEE* OFFICERS Chair: Neil J. Pedersen, Administrator, Maryland State Highway Administration, Baltimore Vice Chair: Sandra Rosenbloom, Professor of Planning, University of Arizona, Tucson Executive Director: Robert E. Skinner, Jr., Transportation Research Board MEMBERS J. BARRY BARKER, Executive Director, Transit Authority of River City, Louisville, KY DEBORAH H. BUTLER, Executive Vice President, Planning, and CIO, Norfolk Southern Corporation, Norfolk, VA WILLIAM A.V. CLARK, Professor, Department of Geography, University of California, Los Angeles EUGENE A. CONTI, JR., Secretary of Transportation, North Carolina DOT, Raleigh JAMES M. CRITES, Executive Vice President of Operations, Dallas-Fort Worth International Airport, TX PAULA J. HAMMOND, Secretary, Washington State DOT, Olympia MICHAEL W. HANCOCK, Secretary, Kentucky Transportation Cabinet, Frankfort ADIB K. KANAFANI, Cahill Professor of Civil Engineering, University of California, Berkeley MICHAEL P. LEWIS, Director, Rhode Island DOT, Providence SUSAN MARTINOVICH, Director, Nevada DOT, Carson City MICHAEL R. MORRIS, Director of Transportation, North Central Texas Council of Governments, Arlington TRACY L. ROSSER, Vice President, Regional General Manager, Wal-Mart Stores, Inc., Mandeville, LA STEVEN T. SCALZO, Chief Operating Officer, Marine Resources Group, Seattle, WA HENRY G. (GERRY) SCHWARTZ, JR., Chairman (retired), Jacobs/Sverdrup Civil, Inc., St. Louis, MO BEVERLY A. SCOTT, General Manager and CEO, Metropolitan Atlanta Rapid Transit Authority, Atlanta, GA DAVID SELTZER, Principal, Mercator Advisors LLC, Philadelphia, PA LAWRENCE A. SELZER, President and CEO, The Conservation Fund, Arlington, VA KUMARES C. SINHA, Olson Distinguished Professor of Civil Engineering, Purdue University, West Lafayette, IN THOMAS K. SOREL, Commissioner, Minnesota DOT, St. Paul DANIEL SPERLING, Professor of Civil Engineering and Environmental Science and Policy; Director, Institute of Transportation Studies; and Interim Director, Energy Efficiency Center, University of California, Davis KIRK T. STEUDLE, Director, Michigan DOT, Lansing DOUGLAS W. STOTLAR, President and CEO, Con-Way, Inc., Ann Arbor, MI C. MICHAEL WALTON, Ernest H. Cockrell Centennial Chair in Engineering, University of Texas, Austin EX OFFICIO MEMBERS PETER H. APPEL, Administrator, Research and Innovative Technology Administration, U.S.DOT J. RANDOLPH BABBITT, Administrator, Federal Aviation Administration, U.S.DOT REBECCA M. BREWSTER, President and COO, American Transportation Research Institute, Smyrna, GA ANNE S. FERRO, Administrator, Federal Motor Carrier Safety Administration, U.S.DOT LEROY GISHI, Chief, Division of Transportation, Bureau of Indian Affairs, U.S.DOT JOHN T. GRAY, Senior Vice President, Policy and Economics, Association of American Railroads, Washington, DC JOHN C. HORSLEY, Executive Director, American Association of State Highway and Transportation Officials, Washington, DC DAVID T. MATSUDA, Deputy Administrator, Maritime Administration, U.S.DOT VICTOR M. MENDEZ, Administrator, Federal Highway Administration, U.S.DOT WILLIAM W. MILLAR, President, American Public Transportation Association, Washington, DC TARA O’TOOLE, Under Secretary for Science and Technology, U.S. Department of Homeland Security, Washington, DC ROBERT J. PAPP (Adm., U.S. Coast Guard), Commandant, U.S. Coast Guard, U.S. Department of Homeland Security, Washington, DC CYNTHIA L. QUARTERMAN, Administrator, Pipeline and Hazardous Materials Safety Administration, U.S.DOT PETER M. ROGOFF, Administrator, Federal Transit Administration, U.S.DOT DAVID L. STRICKLAND, Administrator, National Highway Traffic Safety Administration, U.S.DOT JOSEPH C. SZABO, Administrator, Federal Railroad Administration, U.S.DOT POLLY TROTTENBERG, Assistant Secretary for Transportation Policy, U.S.DOT ROBERT L. VAN ANTWERP (Lt. Gen., U.S. Army), Chief of Engineers and Commanding General, U.S. Army Corps of Engineers, Washington, DC BARRY R. WALLERSTEIN, Executive Officer, South Coast Air Quality Management District, Diamond Bar, CA *Membership as of June 2011. Abbreviations used without definition in TRB Publications: AAAE American Association of Airport Executives AASHO American Association of State Highway Officials AASHTO American Association of State Highway and Transportation Officials ACI–NA Airports Council International–North America ACRP Airport Cooperative Research Program ADA Americans with Disabilities Act APTA American Public Transportation Association ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials ATA Air Transport Association ATA American Trucking Associations CTAA Community Transportation Association of America CTBSSP Commercial Truck and Bus Safety Synthesis Program DHS Department of Homeland Security DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FHWA Federal Highway Administration FMCSA Federal Motor Carrier Safety Administration FRA Federal Railroad Administration FTA Federal Transit Administration IEEE Institute of Electrical and Electronics Engineers ISTEA Intermodal Surface Transportation Efficiency Act of 1991 ITE Institute of Transportation Engineers NASA National Aeronautics and Space Administration NASAO National Association of State Aviation Officials NCFRP National Cooperative Freight Research Program NCHRP National Cooperative Highway Research Program NHTSA National Highway Traffic Safety Administration NTSB National Transportation Safety Board SAE Society of Automotive Engineers SAFETY-LU Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (2005) TCRP Transit Cooperative Research Program TEA-21 Transportation Equity Act for the 21st Century (1998) TRB Transportation Research Board TSA Transportation Security Administration U.S.DOT United States Department of Transportation

92+ pages; Perfect Bind with SPINE COPY = 14 pts Long-Term Performance of Polymer Concrete for Bridge Decks NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM NCHRP SYNTHESIS 423 N CH R P SYN TH ESIS 423 Long-Term Perform ance of Polym er Concrete for Bridge Decks NEED SPINE WIDTH Job No. XXXX Pantone 202 C TRANSPORTATION RESEARCH BOARD 500 F ifth S treet, N .W . W ashing to n, D .C . 20001 A D D R ESS SER VICE R EQ UESTED TRB A Synthesis of Highway Practice ISBN: 978-0-309-14354-7

Long-Term Performance of Polymer Concrete for Bridge Decks Get This Book
×
 Long-Term Performance of Polymer Concrete for Bridge Decks
MyNAP members save 10% online.
Login or Register to save!
Download Free PDF

TRB’s National Cooperative Highway Research Program (NCHRP) Synthesis 423: Long-Term Performance of Polymer Concrete for Bridge Decks addresses a number of topics related to thin polymer overlays (TPOs).

Those topics include previous research, specifications, and procedures on TPOs; performance of TPOs based on field applications; the primary factors that influence TPO performance; current construction guidelines for TPOs related to surface preparation, mixing and placement, consolidation, finishing, and curing; repair procedures; factors that influence the performance of overlays, including life-cycle cost, benefits and costs, bridge deck condition, service life extension, and performance; and successes and failures of TPOs, including reasons for both.

READ FREE ONLINE

  1. ×

    Welcome to OpenBook!

    You're looking at OpenBook, NAP.edu's online reading room since 1999. Based on feedback from you, our users, we've made some improvements that make it easier than ever to read thousands of publications on our website.

    Do you want to take a quick tour of the OpenBook's features?

    No Thanks Take a Tour »
  2. ×

    Show this book's table of contents, where you can jump to any chapter by name.

    « Back Next »
  3. ×

    ...or use these buttons to go back to the previous chapter or skip to the next one.

    « Back Next »
  4. ×

    Jump up to the previous page or down to the next one. Also, you can type in a page number and press Enter to go directly to that page in the book.

    « Back Next »
  5. ×

    To search the entire text of this book, type in your search term here and press Enter.

    « Back Next »
  6. ×

    Share a link to this book page on your preferred social network or via email.

    « Back Next »
  7. ×

    View our suggested citation for this chapter.

    « Back Next »
  8. ×

    Ready to take your reading offline? Click here to buy this book in print or download it as a free PDF, if available.

    « Back Next »
Stay Connected!