LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in , Republic of

Reintegration and Recovery Programme Ebola Support Programme LBR 1053

A development programme of the Republic of Liberia, co-financed by the Federal Government of Germany through KFW, in collaboration with MoFDP.

BID DOCUMENTS FOR THE CONSTRUCTION OF NINETEEN (19) REINFORCED CONCRETE STRUCTURES OF BRIDGES, BOX CULVERTS AND U-CULVERTS, ACCESS TO HEALTH FACILITIES IN NEEZUINE AND TIMBO DISTRICT RIVERCESS COUNTY, LIBERIA

TECHNICAL AND FINANCIAL BID DECEMBER 2017

BID DOCUMENTS Content of BID documents: I. NOTICE INVITING BID …………………………………………………………………………………………………………….2 II. INSTRUCTION TO BIDDERS…………………………………………………………………………………………………….3 III. FORM OF DECLARATION...... 19 IV. FORM OF INFORMATION OF THE BIDDER AND HIS EMPLOYEES…………………………………………17 V. ANNEX 1 - LOT 1 ...... 20 VI. ANNEX 2 - LOT 2 ...... 61 VII. ANNEX 3 - LOT 3 ……………………………………………………………………………………………………………….88 VIII. ANNEX 4 - LOT 4 …………………………………………………………………………………………………………….126 IX. ANNEX 5 – LOT 5 ……………………………………………………………………………………………………..……. 175 X. SITE VISIT CERTIFICATE ……………………………………………………………………………………………………..206

Important Dates: ‹ Bid Announcement: 08 January 2018 ‹ Purchase of bid documents: from 09 January 2018 to 09 February 2018 ‹ Construction site visit: 15 th – 16 th January 2018 at 10:00 AM

Note: Bidders are responsible for their transport during the site visit. ‹ Deadline for the Submission of Bid: 09 February 2018 ‹ Public opening of the bids: 12 th February 2018 at 10:00 hours in Welthungerhilfe Office in Monrovia ‹ Pre-bid meeting at Welthungerhilfe HQ, 18 th Street Sinkor, Monrovia on 20 th January 2018 at 9:00am and Greenville Field Office, on 22th January 2018 at 9:00am

Page 1 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

SECTION I. NOTICE INVITING BID

The Ebola Support Programme in the Southeast of Liberia is a development program of the Republic of Liberia, co- financed by the Federal Republic of Germany through the German Development Bank (KfW) and implemented by Welthungerhilfe in collaboration with MoFDP, MoPW and MoH&SW. It is within the scope of the program to construct Box Culverts and U-Culverts, access to health facilities in Neezuine and Timbo Districts of Rivercess County.

Qualified and MoPW-CCCS duly registered bidders are invited to submit bid for the Construction of Box Culverts, U- Culverts and accesses to health facilities in Neezuine and Timbo Districts of Rivercess County, divided into Five (5) Lots . Welthungerhilfe invites bids in one packet system on prescribed forms from construction companies having requisite experience and financial capacity for the execution of the work, including the procurement and delivery of the required construction materials.

Throughout these bidding documents, the terms “bid” and “tender” and their derivatives “bidder”, “tenderer”, “bidding”, “tendering”, etc. are synonymous. Welthungerhilfe is also referred to as Principal. KfW is also referred to as Donor. Day means calendar day. Singular also means plural.

Addresses of Welthungerhilfe:

• Welthungerhilfe Head Office-Liberia 18 th Street, Sinkor, Monrovia

• Ebola Support Program II, Welthungerhilfe Field Office, Greenville Office, Sinoe County

Page 2 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

SECTION II. INSTRUCTIONS TO BIDDERS

1. SCOPE OF THE WORK This bid is inviting qualified and MoPW-CCCS duly registered bidders for the Construction of Box Culverts, U-Culverts and accesses to health facilities in Neezuine and Timbo districts of Rivercess County, divided into Five (5) Lots as detailed below:

LOT 1 - Construction of Reinforced Concrete U-Culverts in Timbo Districts, Rivercess County. Annex 1 Town/District Road Link Chainage(KM) GPS Coordinate Size of Culverts Type of Culverts Chrala/Timbo Cestos city 0.0 (N 05 39.100 / W 90cm x 90cm x U- Culvert 009 30.562) 1200cm Charla/Timbo Cestos city 1.6 (N 05 41.022 / W 90cm x 90cm x U-Culvert 009 37.394 1100cm Charla/Timbo Cestos city 3.2 (N 05 40.173 / W 90cm x 90cm x U-Culvert 009 37.319) 1100cm Charla/Timbo Cestos city 4.3 (N 05 39.622 / W 2x200cm x 200cm x Double Box 009 37.232) 1100cm Culvert Charla/Timbo Cestos city 5.8 (N 05 38.908/ W 90cm x 90cm x U-Culvert 009 37.273) 1100cm

LOT 2-Construction of Reinforced Concrete Box and U-Culverts in Timbo District, Rivercess County. Annex2

Town/District Road Link Chainage(KM) GPS Coordinate Size of Culverts Type of Culverts Toby-Little Cestos city 8.3 (N 05 37.798/W 90cmx 90cm x U- Culvert Lib./Timbo 009 37.614 1100cm Toby-Little Cestos city 9.4 (N 05 37.259/W 90cm x 90cm x U-Culvert Lib./Timbo 009 37.783) 1100cm

Toby-Little Cestos city 10.7 (N 05 36.576/W 90cm x 90cm x U-Culvert Lib./Timbo 009 37.876) 1100cm Toby-Little Cestos 14.3 (N 05 34.781/W 2x200cm x 200 cm Double Box Lib./Timbo 009 37.500) x 1100cm Culvert

LOT 3 - Construction of Reinforced Concrete Box and U- Culverts in Neezuine District, Rivercess County. Annex 3

Town/District Road Link Chainage(KM) GPS Coordinate Size of Culverts Type of Culverts Neezuine/Neezuine Neezuine - 0.2 (N 05 40.985/w 90cm x 90cm x U-Culvert Yarkpah 009 30.171) 580cm Neezuine/Neezuine Neezuine- 1.6 (N 05 41.368/W 90cm x 90cm x U-Culvert Yarkpah 009 30.003) 580cm Neezuine/Neezuine Neezuine- 2.9 (N 05 42.116/W 90cm x 90cm x U-Culvert Yarkpah 009 30.047) 580cm Neezuine/Neezuine Neezuine- 2.4 N 05 42.074/W 3x250cm x 250cm x Triple Box Yarkpah 009 30.059) 580cm Culvert Neezuine/Neezuine Neezuine- 3.0 (N 05 42.128/W 200cm x 200cm Single Box Yarkpah 009 30.040) x580cm Culvert

LOT 4 –Construction of Reinforced Concrete Bridge in Neezuine District, Rivercess County. Annex 4

Page 3 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Town/District Road Link Chainage(KM) GPS Coordinate Size of Bridge Type of Bridge Neezuine/Neezuine Neezuine - 1.4 (N 05 41.571/W 1350cm x 350cm x RC Bridge Yarkpah 009 30.046) 580cm

LOT 5 –Construction of Reinforced Concrete Box Culvert and U-Culverts in Neezuine District, Rivercess County. Annex 5

Town/District Road Link Chainage(KM) GPS Coordinate Size of Culverts Type of Culverts Gorzohn/Neezuine Wheazohn - 1.8 (N 05 42.111/W 90cm x 90cm x U- Culvert Gorzohn 009 30.414) 580cm Gorzohn/Neezuine Wheazohn- 3.1 (N 05 39.513/W 90cm x 90cm x U-Culvert Gorzohn 009 30.259) 580cm Gorzohn/Neezuine Wheazohn- 3.7 (N 05 39.249/W 90cm x 90cm x U-Culvert Gorzohn 009 30.316) 580cm Gorzohn/Neezuine Wheazohn- 4.4 (N 05 39.094/W 200cm x 200cm x Single Box Gorzohn 009 30.590) 580cm Culvert

2. PURCHASE OF THE BID DOCUMENTS The bid documents, as a softcopy, can be found on Welthungerhilfe website (www.welthungerhilfe.de/tender.html), free of charge. Hardcopies can be bought daily (Monday to Friday) between 09.00 hours and 12.00 hours and between 14.00 and 17.00 hours, between 09 January 2018 to 09th February 2018 at the office of Welthungerhilfe Greenville and Monrovia upon payment of 50.00 USD (Fifty United States Dollars) per Bid. The Official Wethungerhilfe receipt will be issue for the payment starting « BID DOCUMENTS FOR THE CONSTRUCTION OF NINETEEN (19) REINFORCED CONCRETE STRUCTURES OF BRIDGES, BOX CULVERTS AND U- CULVERTS, ACCESS TO HEALTH FACILITIES IN RIVERCESS COUNTY the payment is non-refundable and a voucher will be given to the bidder.

3. CORRUPT PRACTICES

3.1 It is the Government of Liberia and Welthungerhilfe policy to require that Employers, as well as Bidders and Contractors, observe the highest standards of ethics during procurement and the execution of contracts. In pursuit of this policy: (a) for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” includes the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and (ii) “fraudulent practice” includes a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial, non-competitive levels and to deprive the Employer of the benefits of free and open competition; (b) Welthungerhilfe will reject a recommendation for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract; and

Page 4 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(c) will suspend a Contractor from engaging in any public procurement proceeding for a stated period of time, if it at any time determines that the Contractor has engaged in corrupt or fraudulent practices in competing for, or in executing, a Government contract.

3.2 In pursuit of the policy, the Employer may terminate a contract for Works if it at any time determines that corrupt or fraudulent practices were engaged in by representatives of the Employer or of a Bidder or Contractor during the procurement or the execution of that contract, without the Employer having taken timely and appropriate action satisfactory to the Government to remedy the situation.

3.3 In pursuit of the policy, Welthungerhilfe requires representatives of Bidders and Contractors to adhere to the relevant codes of ethical conduct.

3.4 Any communications between a Bidder and the Employer related to matters of alleged fraud or corruption must be made in writing and addressed to the Employer.

4. ELIGIBLE BIDDERS 4.1 “Welthungerhilfe renounces all forms of terrorism and will never knowingly support, tolerate or encourage terrorism or the activities of those who embrace terrorism or money laundering. Consistent with numerous United Nations Security Council resolutions, including S/RES 1269(1999), S/RES/1368(2001) and S/RES 1373(2001) and the European Union, Welthungerhilfe is firmly committed to the international fight against terrorism and in particular against the financing of terrorism. It is the policy of Welthungerhilfe to seek to ensure that none of its and its donor funds are used, directly or indirectly, to provide support to individuals or entities associated with terrorism or money laundering. Therefore, Welthungerhilfe will mate their suppliers and Services providers against the Sanctions lists on a regular basis. By submitting an offer, suppliers and service provider agree to this.”

4.2 A Bidder, and all parties constituting the Bidder, shall meet the following criteria to be eligible to participate in the tender: (a) the bidder has the legal capacity to enter into a contract; (b) the bidder is not: (i) insolvent; (ii) in receivership; (iii) bankrupt; or (iv) being wound up (c) the bidder’s business activities have not been suspended; (d) the bidder is not the subject of legal proceedings for any of the circumstances in (b); and (e) the bidder has fulfilled his or her obligations to pay taxes and social security contributions.

4.3 A Bidder may be a natural person, private entity, government-owned entity or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a joint venture, consortium, or association.

4.4 A Bidder, and all parties constituting the Bidder including sub-contractors, shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if they: (a) have controlling shareholders in common; or (b) receive or have received any direct or indirect subsidy from any of them; or (c) have the same legal representative for purposes of this bid; or

Page 5 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(d) have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) submit more than one bid in this bidding process,

4.5 A firm that is under a declaration of suspension by the Authority at the date of the deadline for bid submission or thereafter, shall be disqualified.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Principal, as the Employer shall reasonably request.

4.7 To establish their eligibility, Bidders shall complete the Form of Declarations (included in the document) and submit the documents required in Section III, Evaluation Methodology and Criteria.

4.8 A Bidder whose circumstances in relation to eligibility change during a procurement process or during the execution of a contract shall immediately inform the Principal.

5. QUALIFICATION OF THE BIDDER

5.1 To establish its qualifications to perform the Contract, the Bidder shall complete and submit: (a) The Form of Information of the bidder and its employees; and (b) The information and documents stated under Section III, Evaluation Methodology and Criteria.

The qualifications of the best evaluated Bidder will be assessed as part of a post-qualification in accordance with Clause 25.

6. PREPARATION OF THE BID The bidder can express interest for one or several lots, and lot cannot be split. A bidder may bid for no more than one lot.

The bidder is expected to examine all instructions, terms, conditions, forms, specifications and other information in the bid documents and conduct a site visit for each lot he/she intends to bid. Failure to furnish all information required by the bid documents for each lot he/she intends to bid may result in rejection of the submitted bid. The bidder is not allowed to make any addition or alteration in the bid documents.

All completed bid documents ( one original and two copies for each document ) must be sealed in one envelope.

All the documents must be filled in by computer or using an ink pen (documents filled in by pencil will not be considered valid). If the bidder makes any correction in his own entries, the authorized representative of the bidder is obliged to initialize the corrections.

All documents must have initials of the Bidder on the right corner at the bottom of each page; the Contract must be signed, dated and stamped by the bidder.

By signing the bid documents, the bidder acknowledged the validity of his bid and that he is bound to complete the whole work in all respects within time schedule given by the Principal once the Contract is signed. The bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

7. DOCUMENTS TO BE PROVIDED WITH THE BIDS 7.1 The bid documents include prescribed forms for 5 Lots that must be filled in, signed and dated by the bidder. Bids must be submitted as per this section “Instructions to Bidders” and must contain the following documents (one original and two copies for each document) for each lot the bidder is interested in:

Page 6 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

1. Form of Bid signed and dated (included); 2. Articles of Incorporation of the Company, signed and dated by the competent legal authority; 3. Contract signed and dated by the bidder (included); 4. Technical Specifications signed and dated by the bidder (included); 5. Bill of Quantities with prices quoted, signed and dated by the bidder (included); 6. Articles of Incorporation of the Company, signed and dated by the competent legal authority; 7. Valid Certificate of Registration of the Company with the MoPW-CCCS of 2017, signed and dated by authorized MoPW Officials (Original Certified Copy); 8. Tax Clearance Certificate and Receipt of the Tax payment made for the (Original Certified Copy) for the year 2016 - 2017; 9. Form of Declaration, signed and dated by the Bidder; (form included); 10. List of information regarding the bidder and his employees (form included); 11. Engagement of a Bank Guarantee , signed and dated by the bidder's bank (form included); 12. Certified Letter signed and dated by the Clerk of the Court that there are no claim against Contractor filed with the national clerk of the court of Liberia; 13. Details of similar constructions executed in last five years along with information and contact details (name, address, phone number and email address) of the donors/organizations who financed/commissioned the work; ( Provide evidence of similar works such contract agreements, final work completion certificates, provisional work completion certificates etc.) 14. A scheme of organization of the work including: a. A detailed realistic work schedule/plan for all works in the lot with regards to the timeframe indicated by the Principal and clearly identifying starting and ending of all activities; b. List of equipment (in working conditions) relevant to the work owned by the bidder (Form included). Attach Evidence of equipment such as logbook, purchase receipts, lease agreements etc. (Required Equipment: Minimum 1No.Dump Truck 7m3 Capacity, Minimum 2 No. Concrete Mixer 0.5m3 Capacity, Minimum 2 No. Concrete Vibrators, 2 jumping compactors or 2 plate compactors or 1Pedestrian Roller) ; and c. List of key Site Management staff and technical personnel proposed for the work showing experience of engineers and supervisors. Attach CVs and copies of Technical Certificates. (Required Personnel are 2 Site Engineer/Contract Manager with Degree in Civil Engineering and 6years experience, 3 General Foreman/Site Supervisor with Diploma in Civil Engineering and minimum 5years experience, Minimum 3 Head Masons, 3 Head Carpenters, 2 steel benders all with minimum experience of 4 years in their respective trade and in possession of a certificate) . d. List of the construction materials and their origin/source (form included); e. Organizational Chart f. Proposed work method g. List of the construction materials and their origin/source ( form included ); 15. Technical drawings(Included) , signed and dated by the bidder; 16. An acknowledgment of the sites visited , signed by Welthungerhilfe representative ( ORIGINAL, MANDATORY ): and 17. The receipt of the purchase of the bid documents as provided by Welthungerhilfe at the time of the purchase. Original 18. Qualification Form (Form included); 19. Business Registration Certificate ;

7.2 The Bidder shall submit the Bid Form using the forms provided. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

8. BANK GUARANTEE 8.1 The bidder must furnish a Bank Guarantee for the execution of the Contract in the form of money order from any Liberian Bank in favor of Welthungerhilfe Liberia or as issued by a recognized Insurance Company. The amount of the Bank Guarantee must be equivalent to 20% of the total amount of the presented contract and must be furnished immediately after signing of the Contract.

Page 7 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8.2 No payment under the Contract will be made to the Contractor before receipt of the Bank Guarantee. Failure of the successful bidder to furnish the required Bank Guarantee will be a ground for annulment of the awarded Contract.

8.3 The Bank Guarantee will be liable to be forfeited to the Principal, in the event of any breach of Contract on the part of the Contractor or if the Contractor fails to perform or observe any conditions of the contract. Upon completion of the entire work, the Bank Guarantee will be returned to the Contractor. The costs of the Bank Guarantee can be charged in the bid documents.

9. COMPLETING BILLS OF QUANTITIES 9.1 The bidder must indicate all prices/rates inclusive of taxes, materials, overhead costs, insurance, profit, interests and all other costs related to and necessary for the completion of each item of works in the Bills of Quantities for each lot that the tenderer is interested in.

9.2 While filling in the rates in the Bills of Quantities, bidder must consider the Scope of Work, Technical Specifications and the technical designs, drawings included in the bid documents. The bidder must also take into account important site details picked during the site visits and use such information to facilitate preparation of his or her bids.

9.3 Bidder must fill and submit the prices of each indicated item in figures and must indicate the total cost in figures and in words. All payments shall be made according to MEASURED WORK.

9.4 While indicating the total cost, bidder must ensure that there is no discrepancy in the cost mentioned in figures and words. In case of any discrepancy, the cost mentioned in the words must be taken as final and binding. If a bidder does not quote a price for any indicated item, his bid may be summarily rejected or deemed to be included in the other price for other items of work.

10. LANGUAGE, SYSTEM OF UNITS AND CURRENCY OF THE BIDS 10.1 The bid prepared by the bidder and all documents related to the bid must be written in English. 10.2 The measurement units used in these bid documents are the International SI units: meter (m), cubic meter (cu.m), Kilogram (kg). Liter (l) etc. Square meter (Sq.m) These units must be used in the bid and during the execution of the contract.

10.3 The currency used in these bid documents is the United States Dollar (all taxes included) and must be used in the bid and during the execution of the contract.

11. EXAMINATION OF THE CONSTRUCTION SITE 11.1 The bidder MUST be in attendance to the per-site visit and examine the site where the works are to be executed and obtain for itself at his or her own cost all information that may be necessary for preparing the bid(s) and execution of the contract for each lot the bidder is interested in. In particular, the bidder must examine and acknowledge climate conditions, rainfall, road conditions, availability of suitable local materials and their effects on the construction site and work. (Pre-site visit is MANDATORY)

11.2 It is a mandatory requirement for the bidder to visit the sites and satisfy himself or herself with all the prevailing site conditions including constraints and difficulties for executing the work.

11.3 Thus, in visiting the site, it is highly recommended that the bidder’s representative should be a technical or management staff who is responsible in the preparation of bid. Welthungerhilfe will only issue a Certificate of Site Visit to an authorized employee/Staff of the bidder and is required to present a valid Identification Card. Contact details of the Welthungerhilfe representative based in Greenville, Sinoe is:

Name : Mr. Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Page 8 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Greenville, Sinoe County, Liberia Tel : +231 886-531-585/886-440-525 Email: : [email protected]

12. SUBMISSION OF THE BIDS 12.1 The bid indicating the full name and contact details of the bidder and containing all requested information, must be presented in 3 copies, (one original and two copies for each document), marked as original and copy. 12.2 The sealed envelope containing the bid must have the following text on the front side: ‹ NAME AND ADDRESS OF THE BIDDER; ‹ BID DOCUMENTS FOR THE CONSTRUCTION OF NINETEEN (19) REINFORCED CONCRETE STRUCTURES OF BRIDGES, BOX CULVERTS AND U-CULVERTS, ACCESS TO HEALTH FACILITIES IN RIVERCESS COUNTY. ‹ LOT NO. ‹ LOT NO. 12.3 Any bid which does not have the above-listed information on the front of the envelope may be rejected and returned to the bidder unopened.

12.4 The sealed envelope containing all completed bid documents offers must be deposited at the Welthungerhilfe offices in Greenville and Monrovia at the address mentioned at page 2 before 17.00hours on 09 th February 2018. Any bid received later than the deadline will be rejected and returned to the bidder unopened.

.13. OPENING OF THE BIDS 13.1 Bids will be opened in public in the presence of representatives of MoPW, MIA, WHH Infrastructure Staff and bidders or authorized representatives of bidders who wish to attend the opening at 10.00 hours on 12 th February 2018, at the Welthungerhilfe Head Office on 18 th street Sinkor, Monrovia . This is to ensure transparency regarding the public opening procedure and to ascertain the responsiveness of the tender submission of documents in compliance with the bidding requirements.

14. VALIDITY OF THE BIDS 14.1 The bid shall remain valid and open for acceptance for a period of 90 days from the date of bid opening. If the Bidder gives validity period less than that fixed/prescribed by the Principal, the bid(s) may be rejected. 14.2 No bid can be withdrawn after submission and during bid validity period. Ninety (90) days after the opening of the bid, all bidders shall have the right to withdraw their bid.

15. EXAMINATION, EVALUATION AND COMPARISON OF THE BIDS 15.1 The examination, evaluation and comparison of the bids will be made by WHH Technical Evaluation Team headed by WHH Construction Expert and assisted by Civil Engineers, Infrastructure Officers, Procurement Officers and MoPW-County Resident Engineer as members. The Technical Evaluation Team will not take into consideration any presentation of gift(s) given by a bidder to the team members.

.

15.2 The team will examine the bids to determine whether they are complete and correct, and then proceed to the technical and financial analysis of the bid documents. Such analysis will allow the team to determine which bidders have the technical and financial capacity to undertake and complete the works in accordance with the design and specifications within the stipulated time period.

15.3 The final selection will be made by the Head of Project 1053 (ESP II) of Welthungerhilfe upon the recommendation/advice of the Technical Evaluation Team.

16. CLARIFICATION OF THE BIDS 16.1 The Evaluation Committee may at its discretion ask the bidder(s) for any clarifications and or further information as considered essential to assist in the examination, evaluation, comparison and post –qualification of Page 9 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

the bids. The bidder must provide the Committee with such information in writing within reasonable time at the office in Greenville, Sinoe County. The Principal’s request for clarification and the response shall be in writing. The above clarification will form part of the bid and will be binding on the bidder.

16.2 All requests for clarifications shall be copied to all bidders for information purposes. No change in the price or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the principal in the evaluation of the bids. Any clarification submitted by a 16.3 Bidder that is not in response to a request by the principal shall not be considered. The above clarification will form part of the bid and will be binding on bidder. Request for clarifications may not be made 1 week to bid submission closing date Any requests for clarifications may be directed to Daniel Saah Dined ([email protected]) and Samson Tiklo with copy to [email protected] . Samson Tiklo and Daniel Saah Dined can be reached of 0886-637-333 and 0886-440-525 or 0886-531-585

17.COMPLIANCE AND RESPONSIVENES OF THE BIDS

17.1 The principal’s determination of a Bid’s compliance and responsiveness is to be based on the contents of the bid itself.

17.2 A substantially compliant and responsive bid is one that conforms to all the terms, conditions, and specifications of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that: (a) affects in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

(b) limits in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the Contract; or (c) if rectified would unfairly affect the competitive position of other Bidders presenting substantially compliant and responsive bids.

17.3 If a bid is not substantially compliant and responsive to the Bidding Document, it shall be rejected by the principal and may not subsequently be made compliant and responsive by the Bidder by correction of the material deviation, reservation, or omission.

18.NONCONFORMITIES, ERRORS AND OMMISSIONS

18.1 Provided that a bid is substantially compliant and responsive, the principal may waive any non-conformity or omissions in the bid that does not constitute a material deviation.

18.2 Provided that a bid is substantially compliant and responsive, the Principal may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid.

18.3 Provided that a bid is substantially compliant and responsive, the Principal shall rectify nonmaterial nonconformities or omissions. To this effect, the bid price shall be adjusted, for comparison purposes only, to reflect the price of the missing or non-conforming item or component.

18.4 Provided that the bid is substantially compliant and responsive, the Principal shall correct arithmetic errors as follows: where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.

18.5 If the Bidder that submitted the best evaluated bid does not accept the correction of errors, its bid shall be rejected.

19. PRELIMINARY EXAMINATION OF BIDS- ELIGIBILITY AND ADMINISTRATIVE COMPLIANCE

Page 10 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

19.1 The Principal shall examine the legal documentation and other information submitted by Bidders to verify the eligibility of Bidders and any materials, equipment and services to be used in performance of the contract in accordance with Clause 3.

19.2 If after the examination of eligibility, the Principal determines that the Bidder, or the materials, equipment and services to be used in performance of the contract are not eligible, it shall reject the bid. 19.3 The Principal shall examine the bids to confirm that all documents requested in Clause 7 have been provided, and to determine the completeness of each document submitted.

20.DETAILED COMMERCIAL AND TECHNICAL EVALUATION

20.1 The Employer shall examine the bid to confirm that all terms, conditions and requirements of the bidding document have been accepted by the Bidder without any material deviation or reservation. 20.2 If, after the examination of the terms, conditions and requirements, the Employer determines that the bid is not substantially responsive in accordance with Clause 6, it shall reject the bid.

21. FINANCIAL COMPARISON OF BIDS

21.1 The Employer will evaluate and compare only the bids determined to be substantially responsive following detailed evaluation in accordance with Clause 13.

21.2 To financially evaluate a bid, the Employer shall only use the criteria and methodologies defined in this clause and in Section II, Evaluation Methodology and Criteria. No other criteria or methodology shall be permitted.

21.3 To financially compare bids, the Employer shall:

(a) determine the bid price, taking into account the costs listed in Section II, Evaluation Methodology and Criteria; (b) correct any arithmetic errors in accordance with Clause 18;

(d) make adjustments for any acceptable variations, deviations, nonconformities and omissions in accordance with Clause 18; (f) apply any margin of preference, in accordance with Clause 34;(Margin) (g) determine the total evaluated price of each bid.

21.4 The Employer shall consider prices that appear to: (a) be unbalanced; (b) show a misunderstanding of the requirements; or (c) be intended to front load earnings.

21.5 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in bid evaluation, unless otherwise specified in Section II, Evaluation Methodology and Criteria.

22. MARGIN OF PREFERENCE

22.1 A margin of preference shall not apply. Where a Margin of Preference applies, its application and detail shall be specified in Section III, Evaluation Methodology and Criteria.

23. RIGHT TO ACCEPT OR REJECT THE BIDS

Page 11 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

23.1 The Principal reserves the right to accept, negotiate, cancel or reject any bid or to annul and reject all bids at any time prior to the award of the Contract without incurring any liability.

23.2 Once the Principal has completed the evaluations of the bids, the most reasonably priced and substantially compliant and responsive bid which achieve the best overall value for money combination for the Principal will be chosen.

24. DETERMINATION OF BEST-EVALUATED BID(S) 24.1 The principal shall compare all substantially compliant and responsive bids to determine the best-evaluated bid or bids, in accordance with Section III evaluation methodology and criteria.

25. POST -QUALIFICATION

25.1 The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the best-evaluated bid is qualified to perform the Contract satisfactorily.

25.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to Clause 5, to clarifications in accordance with Clause 16 and the qualification criteria indicated in Section III, Evaluation Methodology and Criteria. Factors not included in Section III shall not be used in the evaluation of the Bidder’s qualification.

25.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Employer shall proceed to the next best-evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

AWARD OF CONTRACT 26. AWARD PFOCEDURE 26.1 Following any post-qualification, The Principal will notify the successful bidder in writing and the award delivered to the address indicated in the bid. Within 5 (five) days of receipt of the letter of Notification for Contract Award from the Principal or his representative, the bidder must sign a Letter of Acceptance as a token of his acceptance, which will constitute a legal and binding Contract between Principal and the Contractor until the Contract is signed.

27. EMPLOYER’S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS

27.1 Notwithstanding Clause 26, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer’s action.

28. NOTIFICATION OF AWARD AND LETTER OF BID ACCEPTANCE

28.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its bid has been accepted by issue of a Letter of Bid Acceptance. 28.2 Until a formal contract is prepared and executed, the Letter of Bid Acceptance shall constitute a binding Contract.

28.3 The Letter of Bid Acceptance (hereinafter and in the Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

Page 12 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

29. SIGNING OF CONTRACT

29.1 Promptly after notification of contract award by the issue of a Letter of Acceptance, the Employer shall send the successful Bidder the Agreement and the Special Conditions of Contract. 29.2 Within 5 (five) days of receipt of the letter from the Principal or notification in person, the bidder must sign a Letter of Acceptance as a token of his acceptance, which will constitute a legal and binding Contract between Principal and the Contractor until the Contract is signed 29.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder.

Page 13 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

SECTION III- EVALUATION METHODOLOGY AND CRITERIA

A EVALUATION METHODOLOGY 1 Methodology Used 1.1 The evaluation methodology to be used for the evaluation of bids received shall be the Technical Compliance Selection (TCS) methodology. 2 Summary of Methodology 2.1 The Technical Compliance Selection methodology recommends the lowest priced bid, which is eligible, compliant and substantially responsive to the technical and commercial requirements of the Bidding Document, provided that the Bidder is determined to be qualified to perform the contract satisfactorily. 2.2 The evaluation shall be conducted in three sequential stages – (a) a preliminary examination to determine the eligibility of bidders and the administrative compliance of bids received; (b) a detailed evaluation to determine the commercial and technical responsiveness of the eligible and compliant bids; and (c) a financial comparison to compare costs of the eligible, compliant, responsive bids received and determine the best evaluated bid. 2.3 Failure of a bid at any stage of the evaluation shall prevent further consideration at the next stage of evaluation. Substantial responsiveness shall be considered a pass. B PRELIMINARY EXAMINATION OF CRITERIA 3 Eligibility Criteria 3.1 The eligibility requirements shall be determined in accordance with Clause 4. 3.2 The documentation required to provide evidence of eligibility shall be:- 20. Form of Bid signed and dated (included); 21. Articles of Incorporation of the Company, signed and dated by the competent legal authority; 22. Contract signed and dated by the bidder (included); 23. Technical Specifications signed and dated by the bidder (included); 24. Bill of Quantities with prices quoted, signed and dated by the bidder (included); 25. Articles of Incorporation of the Company, signed and dated by the competent legal authority; 26. Valid Certificate of Registration of the Company with the MoPW-CCCS of 2017, signed and dated by authorized MoPW Officials (Original Certified Copy); 27. Tax Clearance Certificate and Receipt of the Tax payment made for the (Original Certified Copy) for the year 2017-2018; 28. Form of Declaration, signed and dated by the Bidder; (form included); 29. List of information regarding the bidder and his employees (form included); 30. Engagement of a Bank Guarantee , signed and dated by the bidder's bank (form included); 31. Certified Letter signed and dated by the Clerk of the Court that there are no claims against Contractor filed with the national clerk of the court of Liberia; 32. Details of similar constructions executed in last five years along with information and contact details (name, address, phone number and email address) of the donors/organizations who financed/commissioned the work; ( Provide evidence of similar works such contract agreements, final work completion certificates, provisional work completion certificates etc.) 33. A scheme of organization of the work including: a. A detailed realistic work schedule/plan for all works in the lot with regards to the timeframe indicated by the Principal and clearly identifying starting and ending of all activities; b. List of equipment (in working conditions) relevant to the work owned by the bidder (Form included). Attach Evidence of equipment such as logbook, purchase receipts, lease agreements etc. (Required Equipment: Minimum 1No.Dump Truck 7m3 Capacity,

Page 14 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Minimum 2 No. Concrete Mixer 0.5m3 Capacity, Minimum 2 No. Concrete Vibrators, 2 jumping compactors or 2 plate compactors or 1Pedestrian Roller) ; and c. List of key Site Management staff and technical personnel proposed for the work showing experience of engineers and supervisors. Attach CVs and copies of Technical Certificates. (Required Personnel are 2 Site Engineer/Contract Manager with Degree in Civil Engineering and 6years experience, 3 General Foreman/Site Supervisor with Diploma in Civil Engineering and minimum 5years experience, Minimum 3 Head Masons, 3 Head Carpenters, 2 steel benders all with minimum experience of 4 years in their respective trade and in possession of a certificate) . d. List of the construction materials and their origin/source (form included); e. Organizational Chart f. Proposed work method g. List of the construction materials and their origin/source ( form included ); 34. Technical drawings(Included) , signed and dated by the bidder; 35. An acknowledgment of the sites visited , signed by Welthungerhilfe representative ( ORIGINAL, MANDATORY ): and 36. The receipt of the purchase of the bid documents as provided by Welthungerhilfe at the time of the purchase. Original 37. Qualification Form (Form included); 38. Business Registration Certificate ;

4 Administrative Compliance Criteria 4.1 The evaluation of Administrative Compliance criteria shall be conducted in accordance with Clause 19. C DETAILED EVALUATION CRITERIA 5. Commercial and Technical Criteria 5.1 The commercial and technical responsiveness of bids shall be evaluated in accordance with Clause 20. 5.2 The assessment of responsiveness will consider the following criteria: (a) acceptance of the conditions of the proposed contract; (b) acceptable completion schedule; (c) acceptability of the proposed program (work method and schedule), including relevant drawings and charts;

D FINANCIAL COMPARISON CRITERIA 6. Costs to be included in the Bid Price 6.1 The financial comparison shall be conducted in accordance with Clause 21. The following costs shall be included in the bid price: (a) the total price given in the Activity Schedule/Bills of Quantities; 6.2 The following costs shall be excluded from the bid price: (a) provisional sums; (b) the provision for contingencies in the Activity Schedule/ Bills of Quantities;

7 Margin of Preference 7.1 A margin of preference shall not apply. Where a Margin of Preference applies, its application and detail shall be specified in Section III, Evaluation Methodology and Criteria. 8 Determination of Best Evaluated Bid or Bids

Page 15 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8.1 The bid with the lowest evaluated price, from among those which are eligible, compliant and substantially responsive shall be the best evaluated bid. 8.2 If this Bidding Document includes more than one lot, the best evaluated bid shall be determined separately for each lot.

E POST QUALIFICATION CRITERIA 9 Qualification Criteria 9.2 Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria. 9.5 The information and documentation required to provide evidence of qualification shall be:- (a) total monetary value of construction work performed for each of the last five years; (b) experience in works of a similar nature and size for each of the last five years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts; (c) major items of construction equipment proposed to carry out the Contract; (d) qualifications and experience of key site management and technical personnel proposed for the Contract; (e) evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources); (g) authority to seek references from the Bidder’s bankers; (h) information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount; and (j) Any other documentation deemed necessary. 9.6 The information and documentation listed in 9.5 shall be provided on the Bid Form provided in Section III where appropriate.

Page 16 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV FORMS

Page 17 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.1 – FORM OF DECLARATION

To: Welthungerhilfe Liberia Greenville Field Office, Sinoe County

Dear Sir/Madame,

I hereby declare that:

1. There is no claim against my name or the name of my company filed with the National Clerk of the Court of Liberia ( Original Certified letter , signed and dated by the clerk of the court, provided as proof); 2. My company is not bankrupt; 3. None of my staff has been condemned or sentenced by any court of Liberia and that they have no sanctions pending under penal, civil and tax law of Liberia; 4. My company has obtained all insurance requested by the law and paid the insurances premium (copy of last premium paid included); 5. My company has paid all contributions of the past year to the National Bureau of Internal Revenue/misc. tax (copy of official receipt included); 6. My company is registered with the Ministry of Foreign Affairs (Copy of Article of Incorporation); 7. My company is registered with the Ministry of Public Works-Contractors Classification and Certification System (CCCS) ( Certified copy of Certificate of Registration included).

I hereby certify that all the information given above are true and I understand and acknowledge the fact that my Company is liable to be disqualified at any time during tendering process in case any of the information furnished by myself is found not to be true.

Yours Faithfully,

Signature : ______

Name : ______(In capital letters)

Position: ______

Name of the Company: ______

Place______Date ______

IV.2 – FORM OF INFORMATION OF THE BIDDER AND HIS EMPLOYEES

1. Name of the Company : ______

Name of Representative : ______

2. Address: ______Page 18 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3. Telephone number: ______

4. Name, title and contact information of the person(s) authorized to sign documents, receipts and waybills at the construction site:

______

______

5. Total number of staff that will be employed in the work: ______Of which: a. Skilled staff : ______b. Unskilled staff : ______

Kindly attached Curriculum Vitae of core staff for verification of their credentials.

6. Name of the Bank, Bank’s details and bank account details to which all amounts payable to the Contractor will be directly credited: ______

______

Contractor : ______

Signature : ______

Name : ______(In capital letters)

Place______Date ______

Page 19 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 1

Page 20 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.3 FORM OF BID FOR LOT 01

To: Welthungerhilfe Greenville Field Office, Sinoe County

Dear Sir/Madame,

I ______( Name of the bidder ) have read the terms and conditions of the bid documents and agree to abide by the requirements specified for LOT 01. I also agree to keep this bid open for acceptance for a period of 90 days from the date of bid opening.

I hereby declare that we have visited the site of the work and have become aware of the field conditions, road and potential constraints. I also am aware of the seasonal weather conditions and the effect on the different construction sites such as the quantity of rainfall and the quantity of water in the waterway crossings.

I have quoted our rates by taking into account all the above factors and I offer to do the work specified for Lot 01 – Construction of Four (4) 90cmx90cmx1100cm U-culverts and One (1) 2x200cmx200cmx 1100cm Double Box culverts in Timbo District, Rivercess County , at the rates quoted in the attached Bill of Quantities. I bind myself to complete the work in all respects within the time schedule indicated in the Contract.

I understand that until a Contract is signed, a Letter of Acceptance along with all bid documents will constitute a binding Contract between me and Welthungerhilfe.

I also understand that a sum equivalent to 20% of the total amount of the Contract will be forwarded by me as a Bank Guarantee in the form of money order from any Liberian Bank in favor of Welthungerhilfe or as issued by a recognized Insurance Company. Such Bank Guarantee will be forfeited if I break the Contract or fail to perform or observe any conditions of the Contract.

Thanking you.

Yours Faithfully,

Signature : ______

Name : ______(In capital letters)

Place______Date ______

Page 21 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.4 FORM OF BANK GUARANTEE FOR LOT 01

To: Welthungerhilfe Greenville Field Office, Sinoe County

The Contractor, ______

______[name and address of Contractor] has undertaken, in pursuant to the Contract signed with Welthungerhilfe for Lot 01 – Construction of Four (4) 90cmx90cmx1100cm U-culverts and One (1) 2x200cmx200cmx1100cm Double Box culverts in Timbo District, Rivercess County the obligation to furnish you with a Bank Guarantee for a sum equivalent to 20% of the total amount of such Contract.

Hereby we affirm that we are, as the Guarantor, responsible to you, on behalf of the Contractor, up to a total of ______(USD - amount in figures),

______

______(USD - amount in words).

We undertake to pay you, upon your first written demand, any sum within the limits of ______(amount of Bank Guarantee) without your needing to prove or to show reasons for your demand for the sum specified.

This guarantee must be valid up to 30 days after the issuance of the Substantial Completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Signature of the Guarantor : ______

Name of the Guarantor : ______(In capital letters)

Place______Date ______

Name of Bank/Insurance Company: ______

Address : ______

Telephone number : ______

IV.5 SOURCE OF THE CONSTRUCTION MATERIALS FOR LOT 1

Bidder must indicate the source of construction materials to be employed in the work site in the table below for Lot 1

Unit Quantity Description of Material Source

Page 22 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.6 QUALIFICATION FORM-LOT 1

Name of Bidder

1. The total annual volume of construction work performed in each of the last five years is:

Year Volume of Construction Work (USD)

2. The work performed as prime Contractor on works of a similar nature and volume over the last five years is: [List also details of work under way or committed, including expected completion date.]

No Project Name and Name of Client and Type of Work performed Value of contract Country Contact Person and year of completion (USD)

Page 23 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 24 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3. The major items of equipment proposed for carrying out the Works are:

N Description (name, type) No. Capaci Condition Ownership Year of o. ty (new, good, Status(Owned/l Manufacture poor) eased) Concrete Mixer 1

Concrete Vibrator 2

Dump Truck 3 Service Vehicle (pick-up, 4 motorbike) Dewatering Pump 5 Pedestrian Roller 6 Plate Compactor 7 Jumping Compactor 8

9

10

Page 25 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4. The qualifications and experience of key personnel and other skilled personnel proposed for administration and execution of the Contract are: [Attach CVs and Academic Qualifications.]

Position Name Years of Experience Year of Experience in (general) proposed position

5. The following evidence of access to financial resources (e.g. cash in hand, lines of credit etc) to meet the qualification requirements is attached: [List and attach] 1. 2. 3. 6. Banks that may provide references if contacted by the Employer are: [State name, address and telephone, telex and facsimile numbers]

Signed: Name: In the capacity of: Duly authorised to sign the Qualification Form for and on behalf of: Name of Bidder: Dated on ______day of ______, ______[insert date of signing]

V. ANNEX 1

V-1 CONTRACT FOR LOT 01 INFRASTRUCTURE CONTRACT on measurement basis

Page 26 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Contract Number : XXXX XXXX XXX Objective : Construction of Four (4) 90cm U- Culverts and One (1) 2x200cm x200cm Double Box Culvert

Location : Timbo District, Rivercess County.

1.0 The Contract This Contract is made on the (dd/mm 2018) between

Welthungerhilfe , represented by (Johan van der Kamp, Country Director) with office address at 18 th Street Sinkor, Monrovia, Liberia, hereinafter referred to as the Principal

and

Contractor’s Company Name , represented in this contract by (Contractor’s Representative, Position) with office address at Contractor’s Address, hereinafter referred to as the Contractor .

2.0 Objective of the Contract This contract is for the Construction of Reinforced Concrete Single Box Culverts and U-Culverts in Timbo District, Rivercess County hereinafter referred to as the Works .

3.0 Contract Documents

3.1 The Contractor and the Principal agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: 1) The Letter of Acceptance 2) The Contract 3) The Addenda mentioned in the Contract and validated by signatures (e.g. Minutes of Meetings, correspondence during the contract negotiations) 4) Technical Specifications 5) Priced Bill of Quantities 6) Construction Drawings 7) Welthungerhilfe corruption prevention policy 8) Welthungerhilfe Code of Conduct

3.2 All the above shall form the Contract between the Contractor and Principal, superseding the contents of any other negotiation or agreement, whether oral or in writing, pertaining to the subject of this Contract.

4.0 Obligations of the Contractor

4.1 The Contractor must commence the construction work within Calendar 25days from the date on which the Contractor shall have been given access to the construction Site, hereinafter referred to as "site", and received the notice to commence from the Principal's infrastructure representative, and shall perform and substantially complete the works within 180days from the commencement date. The duration of the Contract shall be extended until the end of the Defects Liability Period or Retention Period. However, the Substantial Completion of Works shall be achieved by the Contractor within 180days from the commencement date, including the 25days mobilization period. Failure to do so shall constitute an event of default on the obligation of the Contractor. The Contractor shall provide all material, supplies, labor and other services necessary to that end.

4.2 The Contractor must submit within 15 days after signing of the contract to the Principal's infrastructure representative the Work Plan for approval.

4.3. The contractor is obliged to execute and to complete the works as described in the documents listed under clause 3.1 with due care and diligence in accordance with the generally accepted construction practices.

Page 27 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

The contractor is obliged to observe the Laws, By-Laws, Ordinances and Statutes and other legal provisions of the Republic of Liberia, in particular labor laws, local standards, public rules and regulations.

The contractor must supply all construction materials, equipment, plant and tools necessary for the execution of the works in due number/quantities and time.

The contractor must provide all qualified and experienced labor necessary in due number and time and shall supervise their activities with due care and diligence. The principal shall be entitled to object to and require the contractor to remove from the works any person employed by the contractor who, in the opinion of the principal or his/her authorized representative, is incompetent, negligent, or guilty of misconduct.

No work shall be covered up or otherwise put out of view without prior approval in writing by the Principal or his authorized representative.

Construction materials are subject to tests at any time at the request of the Principal or his/her authorized representative. The tests shall be carried out as directed by the Principal or his authorized representative at the place of manufacture or fabrication or on site or in a testing institute. The contractor shall provide such assistance, materials plant, instruments and labor as required for such test, particularly by producing concrete test cubes. The cost of carrying out such tests shall be borne by the contractor.

4.4 The Contractor represents and warrants the accuracy of any information or data provided to the Principal or his/her authorized representative for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards.

4.5 Where required, the Contractor is obliged to provide samples/catalogues for proposed materials upon request by the Principal. Likewise, the Contractor is bound to use the types and quality of materials in accordance with samples approved by the Principal.

4.6 The contractor is obliged to submit a monthly progress report to the Principal before the 15th day of the month following the reporting period (see Article 10.2). In the progress report the Contractor provide information about the status of the Works, the use of materials, materials in stock, delays and a projection of the Works for the coming 2 weeks and month.

4.7 A Worksite Diary has to be kept, maintained and made to be accessible always by the Contractor at the work site during the implementation period of this contract. Representatives of the Ministry of Public Works and the Principal involved in monitoring and supervision of the execution of the works must record their comments, observations and instructions, if any, in the Worksite Diary, which is to be handed over to the Principal as a requirement when requesting for payment upon the completion of the work. In addition, the Principal will provide the Contractor Inspection Forms that have to be filled in by the Representatives of the Ministry of Public Works and the Representative of the Principal at the construction site per each inspection visit. The Inspection Forms are in threefold with the original for the Principal and the duplicates for the Ministry of Public Works and the Contractor. In general, this information should be included in the site diary: 1. Date 2. Contract Description/Nr: Object (for example: GG.43.02.005.008 Construction of 2 wells and 2 inst. Latrines in Putu District, 3. Weather (Temperature, Cloudiness, and Precipitation). 4. Structure status, progress 5. Engineers, Construction Supervisors and others 6. Skilled workers (Masons, Carpenters, Electricians, Steel benders, and Plumbers) 7. The number of craftsmen of the company and, if necessary, the working hours. 8. Use of construction machines/machines, if applicable with operating time and downtimes or disturbances, 9. Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the actual performance level (target / actual comparison)). 10. Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). 11. Booking of reservation against the given construction, errors found during the construction. Page 28 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4.8 Site Clearing – All waste/construction debris must be removed from the construction site and dumped at locations approved by local authorities and WHH site representative. Under no circumstances should the contractor dump waste or construction debris on any unoccupied vacant land. In case the Principal received complaints of dumping at unauthorized sites, the Contractor is obliged to collect the dumped materials and transport it to a designated dump site, at the Contractor's own cost.

4.9 Security at Work Site – Until the site is handed over to the Principal, the site is under the responsibility of the Contractor. Therefore, the safety and security of the contractor’s staff, equipment, and materials will remain the responsibility of the Contractor working at the site. The Principal will not be held liable for damages, neither for loss of equipment and materials nor injuries or death of contractor’s personnel. See Article 6.1 on Insurance requirements.

4.10 In view of the global threat of HIV/AIDS , the Contractor agrees to contribute in protecting its staff and their families against HIV/AIDS by appropriate measures, such as: a) Information dissemination on HIV/AIDS and prevention methods. b) Supply of standard quality condoms to its staff at the work site. The cost of these measures should be covered by the price quoted in the Bill of Quantities.

5.0 Price and Payment

5.1 The total contract price is up to (amount in figures / amount in words USD) in accordance with the prices stated in the Bill of Quantities and the works actually executed and measured. The contract price shall be subject to such additions and deductions as may be made under the provisions of this contract. The contract price includes the charges for the bank guarantee and a contingency sum of 10% of the total calculated cost.

5.2. Payments on account shall be made in accordance with the progress of the works in accordance with achievement of following measurable executed works : 1) First installment: 20% of the total amount is advanced before commencement of the work. 2) Installations shall be paid on monthly invoices, if the progress of the executed measurable Works are minimum 10% and above the previous accounting period, the payment must be Postponed to the next month period, unit minimum of 10% work progress is reached. 3) 10% of the total amount as a retention will be released twelve (12) months from the date of the substantial completion of the project and upon joint inspection and issuance of clearance by the County-Ministry of Public Works and the Principal or his/her authorized representative

The payment schedule is attached to the contract as Annex 1.

The rates and prices of the Bill of Quantities shall cover all services and works of the contractor described in the, BOQs, specifications and the drawings. Additional works shall be remunerated only if they were ordered in writing by the Principal's authorized representative and shall be valued at the prices set out in the Bill of Quantities.

The advanced payment shall be repaid by deduction of the corresponding percentage from each payment on account.

5.3 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Principal's infrastructure representative and the unit prices contained in the Contractor's financial proposal. The unit prices are fixed and are not subject to any variation whatsoever.

5.4 Contingency Sum (a) This is the amount included in the Contract and so designated in the Bill of Quantities for the execution of any part of the Works or for the supply of goods, materials, services, or for other contingencies, which amount may be used, in whole or in part, or not at all, on the instructions of the Principal or his authorized representative

(b) No expenditure may be made against Contingency sum unless instructed by the Principal in writing beforehand.

Page 29 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(c) In respect of the Contingency sum, the Principal has the authority to issue instructions for the execution of work or for the supply of goods, materials or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof.

5.5 If the Contractor foresees that the final price of the Contract may exceed the total calculated amount contained in 5.1 above, the Contractor shall inform the Principal's infrastructure representative without delay, in order for the Principal to decide, at its discretion, to increase the Contract Price as a result of a higher quantity of work, or extra material or to reduce the quantity of work to be performed or materials to be used. The Principal shall not be responsible for payment of any amount in excess of the Contract Price as stipulated in 5.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with Article 9.

5.6 Payments effected by the Principal to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by the Principal of the Contractor's performance of the Works.

5.7 Payment of the final installment (Retention Payment) shall be affected by the Principal after issuance of the Certificate of Final Completion by the Principal's Infrastructure representative and Clearance by the Resident Engineer of the Ministry of Public Works of the county where the work is implemented.

6.0 Special Conditions

6.1 Liability (a) The contractor shall be liable for all damages caused by himself, his agents or persons employed or in any way engaged by him for the execution of the works. (b) The contractor shall be liable for all services performed by his subcontractors in the same manners as for his own services. (c) Without limiting his own obligations and responsibilities under this contract, the contractor shall insure himself at his own expense against his liability for any material or physical damage, loss or injury which may occur to any person or property arising out of or in consequence of the performance of this contract.

6.2 Liquidated Damages -The Principal may deduct 0.2% (zero-point two percent) of the total of the Contract Price referred to in paragraph 5.1 above, per day of delay, subject to a maximum of 10% (percent) of the total Contract price.

6.3 Retention Money - The amounts of the payments referred to in Article 5.2 shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment as retention money from all progressive payments. The Retention Money shall be released to the Contractor after the 12-month Defects Liability Period (Retention Period) and after the issuance of Final Completion Certificate. Notwithstanding the foregoing, in the event of a termination of this Contract, may use the retention money to offset any expenditure it incurred as a result of such termination.

6.4 Assignment of Contract - The Contractor shall not, except after obtaining the prior written approval of the Principal, assign, transfer, pledge or make other disposition of the contract or any part thereof or of any of the Contractor’s rights, claims, or obligations under the contract.

6.5 Subcontracting – In the event the Contractor requires the services of Subcontractors, the Contractor shall obtain the prior written approval of the Principal for all such subcontractors. This approval may be revoked at any time in case serious complaints arise. The approval of the Principal shall not relieve the Contractor of any of his obligations under the contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the contract.

6.6 The Contractor shall not remove any equipment or personnel from the site without obtaining prior written approval from the Principal. The removal of equipment without such approval shall be considered as a breach of a fundamental condition of this Contract, and shall entitle the Principal to terminate the Contract immediately without notice, and the forfeiture of the retention money by the Contractor.

6.7 In the event of suspension of works by the Principal, the Contractor shall be entitled at the discretion of the Principal to a payment of a maximum of $100.00 (One Hundred United States Dollars) per day of suspension.

Page 30 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.8 Mobilization period shall be 15 days from the date on which the Contractor shall have been given access to the Site and received the notice to commence from the Principal. The Contractor shall complete the Contractor’s camp and other facilities required to complete the work, and mobilize all his equipment and staff within the mobilization period as specified above.

6.9 Advance Payment (a) The 20% Advance payment include the mobilization and 10% completion of the structures and the advance payment of 20% of the total sum of the contract can be made upon signing of the contract by both parties and upon receipt and acceptance by the Principal of a bank guarantee for the full amount of the advance payment issued by an institution and in a form acceptable by the Principal.

(b) The amounts of the payments referred to in Article 5.2 above shall be subject to a deduction of 20 % (Twenty percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the mobilization advance payment. Should the cumulative amount of the deductions so made be lower than the amount of the mobilization payment after the date of substantial completion of the Works, the Principal may deduct the amount equal to the difference between the mobilization payment and the cumulative deductions from the payments due after substantial completion or may recover such amount from the bank guarantee (see Article 6.12).

6.10 The Principal reserves the right to re-negotiate the relevant Unit Rate(s) downwards where quantities exceed those specified in the Bill of Quantities by more than 20% (twenty percent).

6.11 Tax Clause (a) With reference to Section 905(f) of the Tax Code of Liberia, 10% withholding tax needs to be deducted on the portion of the payment that is allocable to the service. But if the contract/payment is for the mixture of goods and services and if the contract/payment does not reflect the allocable amount for goods and services, then 10% withholding tax will be deducted on the overall amount of the contract/payment and will be deposited to the Government of Liberia.

(b) The tax will be deposited by Welthungerhilfe-Monrovia Head Office. Due to this reason, all payment which are subject to deduction of withholding tax will be done through bank transfer/cheque payment from Welthungerhilfe-Monrovia Head Office and accordingly the office will deposit the tax. After the deposit of tax, a copy of “Flag Receipt” will be sent through email to the field offices and provide a copy to the contractor or service provider as a proof that tax has been deposited.

(c) Tax will be deposited between 1 st to 10 th day of the following month.

6.12 Bank Guarantee (a) The bank guarantee shall be submitted by the Contractor for an amount equivalent to 20% (Twenty percent) of the total Contract Sum.

(b) The bank guarantee must be issued by a recognized bank or acceptable insurance company in the format included in the Annexes and must be valid up to 30 days after the issuance by the Principal's infrastructure representative of the Substantial Completion Certificate.

7.0 Time and Manner of Payment

7.1 Based on measured executed works as defined under Article 5.2 whereas the Principal's representative approved the works and sign a clearance for payment, the Contractor submit an invoice which shall be paid within thirty (30) days of the date of their receipt and acceptance by the Principal.

Page 31 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

7.2 All payments shall be made by the Principal to the following bank account of the Contractor (the Contractor shall specify the mode of payment):

Bank Name

Branch Name Bank Address Beneficiary Name Account Number SWIFT Address (if required) BBAN Bank Phone Number

8.0 Modifications

8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and the Principal.

8.2 Change Orders - Contract amendments would be issued for any new/modified/ amended works. In the absence of such contract amendments, the Contractor will not be paid for any deviation from the original contract.

8.3 Termination of Contract. The Principal may terminate this contract at any time either wholly or in part for individual parts of the work. Should the Principal terminate the contract for a reason for which the contractor is answerable, the Principal shall be entitled to claim compensation for damages. In that case the Principal shall remunerate only the works already completed, provided the Principal can use them. The Principal may offset the claim for damages against the remuneration. Any other legal rights of the Principal shall remain unaffected.

The Principal may terminate this contract for one or more of the following reasons: • Manifest inefficiency or incompetence; • Gross dishonesty, insubordination, harassment of staff, theft, other criminal behavior, other serious misconduct; and • War, whether declared or undeclared, invasion, rebellion or civil disturbance, and natural disaster, which may render the performances of this Contract impossible.

Impossibility of performance of this Contract shall include any state or condition within the contemplation that may make it humanly impossible for the Parties to perform under this Contract. However, if the period of difficulty or impossibility last for more than four (4) weeks, this Contract shall be automatically terminated.

Page 32 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

9.0 Notifications

9.1 For the purpose of notifications under the Contract, the addresses of the Principal and the Contractor are as follows:

For Welthungerhilfe: Name : Johan van der Kamp Position : Country Director, Welthungerhilfe-Liberia Monrovia, Liberia Email : [email protected]

For the Contractor: Name : ______Position : ______Company : ______Address : ______Cellphone : ______Email : ______

10.2 For the purpose of communications regarding the execution of the Works with the Principal, the address shall be as follows:

Name : Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Greenville, Sinoe County, Liberia Tel : +231 886-440-525/886-531-585 Email : [email protected]

11.0 Settlement of Disputes Any dispute between the parties arising from this Contract shall be settled amicably. If it cannot be resolved, then such dispute shall be submitted for arbitration through an independent Arbitrator acceptable to both parties. If no agreement is reached, the dispute shall be submitted to the Court of Judicature, Monrovia for decision.

12.0 General The existing laws in force in Liberia govern this Contract.

IN WITNESS WHEREOF , the parties hereto have caused this Contract to be executed by their duly authorized representatives in three (3) copies, and signatures to be affixed as of the date written above.

Greenville / Monrovia: ______/______/2018

For Welthungerhilfe:

Johan van der Kamp Country Director, Welthungerhilfe Liberia

Finance Manager, Welthungerhilfe Liberia

Page 33 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

For the Contractor:

Name: ______Position: ______

Signature/Seal:

Contractor’s Witness:

Name:

Position:

Signature

Page 34 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

V.2 – TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF BOX CULVERTS AND U-CULVERTS (Applicable to LOT 1)

V.2.1 Technical Specifications for the Construction of Double Box Culverts and U-Culverts

1. Introduction This work specification is for the construction of Single Box Culvert and U-Culverts in various locations (Refer to construction Lot list for detailed Locations of each structure) in Sinoe County, which the contractor shall follow during the construction. Work tendered includes clearing of site, foundation excavation, reinforced steels, concrete works for the structures, backfilling and removing of forms work and all other related work to complete the works in conformity with this specifications and lines/grades shown in the attached drawings or established by WHH Infrastructure Engineer. 2. Objective The purpose of the construction of these culverts along the road project under rehabilitation is to provide a permanent structure that will facilitate water across the road in an effective and efficient way without damaging the surrounding areas.

3. Construction Drawings The construction drawings for the construction of Culverts are attached in the tender documents. The Contractor must fully comply with these drawings. Should there be some inconsistencies observed at the site, it has to be referred to WHH Infrastructure Team.

4. Scope of Work

4.1 Clearing and Grubbing Prior to starting excavation operations in an area all necessary clearing and grubbing of vegetation in that area shall be performed, including dismantling and removal of existing logs, log bridge and other objectionable materials. The dismantled and removed materials that are still usable (if any) shall be set aside for re-use or disposal to location that will not affect the construction works or as per instruction of WHH Engineer.

4.2 Construction of Bypass Bridge (Detour) Bypass bridge has to be constructed to allow the passage of vehicles (min/max–10/20 tons) during the entire construction period. Plan of the bypass bridge shall be prepared by the contractor and to be submitted to WHH Engineer for approval. After the construction of the permanent bridge and when the bridge is open to traffic and with the approval of WHH Engineer, the by-pass bridge shall be dismantled and the waterway to be cleared with debris and other materials that can obstruct the flow of water under the bridge.

4.3 Dismantling of existing Log Bridge or existing steel or concrete culverts Following the construction of bypass Bridge, and with the approval of MoPW Resident Engineer, the Contractor shall dismantle and remove the existing log bridge or existing corrugated steel or concrete culverts, including logs around the structure site (if any). The dismantled materials should be set aside for re-use or disposed to location that will not affect the construction works or as per instruction of WHH Engineer.

Page 35 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4.4 Structure Excavation The contractor shall notify the WHH Engineer sufficiently in advance of the beginning of any excavation so that cross-sectional elevations and measurements may be taken of the undisturbed ground. The natural ground adjacent to the structure shall not be disturbed without approval from WHH Engineer.

Trenches for culvert structures shall be excavated to the lines and grades or elevations shown on the plans or as staked by WHH Engineer. They shall be of sufficient width to permit the placing of structures of the full width and length shown. The elevations, as shown on the plans shall be considered approximate only and WHH Engineer may order, in writing, such change in dimensions or elevations as may be deemed necessary.

After each excavation is completed, the Contractor shall notify the WHH Engineer and no casting of culvert shall be done until the Engineer has approved the depth of excavation and the character of foundation material.

When rock or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 30 cm, but not to exceed ¾ of the vertical inside diameter of the culvert. The width of the excavation shall be at least 30 cm greater than the horizontal outside diameter of the culvert.

When a firm foundation is not encountered at the grade established due to soft, spongy, or other unstable soil, such unstable soil under the culvert and for the width of at least one diameter on each side of the culvert shall be removed to the depth directed by the WHH Engineer and replaced with approved material properly compacted to provide adequate support for the culvert, unless other special construction methods are called for on the plans.

4.5 Structure Backfill and Embankment All excavated materials, so far as suitable, shall be utilized as backfill or embankment. The surplus material, whether or not temporarily allowed to be placed within the stream area, shall be disposed of finally in such manner as not to obstruct the stream or otherwise impair the efficiency or appearance of the structure. No excavated material shall be deposited at any time so as to endanger the partly finished structure.

Excavated areas around culverts shall be backfilled with approved material in horizontal layers, not over 15cm in depth, to the level of the original ground surface. Each layer shall be moistened or dried as required and thoroughly compacted. Backfilling materials shall be fine, readily compactible soil or material selected from excavation or from a source of the contractor’s choice.

4.6 Layout of Culvert The layout of the structure shall be jointly carried out by WHH Engineer and MoPW Engineer in the presence of the contractor’s representative. All measurements indicated in the technical drawings shall be respected. However, adjustment in dimensions and layout can be made to suit the actual site conditions.

The setting of culvert shall begin at the downstream end of the conduit line. The lower segment of the culvert shall be in contact with the shaped bedding throughout its full length. The culverts shall be set such that the longitudinal centerline of the pave segment coincides with the flow line.

Culvert shall be extended a distance of 30cm beyond the toes of the embankment (except where headwalls are specified). Furthermore, culvert invert elevation shall be carefully established in the field to the satisfaction of the WHH Engineer to insure proper drainage and to avoid stagnation.

Where two or more culverts are to be installed in the same trench, the minimum spacing between these culverts shall be 50cm.

4.7 Inlet / Outlet Apron and Wing walls Culvert inlet apron and wing walls shall be constructed so as to allow free flow of water into the culvert, to minimize siltation, and to prevent erosion of soil and undermining of culvert foundation. Similarly, the outlet apron and wing wall shall be constructed to allow free culvert flow, to prevent downstream bed scouring, and to protect the culvert foundation. Apron and wing walls are to be casted in situ using Class A concrete mixture (1:2:4).

5. Concrete Works

Page 36 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5.1 Construction Materials As per contract, all construction materials shall be procured and delivered at the site by the Contractor. Construction materials MUST have prior approval from WHH Engineer before delivery to site or incorporation into the works.

Sand: The sand which is used for the concrete mixture should be clean, contain no small coarse grains and other impurities are removed. Sand from the beach is not accepted to be used for this purpose.

Crush rock: Only crush rock from granite rocks is to be used for the construction of structures. The material should be graded from quarter to max. 25mm.

Reinforcing steel bars: All reinforcing steel rods should be quality deformed bars with steel yield stress of 36,000 psi. Plain (smooth) steel bars are not accepted to be used as reinforcement for concrete. All reinforcement shall be placed properly in accordance with the drawings.

Cement: Only cement from CEMENCO 50kg can be used in the concrete mixture.

Water: The water for the concrete mixture shall be clean and free from oil, acid, alkali, earth, vegetable or any other solids in suspension or other soluble substances.

The amount of water used shall be minimum necessary for practical workability and shall be adjusted as specified to suit the water content of the aggregates. In no circumstances is water to be added to the mix after it has left the mixer or mixing pad.

Back filling material: The back-filling materials has to be laterite and should be free from vegetation and small woods.

5.2 Concrete Mixing and Batching Batching for the different grades of concrete specified for concrete works shall be by done using Gauge Boxes and MUST be mixed using a concrete mixing machine. Water shall be added to allow for workability of the concrete

5.3 Formworks and Scaffoldings All formworks shall be in line, straight and leveled. The substructure of the formwork shall be stable, rigid and capable of supporting the weight of the fresh "in situ" concrete to be poured in the shuttering. All formworks shall be lined with plywood to achieve a smooth concrete surface. All formworks shall be approved by WHH Engineer before concrete is placed. Removal of formworks shall also be approved by WHH Engineer.

The work sites have to be accessible with proper scaffoldings in order to carry out the work safely and to enable the monitoring by the engineers.

5.4 Casting of Reinforced Concrete Foundations After the inspection by WHH and MoPW Engineers and right after excavation of the culvert, apron and wing wall foundations, a 5cm thick of blinding concrete must be poured into the bottom of the foundation to install the wiring with steel reinforcement. The Contractor must assemble all steel reinforcement (including the uprising steel rods) and wait for inspection by WHH and MoPW Engineers before pouring the concrete into the forms.

5.4 Casting of Culvert, Apron and Wing walls,

After the proper installation of the formworks, the reinforcement bars are to be prepared and install them in proper position as shown on the plan and drawings. The Contractor assembles all reinforcement bars in place and wait for inspection and approval by WHH Engineer before pouring the concrete into the forms.

Summary of principles to be observed in Casting Concrete: • Use clean and graded crush rock, particle size from 6 mm to 25 mm (1/2 inch to 1 inch). • Use clean and coarse sand. • The overall ratio for concrete shall be: 350 kg Portland cement for 1 cubic meter aggregates (crush rock and sand). The use of concrete mixer is compulsory .

Page 37 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

• Concrete cover (on steel rods) has to be minimum 4 cm (1.50 inches). To ensure concrete cover behind the formworks, "spacers" (made of cement mortar with binding wire in it) have to be installed • Before casting concrete, an inspection and written approval about proper layout and installation of steel reinforcement by WHH engineers is required. Violating this principle will cause demolishing of the respective concrete member at the expense of the contractor. • The pouring concrete shall be compacted in layers while casting to avoid rock pockets in the concrete member. Thus, the use of concrete vibrator is compulsory . • The contractor is to provide at least three (3) concrete test cubes 15/15/15cm for each casting section. The concrete test cubes have to be indicated with date and name of casting section and handed over to WHH Engineer. • Curing of concrete is an essential requirement. The concrete shall be protected against sunshine, heat, wind and rain. Watering of concrete at least for 4 continuous days. The curing and hardening period is 28 days.

Quality of Concrete and Testing Methods: • The Principal emphasizes good quality concrete in accordance to international standards (German and British standards). • The Principal’s engineers will conduct test for the concrete after 28 days using an electronic device on a regular basis. • On top of the regular monitoring and testing, the Contractor is required to provide at least three (3) concrete cubes 15/15/15cm to be casted in a timber plank box with plastic foil for each casting section. Test cubes shall be produced from the original "in situ" concrete to be poured into the formwork. The test cubes will be tested later in a material laboratory in Monrovia. The significant strength of concrete shall be above 25 N/mm2 which can be achieved if the above- mentioned principles of producing concrete are carried out properly.

5.5 Concrete Delineator Posts (if required) At the location of culvert structure, the Contractor is required to install reinforced concrete delineator posts (1.50m x 0.15m x 0.15m) reinforced with 4-10mm dia. reinforcement bars tied with 8mm dia. bars. The spacing and location of delineator posts are shown on the drawings or as per instruction of WHH Engineer. The depth of embedment shall be 50cm and 100 cm should be exposed with painting as shown in the drawings or as per instruction of the WHH Infrastructure Team.

5.6 Precautions in Inclement Weather During windy weather, proper precautions shall be taken to prevent the cement from been blown away during proportioning and mixing. During wet weather, adequate precautions shall be taken to protect the cement and to ensure proper mixing. No concreting shall be carried out during periods of heavy rain.

5.7 Notice of Concreting Before concreting any major sections of work such as culvert, apron and wing walls, the Contractor shall give adequate notice to WHH Engineers and obtain his approval. If due notice is not given, the Contractor may be required to remove any defective concrete, make good at his own expense.

6. Safety Precautions The contractor is responsible for ensuring safety of his laborers and the community people in connection with his construction work for the culverts. The contractor shall provide and maintain at his cost all measures deemed necessary or required by WHH or by any duly constituted authority, for the protection of the works or for the safety and convenience of the public or others. Any temporary works shall be properly maintained in place in order to prevent any untoward accident. The contractor shall be held responsible for due compensation in connection with any accident occurred from his negligence or faulty of works.

7. Inspection and Handover WHH Engineers, including MoPW Engineer, will undertake regular inspections of the construction work and, where necessary, will guide the contractor towards complying with the work specifications.

8. Reporting and Records WHH Engineers and MoPW representatives will do the final inspection of the work, together with the Contractor’s field representative using a standard culvert construction format; the form is to be signed by both parties before the final payment. Unless this form is duly filled in and signed by both parties, WHH will not clear out the final bill and the work will be treated as incomplete.

9. Project Clean-up

Page 38 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

The Contractor shall remove all of his equipment and material from the job site. No trash or discharged equipment or material shall be left on the project. The Contractor’s campsite shall be cleaned, garbage buried, and the area returned substantially to its original condition. Toxic or poison waste must be taken away from the site by the contractor.

All cost related to project clean-up are included in the total contract bid and no additional payment will be made for this item.

Name of the Company (Contractor): ______

Name of Contractor’s Representative: ______

Position: ______

Signature of the Contractor’s Representative: ______

Place: ______Date: ______Stamp:

Page 39 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

V.3 -BILL OF QUANTITIES FOR LOT 1 LOT 1: BILL OF QUANTITIES FOR CONSTRUCTION OF FOUR (4) UNITS OF 90CM U-CULVERTS AND ONE (1) UNIT OF 2x200X200CM BOX CULVERT IN RIVERCESS COUNTY Unit Amount Item Description Unit Qty Cost US$. US$ A Preliminaries 1.0 Mobilization Mobilization; the contractor's general obligations for all charges in respect of the establishment of the contractor's camps, fencing, security, the site inspector’s accommodation and office, equipment, 1.1 personnel accommodation and construction plant on months 6.00 the site, and the financing costs, risks, legal and contractual obligations, security arrangement for materials and camps and general items of cost not covered elsewhere. Demobilization; the contractor's general obligations is before final acceptance. All borrow pits and ground excess materials, temporary structures, debris, 1.2 obstacles, rubbish, equipment’s, and all parts of the Sq. m. 400.00 work, must be removed and all used areas must be returned back to the previous condition or instructed and approved by site inspector’s representative. Article 4.10 of the global threat HIV/AIDs, the contractor his to contribute in protecting its staff and their families against HIV/AIDs, by providing HIV/AIDs 1.3 months 6.00 prevention information (methods In) and supply of standard quality condoms to its staff during and upon completion of the construction work.

A1 Sub Total Mobilization

Construction of Three (3) Units of 90cm x 90cm x B 1100cm U-Culvert 1.0 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location approved and directed by the supervisor’s 1.1 Sq. m. 300.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 6m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and

1.2 compacting in maximum 10 cm layers up to the level

of the surface that can allow passage of vehicles (Min/Max. Of 10/20 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period.

Page 40 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu. m. 72.00 compacting and removal of the detour. Construction of Cofferdam Cu. m. 120.00 Supplying plastic sack (e.g. rice bags), fill with

selected materials to be use for the construction of

the Cofferdam, for the provision of access to work

1.3 site, diversion and care of the river, construction of

1.5m height and 18m long cofferdam, that will

protection and maintenance, dewatering and keeping

dry the work area and all incidentals in respect to

work done below standing water.

2.0 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked 2.1 by WHH Engineer including carting away any surplus Cu. m. 64.00 soils to a location approved by WHH site engineer up to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal 2.2 Cu. m. 32.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation from the proposed site location 3.0 Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 3.1 casting of reinforced concrete for box culvert Cu. m. 2.50 sections, apron, wing walls as per specifications and drawings 4.0 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of 4.1 formwork shall be done according to the technical Sq. m. 120.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork Concrete Work for Apron, Wing walls, cut off wall 5.0 and Box Culvert Section Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, upper 5.1 Cu. m. 23.50 slab, cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing 6.0 walls, Box culvert sections, aprons and cut off walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

Page 41 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

12mm diameter reinforcement bars (Twisted or 6.1 Kg 648.77 Ribbed) 16mm diameter reinforcement bars (Twisted or 6.2 Kg 280.47 Ribbed)

7.0 Structure Backfill Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as 7.1 shown in the drawings and in accordance to Cu. m. 30.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10cm horizontal layers up to the level of the original carriage way.

8.0 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be greater than 15cm and provide Cu. m 104.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side 8.1 of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 90cmx90cmx1100cm

U-Culvert Sub Total for Three (3) Units of

B1 90cmx90cmx1100cm U-Culvert

Construction of One (1) Units of 90cm x 90cm x C 1200cm U-Culvert 1.0 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location approved and directed by the supervisor’s 1.1 Sq. m. 200.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 6m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles

1.2 (Min/Max. Of 10/20 tonnes) during the construction.

Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu. m. 72.00 compacting and removal of the detour.

Page 42 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Construction of Cofferdam Cu. m. 120.00 Supplying plastic sack (e.g. rice bags), fill with

selected materials to be use for the construction of

the Cofferdam, for the provision of access to work

1.3 site, diversion and care of the river, construction of

1.5m height and 18m long cofferdam, that will

protection and maintenance, dewatering and keeping

dry the work area and all incidentals in respect to

work done below standing water.

2.0 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked 2.1 by WHH Engineer including carting away any surplus Cu.m. 52.00 soils to a location approved by WHH site engineer up to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal 2.2 Cu. m. 34.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation from the proposed site location 3.0 Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 3.1 casting of reinforced concrete for box culvert Cu. m. 3.40 sections, apron, wing walls as per specifications and drawings 4.0 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of 4.1 formwork shall be done according to the technical Sq. m. 150.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork Concrete Work for Apron, Wing walls, cut off wall 5.0 and Box Culvert Section Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, upper 5.1 Cu. m. 25.50 slab, cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing 6.0 walls, Box culvert sections, aprons and cut off walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule 12mm diameter reinforcement bars (Twisted or 6.1 Kg 443.64 Ribbed) 16mm diameter reinforcement bars (Twisted or 6.2 Kg 220.54 Ribbed)

7.0 Structure Backfill Supply suitable materials either from the excavated 7.1 Cu. m. 48.00 materials or from the nearest borrow pit and backfill Page 43 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

the constructed structure and excavated trenches as shown in the drawings and in accordance to specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10cm horizontal layers up to the level of the original carriage way.

8.0 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be greater than 15cm and provide Cu. m. 124.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side 8.1 of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 90cmx90cmx1200cm C1 U-Culvert

Construction of One (1) 2x200cmx 200cmx

D 1100cm long Box Culvert. 1 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location approved and directed 1.1 Sq. m. 400.00 by the supervisor’s representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles 1.2 (Min/Max. Of 10/20 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 90cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu. m. 288.00 compacting and removal of the detour. Construction of Cofferdam Supplying plastic sack (e.g. rice bags), fill with selected materials to be use for the construction of the Cofferdam, for the provision of access to work site, diversion and care of the river, construction of Cu. m. 300.00 1.5m height and 18m long cofferdam, that will protection and maintenance, dewatering and keeping dry the work area and all incidentals in respect to 1.3 work done below standing water.

2.0 Structure Excavations

Page 44 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked by WHH Engineer including carting away any surplus Cu.m. 164.00 soils to a location approved by WHH site engineer up 2.1 to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal Cu.m. 46.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation 2.2 from the proposed site location 3 Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before casting of reinforced concrete for box culvert Cu.m. 6.00 sections, apron, wing walls as per specifications and 3.1 drawings 4 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of 4.1 formwork shall be done according to the technical Sq. m. 350.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork Concrete Work for Apron, Wing walls, cut off wall 5 and Box Culvert Section Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, upper 5.1 Cu.m. 48.64 slab, cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing walls, Box culvert sections, aprons and cut off 6 walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule 6.1 12mm diameter reinforcement bars (Twisted or Kg 2,187.56 Ribbed) 6.2 16mm diameter reinforcement bars (Twisted or Kg 3,147.85 Ribbed) Railings Supply and installation of 100mm galv. pipe steel railings in accordance with the drawings. It shall 6.3 include corrosion protection, painting of three (3) meter 9.20 coats, including fastening anchor bolts, welding, mortar bedding, etc. as maybe required to complete the work. 7 Structure Backfill Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as shown in the drawings and in accordance to Cu.m. 160.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10cm horizontal 7.1 layers up to the level of the original carriage way.

Page 45 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling 8.1 shall not be greater than 15cm and provide Cu.m. 104.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 2x200 x 200cm x

D1 1100cm Double Box Culvert.

Bill Summary E Total for Cost for Lot 1(A1+B1+C1+D1) F Contingency (10% of E) G Cost of Bank Guarantee(6%x20%xE)

Total Amount for Lot 1(E+F+G)

NOTE: All item rates should be inclusive of materials, labour, transportation, profit, tax, insurance and all

other costs necessary for completion of the whole item of works.

Page 46 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Total Amount of Bid for Lot 01 in words: ______

______United States Dollars

Name of the Company (Contractor): ______

Name of Contractor’s Representative: ______

Position: ______

Signature of the Contractor’s Representative: ______

Place: ______Date: ______Stamp:

Page 47 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 1

TECHNICAL DRAWINGS LOT 01 – Plan/Drawings for the Construction of 2x200cmx200cmx1100cm Double Box Culverts

Page 48 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 49 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 50 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 51 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 52 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 53 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 1

TECHNICAL DRAWINGS LOT 01 – Plan/Drawings for the Construction of 90cmx90cmx1100cm U-Culverts

Page 54 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 55 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 56 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 57 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 1

TECHNICAL DRAWINGS

LOT 01 – Plan/Drawings for the Construction of 90cmx90cmx1200cm U-Culverts

Page 58 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 59 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 60 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 61 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 2

Page 62 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.4 FORM OF BID FOR LOT 02

To: Welthungerhilfe Greenville Field Office, Sinoe County

Dear Sir/Madame,

I ______( Name of the bidder ) have read the terms and conditions of the bid documents and agree to abide by the requirements specified for LOT 02. I also agree to keep this bid open for acceptance for a period of 90 days from the date of bid opening.

I hereby declare that we have visited the site of the work and have become aware of the field conditions, road and potential constraints. I also am aware of the seasonal weather conditions and the effect on the different construction sites such as the quantity of rainfall and the quantity of water in the waterway crossings.

I have quoted our rates by taking into account all the above factors and I offer to do the work specified for Lot 02 – Construction of One (1) 2x200cmx200cm x1100cm Double Box Culvert and Three (3) 90cmx90cmx1100cm U-Culverts in Timbo District, Rivercess County , at the rates quoted in the attached Bill of Quantities. I bind myself to complete the work in all respects within the time schedule indicated in the Contract.

I understand that until a Contract is signed, a Letter of Acceptance along with all bid documents will constitute a binding Contract between me and Welthungerhilfe.

I also understand that a sum equivalent to 20% of the total amount of the Contract will be forwarded by me as a Bank Guarantee in the form of money order from any Liberian Bank in favor of Welthungerhilfe or as issued by a recognized Insurance Company. Such Bank Guarantee will be forfeited if I break the Contract or fail to perform or observe any conditions of the Contract.

Thanking you.

Yours Faithfully,

Signature : ______

Name : ______(In capital letters)

Place______Date ______

Page 63 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.5 FORM OF BANK GUARANTEE FOR LOT 02

To: Welthungerhilfe Greenville Field Office, Sinoe County

The Contractor, ______

______[name and address of Contractor] has undertaken, in pursuant to the Contract signed with Welthungerhilfe Lot 02 – Construction of One (1) 2x200cmx200cm x1100mm Double Box Culvert and Three (3) 90cmx90cmx1100cm U-Culverts in Timbo District, Rivercess County the obligation to furnish you with a Bank Guarantee for a sum equivalent to 20% of the total amount of such Contract.

Hereby we affirm that we are, as the Guarantor, responsible to you, on behalf of the Contractor, up to a total of ______(USD - amount in figures),

______

______(USD - amount in words).

We undertake to pay you, upon your first written demand, any sum within the limits of ______(amount of Bank Guarantee) without your needing to prove or to show reasons for your demand for the sum specified.

This guarantee must be valid up to 30 days after the issuance of the Substantial Completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Signature of the Guarantor : ______

Name of the Guarantor : ______(In capital letters)

Place______Date ______

Name of Bank/Insurance Company: ______

Address : ______

Telephone number : ______

Page 64 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI. ANNEX 2

VI-I CONTRACT FOR LOT 02 INFRASTRUCTURE CONTRACT on measurement basis

Contract Number : XXXX XXXX XXX Objective : Lot 02 – Construction of One (1) 2x200cmx200cm x1100cm Double Box Culvert and Three (3) 90cm x 90cm x1100cm U-Culverts Location : Timbo District, Rivercess County

1.0 The Contract This Contract is made on the (dd/mm 2018) between

Welthungerhilfe , represented by (Johan van der Kamp, Country Director) with office address at 18 th Street Sinkor, Monrovia, Liberia, hereinafter referred to as the Principal

and

Contractor’s Company Name , represented in this contract by (Contractor’s Representative, Position) with office address at Contractor’s Address, hereinafter referred to as the Contractor .

2.0 Objective of the Contract This contract is for the Lot 02 – Construction of One (1) 2x200cmx200cm x1100cm Double Box Culvert and Three (3) 90cmx90cmx1100cm U-Culverts, located in Timbo District, Rivercess County hereinafter referred to as the Works .

3.0 Contract Documents

3.1 The Contractor and the Principal agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: 1) The Letter of Acceptance 2) The Contract 3) The Addenda mentioned in the Contract and validated by signatures (e.g. Minutes of Meetings, correspondence during the contract negotiations) 4) Technical Specifications 5) Priced Bill of Quantities 6) Construction Drawings 7) Welthungerhilfe corruption prevention policy 8) Welthungerhilfe Code of Conduct

3.2 All the above shall form the Contract between the Contractor and Principal, superseding the contents of any other negotiation or agreement, whether oral or in writing, pertaining to the subject of this Contract.

4.0 Obligations of the Contractor

4.1 The Contractor shall commence the construction work within 25 days from the date on which the Contractor shall have been given access to the construction Site, hereinafter referred to as "site", and received the notice to commence from the Principal's infrastructure representative, and shall perform and substantially complete the works within 180 days from the commencement date. The duration of the Contract shall be extended until the end of the Defects Liability Period or Retention Period. However, the Substantial Completion of Works shall be achieved by the Contractor within 180 days from the commencement date, including the 25 days mobilization period. Failure to do so shall constitute an event of default on the obligation of the Contractor. The Contractor shall provide all material, supplies, labor and other services necessary to that end.

4.2 The Contractor shall submit within 15 days after signing of the contract to the Principal's infrastructure representative the Work Plan for approval. Page 65 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4.3. The contractor is obliged to execute and to complete the works as described in the documents listed under clause 3.1 with due care and diligence in accordance with the generally accepted construction practices.

The contractor is obliged to observe the Laws, By-Laws, Ordinances and Statutes and other legal provisions of the Republic of Liberia, in particular labor laws, local standards, public rules and regulations.

The contractor shall supply all construction materials, equipment, plant and tools necessary for the execution of the works in due number and time.

The contractor shall provide all qualified and experienced labor necessary in due number and time and shall supervise their activities with due care and diligence. The principal shall be entitled to object to and require the contractor to remove from the works any person employed by the contractor who, in the opinion of the principal, is incompetent, negligent, or guilty of misconduct.

No work shall be covered up or otherwise put out of view without prior approval in writing by the Principal or his authorized representative.

Construction materials may be subject to tests at any time at the request of the Principal. The tests shall be carried out as directed by the Principal or his authorized representative at the place of manufacture or fabrication or on site or in a testing institute. The contractor shall provide such assistance, materials plant, instruments and labor as required for such test, particularly by producing concrete test cubes. The cost of carrying out such tests shall be borne by the contractor.

4.4 The Contractor represents and warrants the accuracy of any information or data provided to the Principal for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards.

4.5 Where required, the Contractor is obliged to provide samples/catalogues for proposed materials upon request by the Principal. Likewise, the Contractor is bound to use the types and quality of materials in accordance with samples approved by the Principal.

4.6 The contractor is obliged to submit a monthly progress report to the Principal before the 15th day of the month following the reporting period (see Article 10.2). In the progress report the Contractor provide information about the status of the Works, the use of materials, materials in stock, delays and a projection of the Works for the coming month.

4.7 A Worksite Diary has to be kept, maintained and always accessible by the Contractor at the work site during the implementation period of this contract. Representatives of the Ministry of Public Works and the Principal involved in monitoring and supervision of the execution of the works must record their comments, observations and instructions, if any, to the Worksite Diary, which is to be handed over to the Principal as a requirement when requesting for payment upon the completion of the work. In addition, the Principal will provide the Contractor Inspection Forms that have to be filled in by the Representatives of the Ministry of Public Works and the Representative of the Principal at the construction site per each inspection visit. The Inspection Forms are in threefold with the original for the Principal and the duplicates for the Ministry of Public Works and the Contractor. In general, this information should be included in the site diary: 1. Date 2. Object (for example: GG.43.02.005.008 Construction of 2 wells and 2 inst. Latrines in Putu District, Grand Gedeh County 3. Weather (Temperature, Cloudiness, and Precipitation). 4. Structure status, progress 5. Engineers, Construction Supervisors and others 6. Skilled workers (Masons, Carpenters, Electricians, Steel benders, and Plumbers) 7. The number of craftsmen of the company and, if necessary, the working hours. 8. Used of construction machines/machines, if applicable with operating time and downtimes or disturbances, 9. Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the actual performance level (target / actual comparison)). Page 66 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

10. Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). 11. Booking of reservation against the given construction, errors found during the construction.

4.8 Site Clearing – All waste/construction debris must be removed from the construction site and dumped at locations approved by local authorities. Under no circumstances should the contractor dump waste or construction debris on any unoccupied vacant land. In case the Principal received complaints of dumping at unauthorized sites, the Contractor is obliged to collect the dumped materials and transport it to a designated dump site, at the Contractor's own cost.

4.9 Security at Work Site – Until the site is handed over to the Principal, the site is under the responsibility of the Contractor. Therefore, the safety and security of the contractor’s staff, equipment, and materials will remain the responsibility of the Contractor working at the site. The Principal will not be held liable for damages, neither for loss of equipment and materials nor injuries or death of contractor’s personnel. See Article 6.1 on Insurance requirements.

4.10 In view of the global threat of HIV/AIDS , the Contractor agrees to contribute in protecting its staff and their families against HIV/AIDS by appropriate measures, such as: c) Information dissemination on HIV/AIDS and prevention methods. d) Supply of standard quality condoms to its staff at the work site. The cost of these measures should be covered by the price quoted in the Bill of Quantities.

5.0 Price and Payment

5.1 The total contract price is up to (amount in figures / amount in words USD) in accordance with the prices stated in the Bill of Quantities and the works actually executed and measured. The contract price shall be subject to such additions and deductions as may be made under the provisions of this contract. The contract price includes the charges for the bank guarantee and a contingency sum of 10% of the total calculated cost.

5.2. Payments on account shall be made in accordance with the progress of the works in accordance with achievement of following measurable executed works: 1) First installment: 20% of the total amount is advanced before commencement of the work 2) Installations shall be paid on monthly invoices, if the progress of the executed measurable Works are minimum 10% and above the previous Accounting period, the payment must be Postponed to the next month period, unit minimum of 10% work progress is reached. 3)10% of the total amount as a retention will be released twelve (12) months from the date of the substantial completion of the project and upon joint inspection and issuance of clearance by the County-Ministry of Public Works and the Principal.

The payment schedule is attached to the contract as Annex 1.

The rates and prices of the Bill of Quantities shall cover all services and works of the contractor described in the specifications and the drawings. Additional works shall be remunerated only if they were ordered on writing by the Principal's authorized representative and shall be valued at the prices set out in the Bill of Quantities.

The advanced payment shall be repaid by deduction of the corresponding percentage from each payment on account.

5.3 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Principal's infrastructure representative and the unit prices contained in the Contractor's financial proposal. The unit prices are fixed and are not subject to any variation whatsoever.

5.4 Contingency Sum (a) This is the amount included in the Contract and so designated in the Bill of Quantities for the execution of any part of the Works or for the supply of goods, materials, services, or for other contingencies, which amount may be used, in whole or in part, or not at all, on the instructions of the Principal.

Page 67 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(b) No expenditure may be made against Contingency sum unless instructed by the Principal in writing beforehand.

(c) In respect of the Contingency sum, the Principal has the authority to issue instructions for the execution of work or for the supply of goods, materials or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof.

5.5 If the Contractor foresees that the final price of the Contract may exceed the total calculated amount contained in 5.1 above, the Contractor shall inform the Principal's infrastructure representative without delay, in order for the Principal to decide, at its discretion, to increase the Contract Price as a result of a higher quantity of work, or extra material or to reduce the quantity of work to be performed or materials to be used. The Principal shall not be responsible for payment of any amount in excess of the Contract Price as stipulated in 5.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with Article 9.

5.6 Payments effected by the Principal to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by the Principal of the Contractor's performance of the Works.

5.7 Payment of the final installment (Retention Payment) shall be affected by the Principal after issuance of the Certificate of Final Completion by the Principal's Infrastructure representative and Clearance by the Resident Engineer of the Ministry of Public Works of the county where the work is implemented. 6.0 Special Conditions

6.1 Liability (a) The contractor shall be liable for all damages caused by himself, his agents or persons employed or in any way engaged by him for the execution of the works. (b) The contractor shall be liable for all services performed by his subcontractors in the same manners as for his own services. (c) Without limiting his own obligations and responsibilities under this contract, the contractor shall insure himself at his own expense against his liability for any material or physical damage, loss or injury which may occur to any person or property arising out of or in consequence of the performance of this contract.

6.2 Liquidated Damages -The Principal may deduct 0.2% (zero-point two percent) of the total of the Contract Price referred to in paragraph 5.1 above, per day of delay, subject to a maximum of 10% (percent) of the total Contract price.

6.3 Retention Money - The amounts of the payments referred to in Article 5.2 shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment as retention money from all progressive payments. The Retention Money shall be released to the Contractor after the 12-month Defects Liability Period (Retention Period) and after the issuance of Final Completion Certificate. Notwithstanding the foregoing, in the event of a termination of this Contract, may use the retention money to offset any expenditure it incurred as a result of such termination.

6.4 Assignment of Contract - The Contractor shall not, except after obtaining the prior written approval of the Principal, assign, transfer, pledge or make other disposition of the contract or any part thereof or of any of the Contractor’s rights, claims, or obligations under the contract.

6.5 Subcontracting – In the event the Contractor requires the services of Subcontractors, the Contractor shall obtain the prior written approval of the Principal for all such subcontractors. This approval may be revoked at any time in case serious complaints arise. The approval of the Principal shall not relieve the Contractor of any of his obligations under the contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the contract.

6.6 The Contractor shall not remove any equipment or personnel from the site without obtaining prior written approval from the Principal. The removal of equipment without such approval shall be considered as a breach of a fundamental condition of this Contract, and shall entitle the Principal to terminate the Contract immediately without notice, and the forfeiture of the retention money by the Contractor.

6.7 In the event of suspension of works by the Principal, the Contractor shall be entitled at the discretion of the Principal to a payment of a maximum of $100.00 (One Hundred United States Dollars) per day of suspension.

Page 68 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.8 Mobilization period shall be 15 days from the date on which the Contractor shall have been given access to the Site and received the notice to commence from the Principal. The Contractor shall complete the Contractor’s camp and other facilities required to complete the work, and mobilize all his equipment and staff within the mobilization period as specified above.

6.9 Advance Payment (a) The 20% Advance payment included mobilization and 10% of structure completion measured woks and the advance payment of 20% of the total sum of the contract can be made upon signing of the contract by both parties and upon receipt and acceptance by the Principal of a bank guarantee for the full amount of the advance payment issued by an institution and in a form acceptable by the Principal.

(b) The amounts of the payments referred to in Article 5.2 above shall be subject to a deduction of 20 % (Twenty percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the mobilization advance payment. Should the cumulative amount of the deductions so made be lower than the amount of the mobilization payment after the date of substantial completion of the Works, the Principal may deduct the amount equal to the difference between the mobilization payment and the cumulative deductions from the payments due after substantial completion or may recover such amount from the bank guarantee (see Article 6.12).

6.10 The Principal reserves the right to re-negotiate the relevant Unit Rate(s) downwards where quantities exceed those specified in the Bill of Quantities by more than 20% (twenty percent).

6.11 Tax Clause (a) With reference to Section 905(f) of the Tax Code of Liberia, 10% withholding tax needs to be deducted on the portion of the payment that is allocable to the service. But if the contract/payment is for the mixture of goods and services and if the contract/payment does not reflect the allocable amount for goods and services, then 10% withholding tax will be deducted on the overall amount of the contract/payment and will be deposited to the Government of Liberia.

(b) The tax will be deposited by WHH-Monrovia office. Due to this reason, all payment which are subject to deduction of withholding tax will be done through bank transfer/cheque payment from WHH-Monrovia office and accordingly the office will deposit the tax. After the deposit of tax, a copy of “Flag Receipt” will be sent through email to the field offices and provide a copy to the contractor or service provider as a proof that tax has been deposited.

(c) Tax will be deposited between 1 st to 10 th day of the following month.

6.12 Bank Guarantee (a) The bank guarantee shall be submitted by the Contractor for an amount equivalent to 20% (Twenty percent) of the total Contract Sum.

(b) The bank guarantee must be issued by a recognized bank or acceptable insurance company in the format included in the Annexes and must be valid up to 30 days after the issuance by the Principal's infrastructure representative of the Substantial Completion Certificate.

7.0 Time and Manner of Payment

7.1 Based on measured executed works as defined under Article 5.2 whereas the Principal's representative approved the works and sign a clearance for payment, the Contractor submit an invoice which shall be paid within thirty (30) days of the date of their receipt and acceptance by the Principal.

7.2 All payments shall be made by the Principal to the following bank account of the Contractor (the Contractor shall specify the mode of payment):

Bank Name

Branch Name Bank Address

Page 69 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Beneficiary Name Account Number SWIFT Address (if required) BBAN Bank Phone Number

8.0 Modifications

8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and the Principal.

8.2 Change Orders - Contract amendments would be issued for any new/modified/ amended works. In the absence of such contract amendments, the Contractor will not be paid for any deviation from the original contract.

8.3 Termination of Contract. The Principal may terminate this contract at any time either wholly or in part for individual parts of the work. Should the Principal terminate the contract for a reason for which the contractor is answerable, the Principal shall be entitled to claim compensation for damages. In the case the Principal shall remunerate only the works already completed, provided the Principal can use them. The Principal may offset the claim for damages against the remuneration. Any other legal rights of the Principal shall remain unaffected.

The Principal may terminate this contract for one or more of the following reasons: • Manifest inefficiency or incompetence; • Gross dishonesty, insubordination, harassment of staff, theft, other criminal behavior, other serious misconduct; and • War, whether declared or undeclared, invasion, rebellion or civil disturbance, and natural disaster, which may render the performances of this Contract impossible.

Impossibility of performance of this Contract shall include any state or condition within the contemplation that may make it humanly impossible for the Parties to perform under this Contract. However, if the period of difficulty or impossibility last for more than four (4) weeks, this Contract shall be automatically terminated.

Page 70 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

9.0 Notifications

9.1 For the purpose of notifications under the Contract, the addresses of the Principal and the Contractor are as follows:

For Welthungerhilfe: Name : Johan van der Kamp Position : Country Director, Welthungerhilfe-Liberia Monrovia, Liberia Email : [email protected]

For the Contractor: Name : ______Position : ______Company : ______Address : ______Cellphone : ______Email : ______

10.2 For the purpose of communications regarding the execution of the Works with the Principal, the address shall be as follows:

Name : Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Greenville, Sinoe County, Liberia Tel : +231 886-440-525/886-531-585 Email : [email protected]

11.0 Settlement of Disputes Any dispute between the parties arising from this Contract shall be settled amicably. If it cannot be resolved, then such dispute shall be submitted for arbitration through an independent Arbitrator acceptable to both parties. If no agreement is reached, the dispute shall be submitted to the Court of Monrovia for decision.

12.0 General The existing laws in force in Liberia govern this Contract.

IN WITNESS WHEREOF , the parties hereto have caused this Contract to be executed by their duly authorized representatives in three (3) copies, and signatures to be affixed as of the date written above.

Greenville / Monrovia: ______/______/2018

For Welthungerhilfe:

Johan van der Kamp Country Director, Welthungerhilfe Liberia

Finance Manager, Welthungerhilfe Liberia For the Contractor:

Name: ______Position: ______Page 71 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.2 – TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF BOX CULVERTS AND 90CM U-CULVERTS (applicable to LOTS 2)

(Please refer to the Technical Specifications on page)

V.3-BILL OF QUANTITIES FOR LOT 2 LOT 2: BILL OF QUANTITIES FOR CONSTRUCTION OF THREE (3) UNITS OF 90CMX90CMX1100CM LONG U-CULVERTS AND ONE (1) UNIT OF 2X200CMX200CMX1100CM LONG BOX CULVERT IN TIMBO DISTRICT, RIVERCESS COUNTY Unit Amount Item Description Unit Qty Cost US$. US$ A Preliminaries 1.0 Mobilization Mobilization; the contractor's general obligations for all charges in respect of the establishment of the contractor's camps, fencing, security, the site inspector’s accommodation and office, equipment, 1.1 personnel accommodation and construction plant on months 6.00 the site, and also the financing costs, risks, legal and contractual obligations, security arrangement for materials and camps and general items of cost not covered elsewhere.

Demobilization; the contractor's general obligations is before final acceptance. All borrow pits and ground excess materials, temporary structures, debris, 1.2 obstacles, rubbish, equipment’s, and all parts of the Sq. m. 400.00 work, must be removed and all used areas has to be returned back to the previous condition or instructed and approved by site inspector’s representative.

Article 4.10 of the global threat HIV/AIDs, the contractor his to contribute in protecting its staff and their families against HIV/AIDs, by providing HIV/AIDs 1.3 months 12.00 prevention information (methods In) and supply of standard quality condoms to its staff during and upon completion of the construction work.

A1 Sub Total Mobilization

Construction of Three (3) Units of 90cm x90cm B x1100cm long U-Culvert 1.0 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location 1.1 approved and directed by the supervisor’s Sq. m. 400.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site.

Page 72 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20 1.2 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions.

a. Numbers 60cm diameter pipe culverts meter. 14.00

b. Selected materials, spreading, leveling, Cu.m. 72.00 compacting and removal of the detour.

Construction of Cofferdam Cu.m. 120.00 Supplying plastic sack (e.g. rice bags), fill with selected

materials to be use for the construction of the

Cofferdam, for the provision of access to work site,

1.3 diversion and care of the river, construction of 1.5m

height and 18m long cofferdam, that will protection and

maintenance, dewatering and keeping dry the work

area and all incidentals in respect to work done below

standing water. 2.0 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked 2.1 by WHH Engineer including carting away any surplus Cu.m. 64.00 soils to a location approved by WHH site engineer up to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal 2.2 Cu.m. 32.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation from the proposed site location 3.0 Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 3.1 Cu.m. 2.50 casting of reinforced concrete for box culvert sections, apron, wing walls as per specifications and drawings 4.0 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of formwork shall be

4.1 done according to the technical drawings of the culvert Sq. m. 120.00 structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

Page 73 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5.0 Concrete Work for Apron, Wing walls, cut off wall and Box Culvert Section

Cast insitu reinforced concrete inlet/outlet wing walls, 5.1 abutment walls, middle walls, bottom slab, upper slab, Cu.m. 23.50 cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing 6.0 walls, Box culvert sections, aprons and cut off walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule 6.1 12mm diameter reinforcement bar (Twisted or Ribbed) Kg 443.64 6.2 16mm diameter reinforcement bars (Twisted or Ribbed) Kg 220.54

7.0 Structure Backfill Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as 7.1 shown in the drawings and in accordance to Cu.m. 30.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 15cm horizontal layers up to the level of the original carriage way.

8.0 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be

greater than 10cm and provide compaction up to 95% Cu.m. 104.00 of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as 8.1 instructed by WHH Engineer

Sub Total for One (1) Unit of 90cmx90cmx1100cm

U-Culvert Sub Total for Three (3) Units of 90cmx90cmx

B1 1100cm U-Culvert

Construction of One (1) 2x200cmx200cm 1100cm

C long Double Box Culvert. 1.0 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location 1.1 approved and directed by the supervisor’s Sq. m. 400.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site.

Page 74 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20 1.2 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions.

a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 288.00 compacting and removal of the detour.

Construction of Cofferdam Cu.m. 300.00 Supplying plastic sack (e.g. rice bags), fill with selected

materials to be use for the construction of the

Cofferdam, for the provision of access to work site,

diversion and care of the river, construction of 1.5m

height and 18m long cofferdam, that will protection and

maintenance, dewatering and keeping dry the work

area and all incidentals in respect to work done below

1.3 standing water. 2.0 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked by WHH Engineer including carting away any surplus Cu.m. 164.00 soils to a location approved by WHH site engineer up 2.1 to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal Cu.m. 46.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation 2.2 from the proposed site location 3.0 Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before Cu.m. 6.00 casting of reinforced concrete for box culvert sections, 3.1 apron, wing walls as per specifications and drawings 4.0 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of formwork shall be 4.1 done according to the technical drawings of the culvert Sq. m. 350.00 structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

Page 75 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5.0 Concrete Work for Apron, Wing walls, cut off wall and Box Culvert Section

Cast insitu reinforced concrete inlet/outlet wing walls, 5.1 abutment walls, middle walls, bottom slab, upper slab, Cu.m. 48.64 cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing walls, Box culvert sections, aprons and cut off 6.0 walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule 6.1 12mm diameter reinforcement bars (Twisted or Ribbed) Kg 2,187.56

16mm diameter reinforcement bars (Twisted or Ribbed) Kg 6.2 3,147.85 Railings Supply and installation of 100mm galv. pipe steel railings in accordance with the drawings. It shall include 6.3 meter 9.00 corrosion protection, painting of three (3) coats, including fastening anchor bolts, welding, mortar bedding, etc. as maybe required to complete the work. 7.0 Structure Backfill Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as shown in the drawings and in accordance to Cu.m. 160.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 15cm horizontal 7.1 layers up to the level of the original carriage way.

8.0 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be

8.1 greater than 10cm and provide compaction up to 95% Cu. m. 150.00 of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 2x200cm x 200cm x

C1 1100cm Long Double Box Culvert.

Bill Summary D Total for Cost for Lot 2 (A1+B1+C1) E Contingency (10% of D) F Cost of Bank Guarantee(6%x20%xD)

Total Amount for Lot 2 (D+E+F)

NOTE: All item rates should be inclusive of materials, labour, transportation, profit, tax, insurance and all other costs necessary for completion of the whole item of works. Page 76 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Total Amount of Bid for Lot 2 in words: ______

______United States Dollars

Name of the Company (Contractor): ______

Name of Contractor’s Representative:

______

Position: ______

Signature of the Contractor’s Representative:

______

Place: ______Date: ______Stamp:

Page 77 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 2

TECHNICAL DRAWINGS LOT 02 – Plan/Drawings for the Construction of 2X200cmX200cmx1100cm Double Box Culverts

Page 78 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 79 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 80 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 81 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 82 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 83 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 2

TECHNICAL DRAWINGS LOT 02 – Plan/Drawings for the Construction of 90cmX90cmx1100cm U-Culverts

Page 84 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 85 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 86 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 87 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 3

Page 88 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.4 FORM OF BID FOR LOT 03

To: Welthungerhilfe Greenville Field Office, Sinoe County

Dear Sir/Madame,

I ______( Name of the bidder ) have read the terms and conditions of the bid documents and agree to abide by the requirements specified for LOT 03. I also agree to keep this bid open for acceptance for a period of 90 days from the date of bid opening.

I hereby declare that we have visited the site of the work and have become aware of the field conditions, road and potential constraints. I also am aware of the seasonal weather conditions and the effect on the different construction sites such as the quantity of rainfall and the quantity of water in the waterway crossings.

I have quoted our rates by taking into account all the above factors and I offer to do the work specified for Lot 03 – Construction of One (1) 3x250cmx250cmx580cm Triple Box Culvert and One (1) 200cmx200cmx580cm Single Box Culvert and Three (3) units 90cmx90cmx580cm U-Culverts in Neezuine District, Rivercess County , at the rates quoted in the attached Bill of Quantities. I bind myself to complete the work in all respects within the time schedule indicated in the Contract.

I understand that until a Contract is signed, a Letter of Acceptance along with all bid documents will constitute a binding Contract between me and Welthungerhilfe.

I also understand that a sum equivalent to 20% of the total amount of the Contract will be forwarded by me as a Bank Guarantee in the form of money order from any Liberian Bank in favor of Welthungerhilfe or as issued by a recognized Insurance Company. Such Bank Guarantee will be forfeited if I break the Contract or fail to perform or observe any conditions of the Contract.

Thanking you.

Yours Faithfully,

Signature : ______

Name : ______(In capital letters)

Place______Date ______

Page 89 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.5 FORM OF BANK GUARANTEE FOR LOT 03

To: Welthungerhilfe Greenville Field Office, Sinoe County

The Contractor, ______

______[name and address of Contractor] has undertaken, in pursuant to the Contract signed with Welthungerhilfe for Lot 03 – Construction of One (1) 3 x 250 cm x 250 cm x 250 cm Triple Box Culvert, One (1) 200 cm x 200 cm x 580 cm Single Box Culverts and Three (3) units 90 cm x 90 cm x 580 cm U-Culvert in Neezuine District, Sinoe County , the obligation to furnish you with a Bank Guarantee for a sum equivalent to 20% of the total amount of such Contract.

Hereby we affirm that we are, as the Guarantor, responsible to you, on behalf of the Contractor, up to a total of ______(USD - amount in figures),

______

______(USD - amount in words).

We undertake to pay you, upon your first written demand, any sum within the limits of ______(amount of Bank Guarantee) without your needing to prove or to show reasons for your demand for the sum specified.

This guarantee must be valid up to 30 days after the issuance of the Substantial Completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Signature of the Guarantor : ______

Name of the Guarantor : ______(In capital letters)

Place______Date ______

Name of Bank/Insurance Company: ______

Address :______

Telephone number : ______

Page 90 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.5 SOURCE OF THE CONSTRUCTION MATERIALS FOR LOT 3

Bidder must indicate the source of construction materials to be employed in the work site in the table below for Lot 3

Unit Quantity Description of Material Source

Page 91 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.6 QUALIFICATION FORM-LOT 3

Name of Bidder

1. The total annual volume of construction work performed in each of the last five years is:

Year Volume of Construction Work (USD)

2. The work performed as prime Contractor on works of a similar nature and volume over the last five years is: [List also details of work under way or committed, including expected completion date.]

No Project Name and Name of Client and Contact Type of Work performed and Value of contract Country Person year of completion (USD)

Page 92 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures Bridges, Box culverts and U- Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3. The major items of equipment proposed for carrying out the Works are:

No Description (name, type) No. Capaci Condition Ownership Year of . ty (new, good, Status(Owned/l Manufacture poor) eased) Concrete Mixer 1

Concrete Vibrator 2

Dump Truck 3

Service Vehicle (pick-up, 4 motorbike) Dewatering Pump 5

Pedestrian Roller 6

Plate Compactor 7

Jumping Compactor 8

9

10

4. The qualifications and experience of key personnel and other skilled personnel proposed for administration and execution of the Contract are: [Attach CVs and Academic Qualifications.]

Position Name Years of Experience Year of Experience in (general) proposed position

Page 93 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5. The following evidence of access to financial resources (e.g. cash in hand, lines of credit etc) to meet the qualification requirements is attached: [List and attach] 1 2 3 6. Banks that may provide references if contacted by the Employer are: [State name, address and telephone, telex and facsimile numbers]

Signed: Name: In the capacity of: Duly authorised to sign the Qualification Form for and on behalf of: Name of Bidder: Dated on ______day of ______, ______[insert date of signing]

Page 94 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI. ANNEX 3

VI-I CONTRACT FOR LOT 03 INFRASTRUCTURE CONTRACT on measurement basis

Contract Number : XXXX XXXX XXX Objective : Construction of One (1) 3 x 250 cm x 250 cm x 580 cm Triple Box Culverts, One (1) 200 cm x 200 cm x 580 cm Single Box Culvert and Three (3) 90 cm x 90 cm x 580 cm U-Culvert Location : Neezuine District, Rivercess County

1.0 The Contract This Contract is made on the (dd/mm 2018) between

Welthungerhilfe , represented by (Johan van der Kamp, Country Director) with office address at 18 th Street Sinkor, Monrovia, Liberia, hereinafter referred to as the Principal

and

Contractor’s Company Name , represented in this contract by (Contractor’s Representative, Position) with office address at Contractor’s Address, hereinafter referred to as the Contractor .

2.0 Objective of the Contract This contract is for the Construction of One (1) 3 x 250 cm x 250 cm x 580cm Triple Box Culvert, One (1) 200 cm x 200 cm x 580 cm Single Box Culverts and Three (3) 90 cm x 90cm x 580 cm U-Culverts , located in Neezuine - Yarkpah, Neezuine District, Rivercess County hereinafter referred to as the Works .

3.0 Contract Documents

3.1 The Contractor and the Principal agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: 9) The Letter of Acceptance 10) The Contract 11) The Addenda mentioned in the Contract and validated by signatures (e.g. Minutes of Meetings, correspondence during the contract negotiations) 12) Technical Specifications 13) Priced Bill of Quantities 14) Construction Drawings 15) Welthungerhilfe corruption prevention policy 16) Welthungerhilfe Code of Conduct

3.2 All the above shall form the Contract between the Contractor and Principal, superseding the contents of any other negotiation or agreement, whether oral or in writing, pertaining to the subject of this Contract.

4.0 Obligations of the Contractor

4.1 The Contractor shall commence the construction work within 25 days from the date on which the Contractor shall have been given access to the construction Site, hereinafter referred to as "site", and received the notice to commence from Page 95 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

the Principal's infrastructure representative, and shall perform and substantially complete the works within 180 days from the commencement date. The duration of the Contract shall be extended until the end of the Defects Liability Period or Retention Period. However, the Substantial Completion of Works shall be achieved by the Contractor within 180 days from the commencement date, including the 25days mobilization period. Failure to do so shall constitute an event of default on the obligation of the Contractor. The Contractor shall provide all material, supplies, labor and other services necessary to that end.

4.2 The Contractor shall submit within 15 days after signing of the contract to the Principal's infrastructure representative the Work Plan for approval.

4.3. The contractor is obliged to execute and to complete the works as described in the documents listed under clause 3.1 with due care and diligence in accordance with the generally accepted construction practices.

The contractor is obliged to observe the Laws, By-Laws, Ordinances and Statutes and other legal provisions of the Republic of Liberia, in particular labor laws, local standards, public rules and regulations.

The contractor shall supply all construction materials, equipment, plant and tools necessary for the execution of the works in due number and time.

The contractor shall provide all qualified and experienced labor necessary in due number and time and shall supervise their activities with due care and diligence. The principal shall be entitled to object to and require the contractor to remove from the works any person employed by the contractor who, in the opinion of the principal, is incompetent, negligent, or guilty of misconduct.

No work shall be covered up or otherwise put out of view without prior approval in writing by the Principal or his authorized representative.

Construction materials may be subject to tests at any time at the request of the Principal. The tests shall be carried out as directed by the Principal or his authorized representative at the place of manufacture or fabrication or on site or in a testing institute. The contractor shall provide such assistance, materials plant, instruments and labor as required for such test, particularly by producing concrete test cubes. The cost of carrying out such tests shall be borne by the contractor.

4.4 The Contractor represents and warrants the accuracy of any information or data provided to the Principal for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards.

4.5 Where required, the Contractor is obliged to provide samples/catalogues for proposed materials upon request by the Principal. Likewise, the Contractor is bound to use the types and quality of materials in accordance with samples approved by the Principal.

4.6 The contractor is obliged to submit a monthly progress report to the Principal before the 15th day of the month following the reporting period (see Article 10.2). In the progress report the Contractor provide information about the status of the Works, the use of materials, materials in stock, delays and a projection of the Works for the coming month.

4.7 A Worksite Diary must be kept, maintained and always accessible by the Contractor at the work site during the implementation period of this contract. Representatives of the Ministry of Public Works and the Principal involved in monitoring and supervision of the execution of the works must record their comments, observations and instructions, if any, to the Worksite Diary, which is to be handed over to the Principal as a requirement when requesting for payment upon the completion of the work. In addition, the Principal will provide the Contractor Inspection Forms that have to be filled in by the Representatives of the Ministry of Public Works and the Representative of the Principal at the construction Page 96 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

site per each inspection visit. The Inspection Forms are in threefold with the original for the Principal and the duplicates for the Ministry of Public Works and the Contractor. In general, this information should be included in the site diary: 1. Date 2. Object (for example: GG.43.02.005.008 Construction of 2 wells and 2 inst. Latrines in Putu District, Grand Gedeh County 3. Weather (Temperature, Cloudiness, and Precipitation). 4. Structure status, progress 5. Engineers, Construction Supervisors and others 6. Skilled workers (Masons, Carpenters, Electricians, Steel benders, and Plumbers) 7. The number of craftsmen of the company and, if necessary, the working hours. 8. Used of construction machines/machines, if applicable with operating time and downtimes or disturbances, 9. Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the actual performance level (target / actual comparison)). 10. Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). 11. Booking of reservation against the given construction, errors found during the construction.

4.8 Site Clearing – All waste/construction debris must be removed from the construction site and dumped at locations approved by local authorities. Under no circumstances should the contractor dump waste or construction debris on any unoccupied vacant land. In case the Principal received complaints of dumping at unauthorized sites, the Contractor is obliged to collect the dumped materials and transport it to a designated dump site, at the Contractor's own cost.

4.9 Security at Work Site – Until the site is handed over to the Principal, the site is under the responsibility of the Contractor. Therefore, the safety and security of the contractor’s staff, equipment, and materials will remain the responsibility of the Contractor working at the site. The Principal will not be held liable for damages, neither for loss of equipment and materials nor injuries or death of contractor’s personnel. See Article 6.1 on Insurance requirements.

4.10 In view of the global threat of HIV/AIDS , the Contractor agrees to contribute in protecting its staff and their families against HIV/AIDS by appropriate measures, such as: e) Information dissemination on HIV/AIDS and prevention methods. f) Supply of standard quality condoms to its staff at the work site. The cost of these measures should be covered by the price quoted in the Bill of Quantities.

5.0 Price and Payment

5.1 The total contract price is up to (amount in figures / amount in words USD) in accordance with the prices stated in the Bill of Quantities and the works actually executed and measured. The contract price shall be subject to such additions and deductions as may be made under the provisions of this contract. The contract price includes the charges for the bank guarantee and a contingency sum of 10% of the total calculated cost.

5.2. Payments on account shall be made in accordance with the progress of the works in accordance with achievement of following measurable executed works: 1) First installment: 20% of the total amount is advanced before commencement of the work 2) Installations shall be paid on monthly invoices, if the progress of the executed measurable Works are minimum 10% and above the previous Accounting period, the payment must be Postponed to the next month period, unit minimum of 10% work progress is reached.

Page 97 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3) 10% of the total amount as a retention will be released twelve (12) months from the date of the substantial completion of the project and upon joint inspection and issuance of clearance by the County-Ministry of Public Works and the Principal.

The payment schedule is attached to the contract as Annex 1.

The rates and prices of the Bill of Quantities shall cover all services and works of the contractor described in the specifications and the drawings. Additional works shall be remunerated only if they were ordered on writing by the Principal's authorized representative and shall be valued at the prices set out in the Bill of Quantities.

The advanced payment shall be repaid by deduction of the corresponding percentage from each payment on account.

5.3 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Principal's infrastructure representative and the unit prices contained in the Contractor's financial proposal. The unit prices are fixed and are not subject to any variation whatsoever.

5.4 Contingency Sum (a) This is the amount included in the Contract and so designated in the Bill of Quantities for the execution of any part of the Works or for the supply of goods, materials, services, or for other contingencies, which amount may be used, in whole or in part, or not at all, on the instructions of the Principal.

(b) No expenditure may be made against Contingency sum unless instructed by the Principal in writing beforehand.

(c) In respect of the Contingency sum, the Principal has the authority to issue instructions for the execution of work or for the supply of goods, materials or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof.

5.5 If the Contractor foresees that the final price of the Contract may exceed the total calculated amount contained in 5.1 above, the Contractor shall inform the Principal's infrastructure representative without delay, in order for the Principal to decide, at its discretion, to increase the Contract Price as a result of a higher quantity of work, or extra material or to reduce the quantity of work to be performed or materials to be used. The Principal shall not be responsible for payment of any amount in excess of the Contract Price as stipulated in 5.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with Article 9.

5.6 Payments effected by the Principal to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by the Principal of the Contractor's performance of the Works.

5.7 Payment of the final installment (Retention Payment) shall be affected by the Principal after issuance of the Certificate of Final Completion by the Principal's Infrastructure representative and Clearance by the Resident Engineer of the Ministry of Public Works of the county where the work is implemented.

6.0 Special Conditions

6.1 Liability (a) The contractor shall be liable for all damages caused by himself, his agents or persons employed or in any way engaged by him for the execution of the works. (b) The contractor shall be liable for all services performed by his subcontractors in the same manners as for his own services.

Page 98 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(c) Without limiting his own obligations and responsibilities under this contract, the contractor shall insure himself at his own expense against his liability for any material or physical damage, loss or injury which may occur to any person or property arising out of or in consequence of the performance of this contract.

6.2 Liquidated Damages -The Principal may deduct 0.2% (zero-point two percent) of the total of the Contract Price referred to in paragraph 5.1 above, per day of delay, subject to a maximum of 10% (percent) of the total Contract price.

6.3 Retention Money - The amounts of the payments referred to in Article 5.2 shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment as retention money from all progressive payments. The Retention Money shall be released to the Contractor after the 12-month Defects Liability Period (Retention Period) and after the issuance of Final Completion Certificate. Notwithstanding the foregoing, in the event of a termination of this Contract, may use the retention money to offset any expenditure it incurred as a result of such termination.

6.4 Assignment of Contract - The Contractor shall not, except after obtaining the prior written approval of the Principal, assign, transfer, pledge or make other disposition of the contract or any part thereof or of any of the Contractor’s rights, claims, or obligations under the contract.

6.5 Subcontracting – In the event the Contractor requires the services of Subcontractors, the Contractor shall obtain the prior written approval of the Principal for all such subcontractors. This approval may be revoked at any time in case serious complaints arise. The approval of the Principal shall not relieve the Contractor of any of his obligations under the contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the contract.

6.6 The Contractor shall not remove any equipment or personnel from the site without obtaining prior written approval from the Principal. The removal of equipment without such approval shall be considered as a breach of a fundamental condition of this Contract, and shall entitle the Principal to terminate the Contract immediately without notice, and the forfeiture of the retention money by the Contractor.

6.7 In the event of suspension of works by the Principal, the Contractor shall be entitled at the discretion of the Principal to a payment of a maximum of $100.00 (One Hundred United States Dollars) per day of suspension.

6.8 Mobilization period shall be 15 days from the date on which the Contractor shall have been given access to the Site and received the notice to commence from the Principal. The Contractor shall complete the Contractor’s camp and other facilities required to complete the work, and mobilize all his equipment and staff within the mobilization period as specified above.

6.9 Advance Payment (a) The 20% Advance payment included mobilization and 10% of structure completion measured woks and the advance payment of 20% of the total sum of the contract can be made upon signing of the contract by both parties and upon receipt and acceptance by the Principal of a bank guarantee for the full amount of the advance payment issued by an institution and in a form acceptable by the Principal.

(b) The amounts of the payments referred to in Article 5.2 above shall be subject to a deduction of 20 % (Twenty percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the mobilization advance payment. Should the cumulative amount of the deductions so made be lower than the amount of the mobilization payment after the date of substantial completion of the Works, the Principal may deduct the amount equal to the difference between the mobilization payment and the cumulative deductions from the payments due after substantial completion or may recover such amount from the bank guarantee (see Article 6.12).

6.10 The Principal reserves the right to re-negotiate the relevant Unit Rate(s) downwards where quantities exceed those specified in the Bill of Quantities by more than 20% (twenty percent). Page 99 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.11 Tax Clause (a) With reference to Section 905(f) of the Tax Code of Liberia, 10% withholding tax needs to be deducted on the portion of the payment that is allocable to the service. But if the contract/payment is for the mixture of goods and services and if the contract/payment does not reflect the allocable amount for goods and services, then 10% withholding tax will be deducted on the overall amount of the contract/payment and will be deposited to the Government of Liberia.

(b) The tax will be deposited by WHH-Monrovia office. Due to this reason, all payment which are subject to deduction of withholding tax will be done through bank transfer/cheque payment from WHH-Monrovia office and accordingly the office will deposit the tax. After the deposit of tax, a copy of “Flag Receipt” will be sent through email to the field offices and provide a copy to the contractor or service provider as a proof that tax has been deposited.

(c) Tax will be deposited between 1 st to 10 th day of the following month.

6.12 Bank Guarantee(a) The bank guarantee shall be submitted by the Contractor for an amount equivalent to 20% (Twenty percent) of the total Contract Sum.

(b) The bank guarantee must be issued by a recognized bank or acceptable insurance company in the format included in the Annexes and must be valid up to 30 days after the issuance by the Principal's infrastructure representative of the Substantial Completion Certificate.

7.0 Time and Manner of Payment

7.1 Based on measured executed works as defined under Article 5.2 whereas the Principal's representative approved the works and sign a clearance for payment, the Contractor submit an invoice which shall be paid within thirty (30) days of the date of their receipt and acceptance by the Principal.

7.2 All payments shall be made by the Principal to the following bank account of the Contractor (the Contractor shall specify the mode of payment):

Bank Name

Branch Name Bank Address Beneficiary Name Account Number SWIFT Address (if required) BBAN Bank Phone Number

8.0 Modifications

8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and the Principal.

Page 100 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8.2 Change Orders - Contract amendments would be issued for any new/modified/ amended works. In the absence of such contract amendments, the Contractor will not be paid for any deviation from the original contract.

8.3 Termination of Contract. The Principal may terminate this contract at any time either wholly or in part for individual parts of the work. Should the Principal terminate the contract for a reason for which the contractor is answerable, the Principal shall be entitled to claim compensation for damages. In the case the Principal shall remunerate only the works already completed, provided the Principal can use them. The Principal may offset the claim for damages against the remuneration. Any other legal rights of the Principal shall remain unaffected.

The Principal may terminate this contract for one or more of the following reasons: • Manifest inefficiency or incompetence; • Gross dishonesty, insubordination, harassment of staff, theft, other criminal behavior, other serious misconduct; and • War, whether declared or undeclared, invasion, rebellion or civil disturbance, and natural disaster, which may render the performances of this Contract impossible. Impossibility of performance of this Contract shall include any state or condition within the contemplation that may make it humanly impossible for the Parties to perform under this Contract. However, if the period of difficulty or impossibility last for more than four (4) weeks, this Contract shall be automatically terminated.

9.0 Notifications 9.1 For the purpose of notifications under the Contract, the addresses of the Principal and the Contractor are as follows:

For Welthungerhilfe: Name : Johan van der Kamp Position : Country Director, Welthungerhilfe-Liberia Monrovia, Liberia Email : [email protected]

For the Contractor: Name : ______Position : ______Company : ______Address : ______Cellphone : ______Email : ______

10.2 For the purpose of communications regarding the execution of the Works with the Principal, the address shall be as follows:

Name : Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Greenville, Sinoe County, Liberia Tel : +231 886-440-525/886-531-585 Email : [email protected]

11.0 Settlement of Disputes

Page 101 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Any dispute between the parties arising from this Contract shall be settled amicably. If it cannot be resolved, then such dispute shall be submitted for arbitration through an independent Arbitrator acceptable to both parties. If no agreement is reached, the dispute shall be submitted to the Court of Monrovia for decision.

12.0 General The existing laws in force in Liberia govern this Contract.

IN WITNESS WHEREOF , the parties hereto have caused this Contract to be executed by their duly authorized representatives in three (3) copies, and signatures to be affixed as of the date written above.

Greenville / Monrovia: ______/______/2018

For Welthungerhilfe:

Johan van der Kamp Country Director, Welthungerhilfe Liberia

Finance Manager, Welthungerhilfe Liberia For the Contractor:

Name: ______Position: ______

Page 102 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.2 –TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF 3X250CMX250CMX580CM TRIPLE BOX CULVERT, 200CMX200CMX580CM SINGLE BOX AND 90CM U-CULVERTS (applicable to LOTS 3)

(Please refer to the Technical Specifications on page)

V.3-BILL OF QUANTITIES FOR LOT 3 LOT 3: BILL OF QUANTITIES FOR CONSTRUCTION OF ONE (1) UNIT OF 3X250CMX250CMX580CM LONG TRIPLE BOX CULVERT, ONE (1) UNIT 200CMX200CMX580CM LONG AND THREE (3) UNITS OF 90CMX90CMX580CM LONG U-CULVERTS IN NEEZUINE DISTRICT, RIVERCESS COUNTY Unit Cost Amount Item Description Unit Qty US$ US$. A Preliminaries 1.0 Mobilization Mobilization; the contractor's general obligations for all charges in respect of the establishment of the contractor's camps, fencing, security, the site inspector’s accommodation and office, equipment, 1.1 personnel accommodation and construction plant on months 6.00 the site, and also the financing costs, risks, legal and contractual obligations, security arrangement for materials and camps and general items of cost not covered elsewhere.

Demobilization; the contractor's general obligations is before final acceptance. All borrow pits and ground excess materials, temporary structures, debris, 1.2 obstacles, rubbish, equipment’s, and all parts of the Sq. m. 400.00 work, must be removed and all used areas has to be returned back to the previous condition or instructed and approved by site inspector’s representative.

Article 4.10 of the global threat HIV/AIDs, the contractor has to contribute in protecting its staff and their families against HIV/AIDs, by providing HIV/AIDs 1.3 months 6.00 prevention information (methods in) and supply of standard quality condoms to its staff during and upon completion of the construction work.

A1 Sub Total Mobilization

Construction of Three (3) Units of B 90cmx90cmx580cm U-Culvert 1.0 Site Preparation

Page 103 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location 1.1 approved and directed by the supervisor’s Sq. m. 200.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20 1.2 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions.

a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 72.00 compacting and removal of the detour.

Construction of Cofferdam Cu.m. 120.00 Supplying plastic sack (e.g. rice bags), fill with selected

materials to be use for the construction of the

Cofferdam, for the provision of access to work site,

1.3 diversion and care of the river, construction of 1.5m

height and 18m long cofferdam, that will protection and

maintenance, dewatering and keeping dry the work

area and all incidentals in respect to work done below

standing water.

2.0 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked 2.1 by WHH Engineer including carting away any surplus Cu.m. 32.00 soils to a location approved by WHH site engineer up to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal 3.0 Cu.m. 18.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation from the proposed site location 4.0 Concrete Blinding to Bottom of Excavations Page 104 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 4.1 Cu.m. 1.20 casting of reinforced concrete for box culvert sections, apron, wing walls as per specifications and drawings 5.0 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of formwork shall be 5.1 done according to the technical drawings of the culvert Sq. m. 65.00 structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

6.0 Concrete Work for Apron, Wing walls, cut off wall and Box Culvert Section

Cast insitu reinforced concrete inlet/outlet wing walls, 1.1 abutment walls, middle walls, bottom slab, upper slab, Cu.m. 10.50 cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing 7.0 walls, Box culvert sections, aprons and cut off walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule 7.1 12mm diameter reinforcement bars (Twisted or Ribbed) Kg 251.22 7.2 16mm diameter reinforcement bars (Twisted or Ribbed) Kg 120.00

8.0 Structure Backfill Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as 8.1 shown in the drawings and in accordance to Cu.m. 16.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 15cm horizontal layers up to the level of the original carriage way.

9.0 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be greater than 10cm and provide compaction up to 95% Cu.m. 54.00 of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as 9.1 instructed by WHH Engineer

Page 105 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Sub Total for One (1) Unit of 90cmx90cmx580cm U-

Culvert Sub Total for Three (3) Units of 90cmx90cmx580cm

B1 U-Culvert

Construction of One (1) Units of

C 200cmx200cmx580cm U-Culverts 1.0 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location 1.1 approved and directed by the supervisor’s Sq.m. 260.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20

1.2 tonnes) during the construction.

Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 110.00 compacting and removal of the detour.

Construction of Cofferdam Cu.m. 160.00 Supplying plastic sack (e.g. rice bags), fill with selected

materials to be use for the construction of the

Cofferdam, for the provision of access to work site,

diversion and care of the river, construction of 1.5m

height and 24m long cofferdam, that will protection and

maintenance, dewatering and keeping dry the work

area and all incidentals in respect to work done below

standing water.

2 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked Cu.m. 130.00 2.1 by WHH Engineer including carting away any surplus

Page 106 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

soils to a location approved by WHH site engineer up to a distance of 5 km

Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal Cu.m. 34.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation 2.2 from the proposed site location 3 5cm Concrete Blinding to Bottom of Excavations Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before Cu.m. 2.50 casting of reinforced concrete for box culvert sections, 3.1 apron, wing walls as per specifications and drawings 4 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of formwork shall be 4.1 done according to the technical drawings of the culvert Sq. m. 160.00 structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

5 Concrete Work for Apron, Wing walls, cut off wall and Box Culvert Section

Cast insitu reinforced concrete inlet/outlet wing walls, 5.1 abutment walls, middle walls, bottom slab, upper slab, Cu.m. 23.87 cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing walls, Box culvert sections, aprons and cut off 6 walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

12mm diameter reinforcement bars (Twisted or Ribbed) Kg 6.1 1,872.01 6.2 16mm diameter reinforcement bars (Twisted or Ribbed) Kg 1,581.24 Railings Supply and installation of 100mm galv. pipe steel railings in accordance with the drawings. It shall include 6.3 corrosion protection, painting of three (3) coats, meter 4.50 including fastening anchor bolts, welding, mortar bedding, etc. as maybe required to complete the work. 7 Structure Backfill

Page 107 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as shown in the drawings and in accordance to Cu.m. 33.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10 cm horizontal 7.1 layers up to the level of the original carriage way.

8 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be 8.1 greater than 10cm and provide compaction up to 95% Cu.m. 54.00 of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 200cm x200cmx580cm

C1 U Culvert

Construction of One (1) Units of

D 3x250cmx250cmx580cm Triple Box Culverts 1 Site Preparation Site clearance and access Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site location 1.1 approved and directed by the supervisor’s Sq.m. 360.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site. Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20

1.2 tonnes) during the construction.

Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period. Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 220.00 1.3 compacting and removal of the detour. Page 108 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Construction of Cofferdam Cu.m. 260.00 Supplying plastic sack (e.g. rice bags), fill with selected

materials to be use for the construction of the

Cofferdam, for the provision of access to work site,

diversion and care of the river, construction of 1.5m

height and 28m long cofferdam, that will protection and

maintenance, dewatering and keeping dry the work

area and all incidentals in respect to work done below

standing water.

2 Structure Excavations Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked by WHH Engineer including carting away any surplus Cu.m. 220.00 soils to a location approved by WHH site engineer up 2.1 to a distance of 5 km Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and disposal Cu.m. 54.00 to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation 2.2 from the proposed site location

5cm Concrete Blinding to Bottom of Excavations 3 Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before Cu.m. 10.40 casting of reinforced concrete for box culvert sections, 3.1 apron, wing walls as per specifications and drawings 4 Formwork and Stripping of Forms Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of formwork shall be 4.1 done according to the technical drawings of the culvert Sq. m. 410.00 structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

5 Concrete Work for Apron, Wing walls, cut off wall and Box Culvert Section Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, upper slab, 5.1 Cu. m. 68.60 cut off wall and aprons using concrete mixture of Class A (1:2:4) as per specifications and drawings Steel Reinforcement for Abutment walls, wing walls, Box culvert sections, aprons and cut off 6 walls. Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

Page 109 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.1 12mm diameter reinforcement bars (Twisted or Ribbed) Kg 3,280.86

6.2 16mm diameter reinforcement bars (Twisted or Ribbed) Kg 2,433.64

Railings Supply and installation of 100mm pipe steel railings in accordance with the drawings. It shall include corrosion 6.3 meter 16.60 protection, painting of three (3) coats, including fastening anchor bolts, welding, mortar bedding, etc. as maybe required to complete the work.

7 Structure Backfill

Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as shown in the drawings and in accordance to Cu.m. 60.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10cm horizontal 7.1 layers up to the level of the original carriage way. 8 Other Works Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be 8.1 greater than 15cm and provide compaction up to 95% Cu.m. 54.00 of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as instructed by WHH Engineer Sub Total for One (1) Unit of 3x250cm

D1 x250cmx580cm U Culvert

Bill Summary E Total for Cost for Lot 3 (A1+B1+C1+D1) F Contingency (10% of E) G Cost of Bank Guarantee(6%x20%xE)

Total Amount for Lot 3(E+F+G)

NOTE: All item rates should be inclusive of materials, labour, transportation, profit, tax, insurance and all other costs necessary for completion of the whole item of works.

Total Amount of Bid for Lot 3 in words: ______

______United States Dollars

Name of the Company (Contractor): ______

Page 110 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Name of Contractor’s Representative:

______

Position: ______

Signature of the Contractor’s Representative:

______

Place: ______Date: ______Stamp:

LOT 3

TECHNICAL DRAWINGS LOT 03– Plan/Drawings for the Construction of 3x250cmx250cmx580cm Triple Box Culvert

Page 111 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 112 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 113 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 114 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 115 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 116 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 117 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 3

TECHNICAL DRAWINGS LOT 03– Plan/Drawings for the Construction of 200cmx200cmx580cm Single Box Culvert

Page 118 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 119 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 120 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 121 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 122 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 123 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 124 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 3

TECHNICAL DRAWINGS LOT 03– Plan/Drawings for the Construction of 90cmx90cmx580cm U-Culvert

Page 125 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 126 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 127 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 128 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 4

Page 129 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.4 FORM OF BID FOR LOT 04

To: Welthungerhilfe Greenville Field Office, Sinoe County

Dear Sir/Madame,

I ______(Name of the bidder) have read the terms and conditions of the bid documents and agree to abide by the requirements specified for LOT 04. I also agree to keep this bid open for acceptance for a period of 90 days from the date of bid opening.

I hereby declare that we have visited the site of the work and have become aware of the field conditions, road and potential constraints. I also am aware of the seasonal weather conditions and the effect on the different construction sites such as the quantity of rainfall and the quantity of water in the waterway crossings.

I have quoted our rates by taking into account all the above factors and I offer to do the work specified for Lot 04 – Construction of One (1) 1350 cm x 350 cm x 580 cm Reinforced Concrete Bridge in Neezuine District, Rivercess County, at the rates quoted in the attached Bill of Quantities. I bind myself to complete the work in all respects within the time schedule indicated in the Contract.

I understand that until a Contract is signed, a Letter of Acceptance along with all bid documents will constitute a binding Contract between me and Welthungerhilfe.

I also understand that a sum equivalent to 20% of the total amount of the Contract will be forwarded by me as a Bank Guarantee in the form of money order from any Liberian Bank in favor of Welthungerhilfe or as issued by a recognized Insurance Company. Such Bank Guarantee will be forfeited if I break the Contract or fail to perform or observe any conditions of the Contract.

Thanking you.

Yours Faithfully,

Signature : ______

Name : ______Page 130 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(In capital letters)

Place______Date ______

Page 131 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.5 FORM OF BANK GUARANTEE FOR LOT 04

To: Welthungerhilfe Greenville Field Office, Sinoe County

The Contractor, ______

______[name and address of Contractor] has undertaken, in pursuant to the Contract signed with Welthungerhilfe for Lot 04 – Construction of One (1) 1350 cm x 350 cm x 580 cm Reinforced Concrete Bridge in Neezuine District, Rivercess County, the obligation to furnish you with a Bank Guarantee for a sum equivalent to 20% of the total amount of such Contract.

Hereby we affirm that we are, as the Guarantor, responsible to you, on behalf of the Contractor, up to a total of ______(USD - amount in figures),

______(USD - amount in words).

We undertake to pay you, upon your first written demand, any sum within the limits of ______(amount of Bank Guarantee) without your needing to prove or to show reasons for your demand for the sum specified.

This guarantee must be valid up to 30 days after the issuance of the Substantial Completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Signature of the Guarantor : ______

Name of the Guarantor : ______(In capital letters)

Place______Date ______

Name of Bank/Insurance Company: ______

Address : ______

Telephone number : ______

Page 132 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.5 SOURCE OF THE CONSTRUCTION MATERIALS FOR LOT 4

Bidder must indicate the source of construction materials to be employed in the work site in the table below for Lot 4

Unit Quantity Description of Material Source

Page 133 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.6 QUALIFICATION FORM-LOT 4

Name of Bidder

1. The total annual volume of construction work performed in each of the last five years is:

Year Volume of Construction Work

(USD)

2. The work performed as prime Contractor on works of a similar nature and volume over the last five years is: [List also details of work under way or committed, including expected completion date.]

No Project Name and Name of Client and Type of Work performed Value of contract Country Contact Person and year of completion (USD)

Page 134 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3. The major items of equipment proposed for carrying out the Works are:

N Description (name, type) No. Capaci Condition Ownership Year of o. ty (new, good, Status(Owned/l Manufacture poor) eased)

1 Concrete Mixer

2 Concrete Vibrator

3 Dump Truck

Service Vehicle (pick -up, 4 motorbike)

5 Dewatering Pump

6 Pedestrian Roller

7 Plate Compactor

8 Jumping Compactor

9

1 0

Page 135 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4. The qualifications and experience of key personnel and other skilled personnel proposed for administration and execution of the Contract are: [Attach CVs and Academic Qualifications.]

Position Name Years of Experience Year of Experience in (general) proposed position

5. The following evidence of access to financial resources (e.g. cash in hand, lines of credit etc) to meet the qualification requirements is attached: [List and attach]

6. Banks that may provide references if contacted by the Employer are: [State name, address and telephone, telex and facsimile numbers]

Signed:

Page 136 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Name:

In the capacity of:

Duly authorised to sign the Qualification Form for and on behalf of:

Name of Bidder:

Dated on ______day of ______, ______[insert date of signing]

Page 137 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI. ANNEX 4

VI-I CONTRACT FOR LOT 04

INFRASTRUCTURE CONTRACT on measurement basis

Contract Number : XXXX XXXX XXX

Objective : Construction of (1) 1350 cm x 350 cm x 580cm Reinforced Concrete Bridge

Location : Neezuine District, Rivercess County

1.0 The Contract

This Contract is made on the (dd/mm 2018) between

Welthungerhilfe, represented by (Johan van der Kamp, Country Director) with office address at 18th Street Sinkor, Monrovia, Liberia, hereinafter referred to as the Principal

and

Contractor’s Company Name, represented in this contract by (Contractor’s Representative, Position) with office address at Contractor’s Address, hereinafter referred to as the Contractor.

2.0 Objective of the Contract

This contract is for the Construction of (1) 1350 cm x 350 cm x 580 cm Reinforced Concrete Bridge, located in Neezuine - Yarkpah, Neezuine District, Rivercess County hereinafter referred to as the Works.

3.0 Contract Documents

3.1 The Contractor and the Principal agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order:

The Letter of Acceptance

The Contract

The Addenda mentioned in the Contract and validated by signatures (e.g. Minutes of Meetings, correspondence during the contract negotiations)

Technical Specifications

Priced Bill of Quantities

Page 138 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Construction Drawings

Welthungerhilfe corruption prevention policy

Welthungerhilfe Code of Conduct

3.2 All the above shall form the Contract between the Contractor and Principal, superseding the contents of any other negotiation or agreement, whether oral or in writing, pertaining to the subject of this Contract.

4.0 Obligations of the Contractor

4.1 The Contractor shall commence the construction work within 25 days from the date on which the Contractor shall have been given access to the construction Site, hereinafter referred to as "site", and received the notice to commence from the Principal's infrastructure representative, and shall perform and substantially complete the works within 180 days from the commencement date. The duration of the Contract shall be extended until the end of the Defects Liability Period or Retention Period. However, the Substantial Completion of Works shall be achieved by the Contractor within 180days from the commencement date, including the 25days mobilization period. Failure to do so shall constitute an event of default on the obligation of the Contractor. The Contractor shall provide all material, supplies, labor and other services necessary to that end.

4.2 The Contractor shall submit within 15days after signing of the contract to the Principal's infrastructure representative the Work Plan for approval.

4.3. The contractor is obliged to execute and to complete the works as described in the documents listed under clause 3.1 with due care and diligence in accordance with the generally accepted construction practices.

The contractor is obliged to observe the Laws, By-Laws, Ordinances and Statutes and other legal provisions of the Republic of Liberia, in particular labor laws, local standards, public rules and regulations. The contractor shall supply all construction materials, equipment, plant and tools necessary for the execution of the works in due number and time.

The contractor shall provide all qualified and experienced labor necessary in due number and time and shall supervise their activities with due care and diligence. The principal shall be entitled to object to and require the contractor to remove from the works any person employed by the contractor who, in the opinion of the principal, is incompetent, negligent, or guilty of misconduct.

No work shall be covered up or otherwise put out of view without prior approval in writing by the Principal or his authorized representative.

Construction materials may be subject to tests at any time at the request of the Principal. The tests shall be carried out as directed by the Principal or his authorized representative at the place of manufacture or fabrication or on site or in a testing institute. The contractor shall provide such assistance, materials plant, instruments and labor as required for such test, particularly by producing concrete test cubes. The cost of carrying out such tests shall be borne by the contractor.

Page 139 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4.4 The Contractor represents and warrants the accuracy of any information or data provided to the Principal for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards.

4.5 Where required, the Contractor is obliged to provide samples/catalogues for proposed materials upon request by the Principal. Likewise, the Contractor is bound to use the types and quality of materials in accordance with samples approved by the Principal.

4.6 The contractor is obliged to submit a monthly progress report to the Principal before the 15th day of the month following the reporting period (see Article 10.2). In the progress report the Contractor provide information about the status of the Works, the use of materials, materials in stock, delays and a projection of the Works for the coming month.

4.7 A Worksite Diary has to be kept, maintained and always accessible by the Contractor at the work site during the implementation period of this contract. Representatives of the Ministry of Public Works and the Principal involved in monitoring and supervision of the execution of the works must record their comments, observations and instructions, if any, to the Worksite Diary, which is to be handed over to the Principal as a requirement when requesting for payment upon the completion of the work. In addition, the Principal will provide the Contractor Inspection Forms that have to be filled in by the Representatives of the Ministry of Public Works and the Representative of the Principal at the construction site per each inspection visit. The Inspection Forms are in threefold with the original for the Principal and the duplicates for the Ministry of Public Works and the Contractor.

In general, this information should be included in the site diary:

1. Date 2. Object (for example: GG.43.02.005.008 Construction of 2 wells and 2 inst. Latrines in Putu District, Grand Gedeh County 3. Weather (Temperature, Cloudiness, and Precipitation). 4. Structure status, progress 5. Engineers, Construction Supervisors and others 6. Skilled workers (Masons, Carpenters, Electricians, Steel benders, and Plumbers) 7. The number of craftsmen of the company and, if necessary, the working hours. 8. Used of construction machines/machines, if applicable with operating time and downtimes or disturbances, 9. Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the actual performance level (target / actual comparison)). 10. Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). Booking of reservation against the given construction

4.8 Site Clearing – All waste/construction debris must be removed from the construction site and dumped at locations approved by local authorities. Under no circumstances should the contractor dump waste or construction debris on any unoccupied vacant land. In case the Principal received complaints of dumping at unauthorized sites, the Contractor is obliged to collect the dumped materials and transport it to a designated dump site, at the Contractor's own cost. Page 140 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

4.9 Security at Work Site – Until the site is handed over to the Principal, the site is under the responsibility of the Contractor. Therefore, the safety and security of the contractor’s staff, equipment, and materials will remain the responsibility of the Contractor working at the site. The Principal will not be held liable for damages, neither for loss of equipment and materials nor injuries or death of contractor’s personnel. See Article 6.1 on Insurance requirements.

4.10 In view of the global threat of HIV/AIDS, the Contractor agrees to contribute in protecting its staff and their families against HIV/AIDS by appropriate measures, such as: Information dissemination on HIV/AIDS and prevention methods. Supply of standard quality condoms to its staff at the work site.The cost of these measures should be covered by the price quoted in the Bill of Quantities.

5.0 Price and Payment

5.1 The total contract price is up to (amount in figures / amount in words USD) in accordance with the prices stated in the Bill of Quantities and the works actually executed and measured. The contract price shall be subject to such additions and deductions as may be made under the provisions of this contract. The contract price includes the charges for the bank guarantee and a contingency sum of 10% of the total calculated cost.

5.2. Payments on account shall be made in accordance with the progress of the works in accordance with achievement of following measurable executed works: First installment: 20% of the total amount is advanced before commencement of the work Installations shall be paid on monthly invoices, if the progress of the executed measurable Works are minimum 10% and above the previous Accounting period, the payment must be Postponed to the next month period, unit minimum of 10% work progress is reached. 10% of the total amount as a retention will be released twelve (12) months from the date of the substantial completion of the project and upon joint inspection and issuance of clearance by the County-Ministry of Public Works and the Principal.

The payment schedule is attached to the contract as Annex 1.

The rates and prices of the Bill of Quantities shall cover all services and works of the contractor described in the specifications and the drawings. Additional works shall be remunerated only if they were ordered on writing by the Principal's authorized representative and shall be valued at the prices set out in the Bill of Quantities.

The advanced payment shall be repaid by deduction of the corresponding percentage from each payment on account.

5.3 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Principal's infrastructure representative and the unit prices contained in the Contractor's financial proposal. The unit prices are fixed and are not subject to any variation whatsoever.

5.4 Contingency Sum

(a) This is the amount included in the Contract and so designated in the Bill of Quantities for the execution of any part of the Works or for the supply of goods, materials, services, or for other contingencies, which amount may be used, in whole or in part, or not at all, on the instructions of the Principal.

(b) No expenditure may be made against Contingency sum unless instructed by the Principal in writing beforehand. Page 141 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(c) In respect of the Contingency sum, the Principal has the authority to issue instructions for the execution of work or for the supply of goods, materials or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof.

5.5 If the Contractor foresees that the final price of the Contract may exceed the total calculated amount contained in 5.1 above, the Contractor shall inform the Principal's infrastructure representative without delay, in order for the Principal to decide, at its discretion, to increase the Contract Price as a result of a higher quantity of work, or extra material or to reduce the quantity of work to be performed or materials to be used. The Principal shall not be responsible for payment of any amount in excess of the Contract Price as stipulated in 5.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with Article 9.

5.6 Payments effected by the Principal to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by the Principal of the Contractor's performance of the Works.

5.7 Payment of the final installment (Retention Payment) shall be affected by the Principal after issuance of the Certificate of Final Completion by the Principal's Infrastructure representative and Clearance by the Resident Engineer of the Ministry of Public Works of the county where the work is implemented.

6.0 Special Conditions

6.1 Liability

(a) The contractor shall be liable for all damages caused by himself, his agents or persons employed or in any way engaged by him for the execution of the works.

(b) The contractor shall be liable for all services performed by his subcontractors in the same manners as for his own services.

(c) Without limiting his own obligations and responsibilities under this contract, the contractor shall insure himself at his own expense against his liability for any material or physical damage, loss or injury which may occur to any person or property arising out of or in consequence of the performance of this contract.

6.2 Liquidated Damages -The Principal may deduct 0.2% (zero-point two percent) of the total of the Contract Price referred to in paragraph 5.1 above, per day of delay, subject to a maximum of 10% (percent) of the total Contract price.

6.3 Retention Money - The amounts of the payments referred to in Article 5.2 shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment as retention money from all progressive payments. The Retention Money shall be released to the Contractor after the 12-month Defects Liability Period (Retention Period) and after the issuance of Final Completion Certificate. Notwithstanding the foregoing, in the event of a termination of this Contract, may use the retention money to offset any expenditure it incurred as a result of such termination.

6.4 Assignment of Contract - The Contractor shall not, except after obtaining the prior written approval of the Principal, assign, transfer, pledge or make other disposition of the contract or any part thereof or of any of the Contractor’s rights, claims, or obligations under the contract.

Page 142 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.5 Subcontracting – In the event the Contractor requires the services of Subcontractors, the Contractor shall obtain the prior written approval of the Principal for all such subcontractors. This approval may be revoked at any time in case serious complaints arise. The approval of the Principal shall not relieve the Contractor of any of his obligations under the contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the contract.

6.6 The Contractor shall not remove any equipment or personnel from the site without obtaining prior written approval from the Principal. The removal of equipment without such approval shall be considered as a breach of a fundamental condition of this Contract, and shall entitle the Principal to terminate the Contract immediately without notice, and the forfeiture of the retention money by the Contractor.

6.7 In the event of suspension of works by the Principal, the Contractor shall be entitled at the discretion of the Principal to a payment of a maximum of $100.00 (One Hundred United States Dollars) per day of suspension.

6.8 Mobilization period shall be 15 days from the date on which the Contractor shall have been given access to the Site and received the notice to commence from the Principal. The Contractor shall complete the Contractor’s camp and other facilities required to complete the work, and mobilize all his equipment and staff within the mobilization period as specified above.

6.9 Advance Payment

(a) The 20% Advance payment included mobilization and 10% of structure completion measured woks and the advance payment of 20% of the total sum of the contract can be made upon signing of the contract by both parties and upon receipt and acceptance by the Principal of a bank guarantee for the full amount of the advance payment issued by an institution and in a form acceptable by the Principal.

(b) The amounts of the payments referred to in Article 5.2 above shall be subject to a deduction of 20 % (Twenty percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the mobilization advance payment. Should the cumulative amount of the deductions so made be lower than the amount of the mobilization payment after the date of substantial completion of the Works, the Principal may deduct the amount equal to the difference between the mobilization payment and the cumulative deductions from the payments due after substantial completion or may recover such amount from the bank guarantee (see Article 6.12).

6.10 The Principal reserves the right to re-negotiate the relevant Unit Rate(s) downwards where quantities exceed those specified in the Bill of Quantities by more than 20% (twenty percent).

6.11 Tax Clause

(a) With reference to Section 905(f) of the Tax Code of Liberia, 10% withholding tax needs to be deducted on the portion of the payment that is allocable to the service. But if the contract/payment is for the mixture of goods and services and if the contract/payment does not reflect the allocable amount for goods and services, then 10% withholding tax will be deducted on the overall amount of the contract/payment and will be deposited to the Government of Liberia.

Page 143 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(b) The tax will be deposited by WHH-Monrovia office. Due to this reason, all payment which are subject to deduction of withholding tax will be done through bank transfer/cheque payment from WHH-Monrovia office and accordingly the office will deposit the tax. After the deposit of tax, a copy of “Flag Receipt” will be sent through email to the field offices and provide a copy to the contractor or service provider as a proof that tax has been deposited.

(c) Tax will be deposited between 1st to 10thday of the following month.

6.12 Bank Guarantee

(a) The bank guarantee shall be submitted by the Contractor for an amount equivalent to 20% (Twenty percent) of the total Contract Sum.

(b) The bank guarantee must be issued by a recognized bank or acceptable insurance company in the format included in the Annexes and must be valid up to 30 days after the issuance by the Principal's infrastructure representative of the Substantial Completion Certificate.

7.0 Time and Manner of Payment

7.1 Based on measured executed works as defined under Article 5.2 whereas the Principal's representative approved the works and sign a clearance for payment, the Contractor submit an invoice which shall be paid within thirty (30) days of the date of their receipt and acceptance by the Principal.

7.2 All payments shall be made by the Principal to the following bank account of the Contractor (the Contractor shall specify the mode of payment):

Bank Name

Branch Name

Bank Address

Beneficiary Name

Account Number

SWIFT Address

(if required)

BBAN

Bank Phone Number

8.0 Modifications

Page 144 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and the Principal.

8.2 Change Orders - Contract amendments would be issued for any new/modified/ amended works. In the absence of such contract amendments, the Contractor will not be paid for any deviation from the original contract.

8.3 Termination of Contract. The Principal may terminate this contract at any time either wholly or in part for individual parts of the work. Should the Principal terminate the contract for a reason for which the contractor is answerable, the Principal shall be entitled to claim compensation for damages. In the case the Principal shall remunerate only the works already completed, provided the Principal can use them. The Principal may offset the claim for damages against the remuneration. Any other legal rights of the Principal shall remain unaffected. The Principal may terminate this contract for one or more of the following reasons: Manifest inefficiency or incompetence; Gross dishonesty, insubordination, harassment of staff, theft, other criminal behavior, other serious misconduct; and War, whether declared or undeclared, invasion, rebellion or civil disturbance, and natural disaster, which may render the performances of this Contract impossible. Impossibility of performance of this Contract shall include any state or condition within the contemplation that may make it humanly impossible for the Parties to perform under this Contract. However, if the period of difficulty or impossibility last for more than four (4) weeks, this Contract shall be automatically terminated. 9.0 Notifications 9.1 For the purpose of notifications under the Contract, the addresses of the Principal and the Contractor are as follows: For Welthungerhilfe: Name : Johan van der Kamp Position : Country Director, Welthungerhilfe-Liberia Monrovia, Liberia Email : [email protected]

For the Contractor: Name :

Position : Company : Address : Cellphone : Email : 10.2 For the purpose of communications regarding the execution of the Works with the Principal, the address shall be as follows:

Page 145 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Name : Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Greenville, Sinoe County, Liberia Tel : +231 886-440-525/886-531-585 Email : [email protected] 11.0 Settlement of Disputes Any dispute between the parties arising from this Contract shall be settled amicably. If it cannot be resolved, then such dispute shall be submitted for arbitration through an independent Arbitrator acceptable to both parties. If no agreement is reached, the dispute shall be submitted to the Court of Monrovia for decision.

12.0 General The existing laws in force in Liberia govern this Contract.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives in three (3) copies, and signatures to be affixed as of the date written above.

Greenville / Monrovia: ______/______/2018

For Welthungerhilfe:

Johan van der Kamp Country Director, Welthungerhilfe Liberia

Finance Manager, Welthungerhilfe Liberia

For the Contractor:

Name: ______

Position: ______

Page 146 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.2 – TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF REINFORCED CONCRETE BRIDGE (applicable to LOTS 4)

(Please refer to the Technical Specifications provided under Lot 4)

V.3 – BILL OF QUANTITIES FOR LOT 04

V.3 -BILL OF QUANTITIES FOR LOT 4

LOT 4: BILL OF QUANTITIES FOR CONSTRUCTION OF ONE (1) UNIT OF 1350CMX350CMX580CM IN NEEZUINE DISTRICTS, RIVERCESS COUNTY

Unit Cost Amount Item Description Unit Qty US$ US$.

A Preliminaries

1.0 Mobilization

Mobilization; the contractor's general obligations for all charges in respect of the establishment of the contractor's camps, fencing, security, the site inspector’s accommodation and office, equipment, 1.1 personnel accommodation and construction plant months 6.00 on the site, and also the financing costs, risks, legal and contractual obligations, security arrangement for materials and camps and general items of cost not covered elsewhere.

Demobilization; the contractor's general obligations is before final acceptance. All borrow pits and ground excess materials, temporary structures, debris, obstacles, rubbish, equipment’s, and all parts 1.2 Sq.m. 900.00 of the work, must be removed and all used areas has to be returned back to the previous condition or instructed and approved by site inspector’s representative.

Page 147 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Article 4.10 of the global threat HIV/AIDs, the contractor has to contribute in protecting its staff and their families against HIV/AIDs, by providing 1.3 HIV/AIDs prevention information (methods in) and months 6.00 supply of standard quality condoms to its staff during and upon completion of the construction work.

A1 Sub Total Mobilization

Construction of One (1) Unit of 1350cm B x350cmx580cm Reinforced Concrete Bridge

2.0. Site Preparation

Site clearance and access

Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site 2.1 location approved and directed by the supervisor’s Sq. m. 600.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site.

Construction of temporary bypass (detour)

Construction of temporary bypass (detour) 4m width and 7m long, by using 90cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow 2.2 passage of vehicles (Min/Max. Of 10/20 tonnes) during the construction.

Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period.

Removal of the complete bypass (detour) and all related materials after the construction and

returning the area of the diversion back to the

Page 148 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

original condition as per WHH Engineer's instructions.

a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 320.00 compacting and removal of the detour.

Cu.m. 200.00 Construction of Cofferdam

Supplying plastic sack (e.g. rice bags), fill with

selected materials to be use for the construction of the Cofferdam, for the provision of access to work 1.3 site, diversion and care of the river, construction of

1.5m height and 32m long cofferdam, that will protection and maintenance, dewatering and keeping dry the work area and all incidentals in

respect to work done below standing water.

2.0 Structure Excavations

Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as 2.1 staked by WHH Engineer including carting away any Cu.m. 360.00 surplus soils to a location approved by WHH site engineer up to a distance of 5 km

Dismantling of existing CSP Culvert / Galvanized Culvert/ Logs and demolition of unpaved road

Dismantling and removal of existing logs bridge, 2.2 corrugated steel pipe or concrete culvert and Cu.m. 110.00 disposal to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and vegetation from the proposed site location

3 Concrete Blinding to Bottom of Excavations

Page 149 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 3.3 casting of reinforced concrete for box culvert Cu.m. 10.60 sections, apron, wing walls as per specifications and drawings

4 Formwork and Stripping of Forms

Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of

4.1 formwork shall be done according to the technical Sq. m. 342.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

Concrete Work for Apron, Wing walls, cut off wall, 5 Abutments and Centre Pier, Slab and Beams Bridge Section

Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab,

5.1 upper slab, cut off wall and aprons using concrete Cu.m. 190.95 mixture of Class A (1:2:4) as per specifications and drawings

Bridge Railings

Supply and installation of 200mm reinforced concrete railings in accordance with the drawings. It 5.2 shall include corrosion protection, painting of three Cu.m. 4.00 (3) coats, including fastening anchor bolts, welding, mortar bedding, etc.

as maybe required to complete the work.

Steel Reinforcement for Abutment walls, wing walls, 6 Slab, Beams Bridge sections, aprons and cut off walls.

Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

Page 150 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Supplying, cutting, bending, placing and tying in 6.1 position reinforcement bars as shown in the drawing.

6 mm Ø kg 186.00

10 mm Ø kg 910.00

12 mm Ø kg 6,660.14

16 mm Ø kg 12,306.02

25 mm Ø kg 2,258.08

7 Structure Backfill

Reinforced concrete bollard

Fabrication and installation of reinforced concrete bollard (1.5m x 0.4m x 0.4m), all complete including footing, (1.4m x 1.4m x 0.25m) and painting as No. 8.00 shown in the drawings and to be installed at both approaches of the bridge, as per instructed by WHH Engineer.

Reinforced Concrete Delineator post

Fabrication and installation of reinforced concrete delineator post (1.5m x 0.15m x 0.15m), all complete No. 4.00 including painting as shown in the drawings and to be installed at both approaches of the bridge, as per instructed by WHH Engineer.

Structure Backfill

Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill 7.1 the constructed structure and excavated trenches as Cu.m. 280.00 shown in the drawings and in accordance to specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 10 cm horizontal layers up to the level of the original carriage way.

8 Other Works

Page 151 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling

shall not be greater than 10 cm and provide Cu.m. 180.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side 8.1 of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 1350cm

C1 x350cmx580cm Reinforced Concrete Bridge.

Bill Summary

D Total for Cost for Lot 4 (A1+B1+C1)

E Contingency (10% of D)

F Cost of Bank Guarantee(6%x20%xD)

Total Amount for Lot 4 (D+E+F)

NOTE: All item rates should be inclusive of materials, labour, transportation, profit, tax, insurance and

all other costs necessary for completion of the whole item of works.

Total Amount of Bid for Lot 4 in words: ______

______United States Dollars

Name of the Company (Contractor): ______

Name of Contractor’s Representative: ______

Position: ______

Signature of the Contractor’s Representative: ______Page 152 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Place: ______Date: ______Stamp:

LOT.4

TECHNICAL DRAWINGS

LOT 04 – Plan/Drawings for the Construction of 1350cmx350cmx580cm Reinforced Concrete Bridge

Page 153 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 154 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 155 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 156 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 157 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 158 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 159 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 160 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 161 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 162 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 163 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 164 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 165 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 166 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 167 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 168 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 169 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 170 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 171 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 172 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 173 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 174 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 175 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 176 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 177 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 178 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 179 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 180 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 5

Page 181 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.4 FORM OF BID FOR LOT 05

To: Welthungerhilfe

Greenville Field Office, Sinoe County

Dear Sir/Madame,

I ______(Name of the bidder) have read the terms and conditions of the bid documents and agree to abide by the requirements specified for LOT 05. I also agree to keep this bid open for acceptance for a period of 90 days from the date of bid opening.

I hereby declare that we have visited the site of the work and have become aware of the field conditions, road and potential constraints. I also am aware of the seasonal weather conditions and the effect on the different construction sites such as the quantity of rainfall and the quantity of water in the waterway crossings.

I have quoted our rates by taking into account all the above factors and I offer to do the work specified for Lot 05 – Construction of One (1) 200cmx200cmx580cm Single Box Culvert and Three (3) units 90cmx90cmx580cm U-Culverts in Neezuine District, Rivercess County, at the rates quoted in the attached Bill of Quantities. I bind myself to complete the work in all respects within the time schedule indicated in the Contract.

I understand that until a Contract is signed, a Letter of Acceptance along with all bid documents will constitute a binding Contract between me and Welthungerhilfe.

I also understand that a sum equivalent to 20% of the total amount of the Contract will be forwarded by me as a Bank Guarantee in the form of money order from any Liberian Bank in favor of Welthungerhilfe or as issued by a recognized Insurance Company. Such Bank Guarantee will be forfeited if I break the Contract or fail to perform or observe any conditions of the Contract.

Thanking you.

Yours Faithfully,

Signature : ______

Name : ______(In capital letters)

Place______Date ______

Page 182 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.5 FORM OF BANK GUARANTEE FOR LOT 05

To: Welthungerhilfe Greenville Field Office, Sinoe County

The Contractor, ______

______[name and address of Contractor] has undertaken, in pursuant to the Contract signed with Welthungerhilfe for Lot 05 – Construction of One (1) 200cmx200cmx580cm Single Box Culverts and Three (3) units 90cmx90cmx580cm U-Culvert in Neezuine District, Sinoe County, the obligation to furnish you with a Bank Guarantee for a sum equivalent to 20% of the total amount of such Contract.

Hereby we affirm that we are, as the Guarantor, responsible to you, on behalf of the Contractor, up to a total of ______(USD - amount in figures),

______

______(USD - amount in words).

We undertake to pay you, upon your first written demand, any sum within the limits of ______(amount of Bank Guarantee) without your needing to prove or to show reasons for your demand for the sum specified.

This guarantee must be valid up to 30 days after the issuance of the Substantial Completion Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR

Signature of the Guarantor : ______

Name of the Guarantor : ______(In capital letters)

Place______Date ______

Name of Bank/Insurance Company: ______

Address :______

Telephone number : ______

Page 183 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.5 SOURCE OF THE CONSTRUCTION MATERIALS FOR LOT 5

Bidder must indicate the source of construction materials to be employed in the work site in the table below for Lot 5

Unit Quantity Description of Material Source

Page 184 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV.6 QUALIFICATION FORM-LOT 5

Name of Bidder

1. The total annual volume of construction work performed in each of the last five years is:

Year Volume of Construction Work

(USD)

2. The work performed as prime Contractor on works of a similar nature and volume over the last five years is: [List also details of work under way or committed, including expected completion date.]

No Project Name and Name of Client and Contact Type of Work performed Value of contract Country Person and year of completion (USD)

Page 185 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts, and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

3. The major items of equipment proposed for carrying out the Works are:

No Description (name, No. Capaci Condition Ownership Year of . type) ty (new, good, Status(Owned/ Manufacture poor) leased)

1 Concrete Mixer

2 Concrete Vibrator

3 Dump Truck

Service Vehicle (pick -up, 4 motorbike)

5 Dewatering Pump

6 Pedestrian Roller

7 Plate Compactor

8 Jumping Compactor

9

10

4. The qualifications and experience of key personnel and other skilled personnel proposed for administration and execution of the Contract are: [Attach CVs and Academic Qualifications.]

Position Name Years of Experience Year of Experience in (general) proposed position

Page 186 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5. The following evidence of access to financial resources (e.g. cash in hand, lines of credit etc) to meet the qualification requirements is attached: [List and attach]

1

2

3

6. Banks that may provide references if contacted by the Employer are: [State name, address and telephone, telex and facsimile numbers]

Signed:

Name:

In the capacity of:

Duly authorised to sign the Qualification Form for and on behalf of:

Name of Bidder:

Dated on ______day of ______, ______[insert date of signing]

Page 187 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.

ANNEX 5

VI-I CONTRACT FOR LOT 05

INFRASTRUCTURE CONTRACT on measurement basis

Contract Number : XXXX XXXX XXX

Objective : Construction of One (1) 200cmx200cmx580cm Single Box Culvert And Three (3) 90cmx90cmx580cm U-Culvert Location : Neezuine District, Rivercess County

1.0 The Contract

This Contract is made on the (dd/mm 2018) between

Welthungerhilfe, represented by (Johan van der Kamp, Country Director) with office address at 18th Street Sinkor, Monrovia, Liberia, hereinafter referred to as the Principal

and

Contractor’s Company Name, represented in this contract by (Contractor’s Representative, Position) with office address at Contractor’s Address, hereinafter referred to as the Contractor.

2.0 Objective of the Contract

This contract is for the

Construction of One (1) 200cmx200cmx580cm Single Box Culverts and Three (3) 90cmx90cmx580cm U-Culverts, located in Neezuine - Yarkpah, Neezuine District, Rivercess County hereinafter referred to as the Works.

3.0 Contract Documents

3.1 The Contractor and the Principal agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order:

The Letter of Acceptance

The Contract

Page 188 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

The Addenda mentioned in the Contract and validated by signatures (e.g. Minutes of Meetings, correspondence during the contract negotiations)

Technical Specifications

Priced Bill of Quantities

Construction Drawings

Welthungerhilfe corruption prevention policy

Welthungerhilfe Code of Conduct

3.2 All the above shall form the Contract between the Contractor and Principal, superseding the contents of any other negotiation or agreement, whether oral or in writing, pertaining to the subject of this Contract.

4.0 Obligations of the Contractor

4.1 The Contractor shall commence the construction work within 25days from the date on which the Contractor shall have been given access to the construction Site, hereinafter referred to as "site", and received the notice to commence from the Principal's infrastructure representative, and shall perform and substantially complete the works within 180days from the commencement date. The duration of the Contract shall be extended until the end of the Defects Liability Period or Retention Period. However, the Substantial Completion of Works shall be achieved by the Contractor within 180 days from the commencement date, including the 25days mobilization period. Failure to do so shall constitute an event of default on the obligation of the Contractor. The Contractor shall provide all material, supplies, labor and other services necessary to that end.

4.2 The Contractor shall submit within 15days after signing of the contract to the Principal's infrastructure representative the Work Plan for approval.

4.3. The contractor is obliged to execute and to complete the works as described in the documents listed under clause 3.1 with due care and diligence in accordance with the generally accepted construction practices.

The contractor is obliged to observe the Laws, By-Laws, Ordinances and Statutes and other legal provisions of the Republic of Liberia, in particular labor laws, local standards, public rules and regulations. The contractor shall supply all construction materials, equipment, plant and tools necessary for the execution of the works in due number and time.

The contractor shall provide all qualified and experienced labor necessary in due number and time and shall supervise their activities with due care and diligence. The principal shall be entitled to object to and require the contractor to remove from the works any person employed by the contractor who, in the opinion of the principal, is incompetent, negligent, or guilty of misconduct.

Page 189 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

No work shall be covered up or otherwise put out of view without prior approval in writing by the Principal or his authorized representative. Construction materials may be subject to tests at any time at the request of the Principal. The tests shall be carried out as directed by the Principal or his authorized representative at the place of manufacture or fabrication or on site or in a testing institute. The contractor shall provide such assistance, materials plant, instruments and labor as required for such test, particularly by producing concrete test cubes. The cost of carrying out such tests shall be borne by the contractor.

4.4 The Contractor represents and warrants the accuracy of any information or data provided to the Principal for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards.

4.5 Where required, the Contractor is obliged to provide samples/catalogues for proposed materials upon request by the Principal. Likewise, the Contractor is bound to use the types and quality of materials in accordance with samples approved by the Principal.

4.6 The contractor is obliged to submit a monthly progress report to the Principal before the 15th day of the month following the reporting period (see Article 10.2). In the progress report the Contractor provide information about the status of the Works, the use of materials, materials in stock, delays and a projection of the Works for the coming month.

4.7 A Worksite Diary has to be kept, maintained and always accessible by the Contractor at the work site during the implementation period of this contract. Representatives of the Ministry of Public Works and the Principal involved in monitoring and supervision of the execution of the works must record their comments, observations and instructions, if any, to the Worksite Diary, which is to be handed over to the Principal as a requirement when requesting for payment upon the completion of the work. In addition, the Principal will provide the Contractor Inspection Forms that have to be filled in by the Representatives of the Ministry of Public Works and the Representative of the Principal at the construction site per each inspection visit. The Inspection Forms are in threefold with the original for the Principal and the duplicates for the Ministry of Public Works and the Contractor.

In general, this information should be included in the site diary:

1. Date 2. Contract Description/Nr: Object (for example: GG.43.02.005.008 Construction of 2 wells and 2 inst. Latrines in Putu District, Grand Gedeh County 3. Weather (Temorperature, Cloudiness, and Precipitation). 4. Structure status, progress 5. Engineers, Construction Supervisors and others 6. Skilled workers (Masons, Carpenters, Electricaians, Steel benders, and Plumbers) 7. The number of craftsmen of the company and, if necessary, the working hours.

Page 190 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8. Use of construction machines/machines, if applicable with operating time and downtimes or disturbances, 9. Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the atcual performance level (target / actual comparison)). 10. Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). 11. Booking of reservation against the given construction, errors found during the construction. Used of construction machines/machines, if applicable with operating time and downtimes or disturbances, Disturbances and deviation from the planned construction sequence: Delay (adjustment of the construction schedule with the actual performance level (target / actual comparison)). Obstruction through which the planned expiry could be delayed (for example, obstacles on the site). Booking of reservation against the given construction, errors found during the construction.

4.8 Site Clearing – All waste/construction debris must be removed from the construction site and dumped at locations approved by local authorities. Under no circumstances should the contractor dump waste or construction debris on any unoccupied vacant land. In case the Principal received complaints of dumping at unauthorized sites, the Contractor is obliged to collect the dumped materials and transport it to a designated dump site, at the Contractor's own cost.

4.9 Security at Work Site – Until the site is handed over to the Principal, the site is under the responsibility of the Contractor. Therefore, the safety and security of the contractor’s staff, equipment, and materials will remain the responsibility of the Contractor working at the site. The Principal will not be held liable for damages, neither for loss of equipment and materials nor injuries or death of contractor’s personnel. See Article 6.1 on Insurance requirements.

4.10 In view of the global threat of HIV/AIDS, the Contractor agrees to contribute in protecting its staff and their families against HIV/AIDS by appropriate measures, such as: Information dissemination on HIV/AIDS and prevention methods. Supply of standard quality condoms to its staff at the work site. The cost of these measures should be covered by the price quoted in the Bill of Quantities.

5.0 Price and Payment

5.1 The total contract price is up to (amount in figures / amount in words USD) in accordance with the prices stated in the Bill of Quantities and the works actually executed and measured. The contract price shall be subject to such additions and deductions as may be made under the provisions of this contract. The contract price includes the charges for the bank guarantee and a contingency sum of 10% of the total calculated cost.

5.2. Payments on account shall be made in accordance with the progress of the works in accordance with achievement of following measurable executed works:

1). First installment: 20% of the total amount is advanced before commencement of the work

Page 191 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

2) Installations shall be paid on monthly invoices, if the progress of the executed measurable Works are minimum 10% and above the previous Accounting period, the payment must be Postponed to the next month period, unit minimum of 10% work progress is reached.3) 10% of the total amount as a retention will be released twelve (12) months from the date of the substantial completion of the project and upon joint inspection and issuance of clearance by the County-Ministry of Public Works and the Principal.

The payment schedule is attached to the contract as Annex 1.

The rates and prices of the Bill of Quantities shall cover all services and works of the contractor described in the specifications and the drawings. Additional works shall be remunerated only if they were ordered on writing by the Principal's authorized representative and shall be valued at the prices set out in the Bill of Quantities. The advanced payment shall be repaid by deduction of the corresponding percentage from each payment on account.

5.3 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Principal's infrastructure representative and the unit prices contained in the Contractor's financial proposal. The unit prices are fixed and are not subject to any variation whatsoever.

5.4 Contingency Sum

(a) This is the amount included in the Contract and so designated in the Bill of Quantities for the execution of any part of the Works or for the supply of goods, materials, services, or for other contingencies, which amount may be used, in whole or in part, or not at all, on the instructions of the Principal.

(b) No expenditure may be made against Contingency sum unless instructed by the Principal in writing beforehand.

(c) In respect of the Contingency sum, the Principal has the authority to issue instructions for the execution of work or for the supply of goods, materials or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof.

5.5 If the Contractor foresees that the final price of the Contract may exceed the total calculated amount contained in 5.1 above, the Contractor shall inform the Principal's infrastructure representative without delay, in order for the Principal to decide, at its discretion, to increase the Contract Price as a result of a higher quantity of work, or extra material or to reduce the quantity of work to be performed or materials to be used. The Principal shall not be responsible for payment of any amount in excess of the Contract Price as stipulated in 5.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with Article 9.

5.6 Payments effected by the Principal to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by the Principal of the Contractor's performance of the Works. Page 192 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

5.7 Payment of the final installment (Retention Payment) shall be affected by the Principal after issuance of the Certificate of Final Completion by the Principal's Infrastructure representative and Clearance by the Resident Engineer of the Ministry of Public Works of the county where the work is implemented.

6.0 Special Conditions

6.1 Liability

(a) The contractor shall be liable for all damages caused by himself, his agents or persons employed or in any way engaged by him for the execution of the works.

(b) The contractor shall be liable for all services performed by his subcontractors in the same manners as for his own services.

(c) Without limiting his own obligations and responsibilities under this contract, the contractor shall insure himself at his own expense against his liability for any material or physical damage, loss or injury which may occur to any person or property arising out of or in consequence of the performance of this contract.

6.2 Liquidated Damages -The Principal may deduct 0.2% (zero-point two percent) of the total of the Contract Price referred to in paragraph 5.1 above, per day of delay, subject to a maximum of 10% (percent) of the total Contract price.

6.3 Retention Money - The amounts of the payments referred to in Article 5.2 shall be subject to a deduction of 10% (ten percent) of the amount accepted for payment as retention money from all progressive payments. The Retention Money shall be released to the Contractor after the 12-month Defects Liability Period (Retention Period) and after the issuance of Final Completion Certificate. Notwithstanding the foregoing, in the event of a termination of this Contract, may use the retention money to offset any expenditure it incurred as a result of such termination.

6.4 Assignment of Contract - The Contractor shall not, except after obtaining the prior written approval of the Principal, assign, transfer, pledge or make other disposition of the contract or any part thereof or of any of the Contractor’s rights, claims, or obligations under the contract.

6.5 Subcontracting – In the event the Contractor requires the services of Subcontractors, the Contractor shall obtain the prior written approval of the Principal for all such subcontractors. This approval may be revoked at any time in case serious complaints arise. The approval of the Principal shall not relieve the Contractor of any of his obligations under the contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the contract.

6.6 The Contractor shall not remove any equipment or personnel from the site without obtaining prior written approval from the Principal. The removal of equipment without such approval shall be considered as a breach of a fundamental condition of this Contract, and shall entitle the Principal to terminate the Contract immediately without notice, and the forfeiture of the retention money by the Contractor. Page 193 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

6.7 In the event of suspension of works by the Principal, the Contractor shall be entitled at the discretion of the Principal to a payment of a maximum of $100.00 (One Hundred United States Dollars) per day of suspension.

6.8 Mobilization period shall be 15 days from the date on which the Contractor shall have been given access to the Site and received the notice to commence from the Principal. The Contractor shall complete the Contractor’s camp and other facilities required to complete the work, and mobilize all his equipment and staff within the mobilization period as specified above.

6.9 Advance Payment

(a) The 20% Advance payment included mobilization and 10% of structure completion measured woks and the advance payment of 20% of the total sum of the contract can be made upon signing of the contract by both parties and upon receipt and acceptance by the Principal of a bank guarantee for the full amount of the advance payment issued by an institution and in a form acceptable by the Principal.

(b) The amounts of the payments referred to in Article 5.2 above shall be subject to a deduction of 20 % (Twenty percent) of the amount accepted for payment until the cumulative amount of the deductions so effected shall equal the amount of the mobilization advance payment. Should the cumulative amount of the deductions so made be lower than the amount of the mobilization payment after the date of substantial completion of the Works, the Principal may deduct the amount equal to the difference between the mobilization payment and the cumulative deductions from the payments due after substantial completion or may recover such amount from the bank guarantee (see Article 6.12).

6.10 The Principal reserves the right to re-negotiate the relevant Unit Rate(s) downwards where quantities exceed those specified in the Bill of Quantities by more than 20% (twenty percent).

6.11 Tax Clause

(a) With reference to Section 905(f) of the Tax Code of Liberia, 10% withholding tax needs to be deducted on the portion of the payment that is allocable to the service. But if the contract/payment is for the mixture of goods and services and if the contract/payment does not reflect the allocable amountfor goods and services, then 10% withholding tax will be deducted on the overall amount of the contract/payment and will be deposited to the Government of Liberia.

(b) The tax will be deposited by WHH-Monrovia office. Due to this reason, all payment which are subject to deduction of withholding tax will be done through bank transfer/cheque payment from WHH- Monrovia office and accordingly the office will deposit the tax. After the deposit of tax, a copy of “Flag Receipt” will be sent through email to the field offices and provide a copy to the contractor or service provider as a proof that tax has been deposited.

(c) Tax will be deposited between 1st to 10 th day of the following month.

6.12 Bank Guarantee

Page 194 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

(a) The bank guarantee shall be submitted by the Contractor for an amount equivalent to 20% (Twenty percent) of the total Contract Sum.

(b) The bank guarantee must be issued by a recognized bank or acceptable insurance company in the format included in the Annexes and must be valid up to 30 days after the issuance by the Principal's infrastructure representative of the Substantial Completion Certificate.

7.0 Time and Manner of Payment

7.1 Based on measured executed works as defined under Article 5.2 whereas the Principal's representative approved the works and sign a clearance for payment, the Contractor submit an invoice which shall be paid within thirty (30) days of the date of their receipt and acceptance by the Principal.

7.2 All payments shall be made by the Principal to the following bank account of the Contractor (the Contractor shall specify the mode of payment):

Bank Name

Branch Name

Bank Address

Beneficiary Name

Account Number

SWIFT Address

(if required)

BBAN

Bank Phone Number

8.0 Modifications

8.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and the Principal.

8.2 Change Orders - Contract amendments would be issued for any new/modified/ amended works. In the absence of such contract amendments, the Contractor will not be paid for any deviation from the original contract.

8.3 Termination of Contract.

The Principal may terminate this contract at any time either wholly or in part for individual parts of the work. Should the Principal terminate the contract for a reason for which the contractor is answerable, Page 195 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

the Principal shall be entitled to claim compensation for damages. In the case the Principal shall remunerate only the works already completed, provided the Principal can use them. The Principal may offset the claim for damages against the remuneration. Any other legal rights of the Principal shall remain unaffected.

The Principal may terminate this contract for one or more of the following reasons: Manifest inefficiency or incompetence; Gross dishonesty, insubordination, harassment of staff, theft, other criminal behavior, other serious misconduct; and War, whether declared or undeclared, invasion, rebellion or civil disturbance, and natural disaster, which may render the performances of this Contract impossible. Impossibility of performance of this Contract shall include any state or condition within the contemplation that may make it humanly impossible for the Parties to perform under this Contract. However, if the period of difficulty or impossibility last for more than four (4) weeks, this Contract shall be automatically terminated.

9.0 Notifications

9.1 For the purpose of notifications under the Contract, the addresses of the Principal and the Contractor are as follows:

For Welthungerhilfe: Name : Johan van der Kamp Position : Country Director, Welthungerhilfe-Liberia Monrovia, Liberia Email : [email protected]

For the Contractor:

Name : ______

Position : ______

Company : ______

Address : ______

Cellphone : ______Email : ______

10.2 For the purpose of communications regarding the execution of the Works with the Principal, the address shall be as follows:

Name : Daniel Saah Dined Construction Technical Expert Welthungerhilfe-Liberia Page 196 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Greenville, Sinoe County, Liberia Tel : +231 886-440-525/886-531-585 Email : [email protected]

11.0 Settlement of Disputes Any dispute between the parties arising from this Contract shall be settled amicably. If it cannot be resolved, then such dispute shall be submitted for arbitration through an independent Arbitrator acceptable to both parties. If no agreement is reached, the dispute shall be submitted to the Court of Monrovia for decision. 12.0 General The existing laws in force in Liberia govern this Contract.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives in three (3) copies, and signatures to be affixed as of the date written above.

Greenville / Monrovia: ______/______/2018

For Welthungerhilfe:

Johan van der Kamp Country Director, Welthungerhilfe Liberia

Finance Manager, Welthungerhilfe Liberia

For the Contractor:

Name: ______Position: ______

Page 197 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

VI.2 – TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF 200CMX200CMX580CM SINGLE BOX AND 90CM U-CULVERTS (applicable to LOTS 5)

(Please refer to the Technical Specifications on page)

V.3 -BILL OF QUANTITIES FOR LOT 5

LOT 3: BILL OF QUANTITIES FOR CONSTRUCTION OF ONE (1) UNIT 200CMX200CMX580CM LONG AND THREE (2) UNITS OF 90CMX90CMX580CM LONG U-CULVERTS IN NEEZUINE DISTRICT, RIVERCESS COUNTY

Unit Cost Amount Item Description Unit Qty US$ US$.

A Preliminaries

1.0 Mobilization

Mobilization; the contractor's general obligations for all charges in respect of the establishment of the contractor's camps, fencing, security, the site inspector’s accommodation and office, equipment, 1.1 personnel accommodation and construction plant months 6.00 on the site, and also the financing costs, risks, legal and contractual obligations, security arrangement for materials and camps and general items of cost not covered elsewhere.

Demobilization; the contractor's general obligations is before final acceptance. All borrow pits and 1.2 ground excess materials, temporary structures, Sq.m. 400.00 debris, obstacles, rubbish, equipment’s, and all parts of the work, must be removed and all used areas has to be returned back to the previous condition or

Page 198 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

instructed and approved by site inspector’s representative.

Article 4.10 of the global threat HIV/AIDs, the contractor has to contribute in protecting its staff and their families against HIV/AIDs, by providing 1.3 HIV/AIDs prevention information (methods in) and months 6.00 supply of standard quality condoms to its staff during and upon completion of the construction work.

A1 Sub Total Mobilization

Construction of Three (3) Units of B 90cmx90cmx580cm U-Culvert

2.0 Site Preparation

Site clearance and access

Cutting and removal of all existing logs, trees, bushes and vegetation from the proposed site 2.1 location approved and directed by the supervisor’s Sq. m. 200.00 representative from the site area, including the disposal from the site location to an approved location by the site supervisor representative up to 5 km from the site.

Construction of temporary bypass (detour) Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, 2.2 (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20 tonnes) during the construction. Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole

construction period.

Page 199 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions. a. Numbers 60cm diameter pipe culverts 14.00 Meter

b. Selected materials, spreading, leveling, 72.00 Cu.m. compacting and removal of the detour.

Cu.m. 120.00 Construction of Cofferdam

Supplying plastic sack (e.g. rice bags), fill with

selected materials to be use for the construction of the Cofferdam, for the provision of access to work 2.3 site, diversion and care of the river, construction of

1.5m height and 18m long cofferdam, that will protection and maintenance, dewatering and keeping dry the work area and all incidentals in

respect to work done below standing water.

3.0 Structure Excavations

Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as 3.1 staked by WHH Engineer including carting away any Cu.m. 32.00 surplus soils to a location approved by WHH site engineer up to a distance of 5 km

Dismantling of existing CSP Culvert / Galvanized Culvert and demolition of unpaved road

3.2 Dismantling and removal of existing logs bridge, Cu.m. 18.00 corrugated steel pipe or concrete culvert and disposal to location approved by the site inspector up to 5 km from the site, that will not affect the new

Page 200 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

construction works, including clearing of bushes and vegetation from the proposed site location

4.0 Concrete Blinding to Bottom of Excavations

Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before 4.1 casting of reinforced concrete for box culvert Cu.m. 1.20 sections, apron, wing walls as per specifications and drawings

5.0 Formwork and Stripping of Forms

Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of 5.1 formwork shall be done according to the technical Sq. m. 65.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

Concrete Work for Apron, Wing walls, cut off wall 6.0 and Box Culvert Section

Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, 6.1 upper slab, cut off wall and aprons using concrete Cu.m. 10.50 mixture of Class A (1:2:4) as per specifications and drawings

Steel Reinforcement for Abutment walls, wing walls, 7.0 Box culvert sections, aprons and cut off walls.

Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

12mm diameter reinforcement bars (Twisted or 7.1 Kg 251.22 Ribbed)

16mm diameter reinforcement bars (Twisted or 7.2 Kg 120.00 Ribbed)

Page 201 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

8.0 Structure Backfill

Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as 8.1 shown in the drawings and in accordance to Cu.m. 16.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 15cm horizontal layers up to the level of the original carriage way.

9.0 Other Works

Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling shall not be greater than 10cm and provide Cu.m. 54.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side 9.1 of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 90cmx90cmx580cm U -

Culvert

Sub Total for Three (3) Units of 90cmx90cmx580cm

B1 U-Culvert

Construction of One (1) Units of 200cmx200cmx

C 580cm Single Box Culverts

1.0 Site Preparation

Site clearance and access

Cutting and removal of all existing logs, trees, 1.1 bushes and vegetation from the proposed site Sq.m. 260.00 location approved and directed by the supervisor’s representative from the site area, including the disposal from the site location to an approved

Page 202 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

location by the site supervisor representative up to 5 km from the site.

Construction of temporary bypass (detour)

Construction of temporary bypass (detour) 4m width and 7m long, by using 60cm diameter pipe culverts to allow the follow water. Backfilling and compaction with suitable selected materials, (spreading and compacting in maximum 10 cm layers up to the level of the surface that can allow passage of vehicles (Min/Max. Of 10/20 tonnes)

1.2 during the construction.

Maintaining and clearing of the diversion road, pipe culvert, water inlet and outlet during the whole construction period.

Removal of the complete bypass (detour) and all related materials after the construction and returning the area of the diversion back to the original condition as per WHH Engineer's instructions.

a. Numbers 60cm diameter pipe culverts meter 14.00

b. Selected materials, spreading, leveling, Cu.m. 110.00 compacting and removal of the detour.

Construction of Cofferdam Cu.m. 160.00 Supplying plastic sack (e.g. rice bags), fill with

selected materials to be use for the construction of the Cofferdam, for the provision of access to work

site, diversion and care of the river, construction of

1.5m height and 24m long cofferdam, that will protection and maintenance, dewatering and

keeping dry the work area and all incidentals in

1.3 respect to work done below standing water.

Page 203 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

2 Structure Excavations

Earth excavations of trenches for culvert structures as per lines or elevations shown in the plan or as staked by WHH Engineer including carting away any Cu.m. 130.00 surplus soils to a location approved by WHH site 2.1 engineer up to a distance of 5 km

Dismantling of existing CSP Culvert / Galvanized Culvert/ Logs and demolition of unpaved road

Dismantling and removal of existing logs bridge, corrugated steel pipe or concrete culvert and Cu.m. 34.00 disposal to location approved by the site inspector up to 5 km from the site, that will not affect the new construction works, including clearing of bushes and 2.2 vegetation from the proposed site location

3 5cm Concrete Blinding to Bottom of Excavations

Supply and cast 5cm thick lean concrete of mixture 1:3:6 as blinding to bottom of excavations before casting of reinforced concrete for box culvert Cu.m. 2.50 sections, apron, wing walls as per specifications and 3.1 drawings

4 Formwork and Stripping of Forms

Supply 18mm thick plywood or steel forms to erect suitable formworks for high quality and smooth finishing of all concrete works. Construction of 4.1 formwork shall be done according to the technical Cu.m. 160.00 drawings of the culvert structure and specifications subject to WHH Engineer's approval. The rate shall also include removal and disposal of all formwork

Concrete Work for Apron, Wing walls, cut off wall 5 and Box Culvert Section

Page 204 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Cast insitu reinforced concrete inlet/outlet wing walls, abutment walls, middle walls, bottom slab, 5.1 upper slab, cut off wall and aprons using concrete Cu.m. 23.87 mixture of Class A (1:2:4) as per specifications and drawings

Steel Reinforcement for Abutment walls, wing walls,

6 Box culvert sections, aprons and cut off walls.

Supply, cut, bend, place and tie in position reinforcement bars as showing in the drawings and in accordance with the bar bending schedule

12mm diameter reinforcement bars (Twisted or 1,872.0 Kg 6.1 Ribbed) 1

16mm diameter reinforcement bars (Twisted or 1,581.2 Kg 6.2 Ribbed) 4

Railings

Supply and installation of 100mm galv. pipe steel railings in accordance with the drawings. It shall 6.3 include corrosion protection, painting of three (3) meter 4.50 coats, including fastening anchor bolts, welding, mortar bedding, etc.

as maybe required to complete the work.

7.0 Structure Backfill

Supply suitable materials either from the excavated materials or from the nearest borrow pit and backfill the constructed structure and excavated trenches as shown in the drawings and in accordance to Cu.m. 33.00 specifications. Suitable materials shall be compacted up to 95% of Modified AASHTO in 15cm horizontal 7.1 layers up to the level of the original carriage way.

8 Other Works

Page 205 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Filling embankment for the approach road of the culvert using selected approved soil (from excavated soil or nearby borrow pit). Each layer of the filling 8.1 shall not be greater than 15cm and provide Cu.m. 54.00 compaction up to 95% of modified AASHTO. The approach shall be constructed about 15m each side of the culvert as instructed by WHH Engineer

Sub Total for One (1) Unit of 200cm x200cmx580cm

C1 Single Box Culvert

Bill Summary

D Total for Cost for Lot 3 (A1+B1+C1)

E Contingency (10% of D)

F Cost of Bank Guarantee(6%x20%xD)

Total Amount for Lot 3(D+E+F)

NOTE: All item rates should be inclusive of materials, labour, transportation, profit, tax, insurance

and all other costs necessary for completion of the whole item of works.

Total Amount of Bid for Lot 3 in words: ______

______United States Dollars

Name of the Company (Contractor):

______

Name of Contractor’s Representative:

Page 206 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

______

Position: ______

Signature of the Contractor’s Representative:

______

Place: ______Date: ______Stamp:

LOT 5

TECHNICAL DRAWINGS LOT 05– Plan/Drawings for the Construction of 200cmx200cmx580cm Single Box Culverts

Page 207 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 208 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 209 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 210 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 211 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 212 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 213 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

LOT 5

TECHNICAL DRAWINGS LOT 05– Plan/Drawings for the Construction of 90cmx90cmx580cm U-Culverts

Page 214 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 215 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 216 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Page 217 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

IV SITE VISIT CERTIFICATE

CERTIFICATE OF PRE-TENDER SITE INSPECTION This is to Certify that Mr/Mrs/Ms/Eng. …………………………………………...... of ……………………………………………………………………………………...... (Company) on ……………………………. ….. (Date) carried out an inspection of the proposed site(s) of ...... (Road Link and Chainage of Culvert)) ………… (Lot No.) in accordance with Clause 11 of Instruction to bidders.

This further certifies that the Tenderer is fully conversant with all Site conditions and information necessary for preparing the Tender/Bid and entering into a Contract for the completion of all Works according to the Specifications and the Programme for Work

……………………….…………. ……………………………………... (Name) (Signature)

…………………………………………………………. (Designation)

Duly authorized to sign Tenders on behalf of ……………………………………………………………………… … (Company Name)

Date ……………………………………………Tel:……………….………………..

Name of County: ………………………….. Name of District/Town: ……………….………………….

Witness (Civil Engineer-Welthungerhilfe-Liberia)

Name……………………………………………………. Signature…………………………..

Note: This form must be competed and submitted with the Tender.

Page 218 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

V PROPOSED CV FORMAT FOR STAFF

Curriculum Vitae for Proposed Staff

Proposed Position : Site Engineer Name of Bidder : XY Engineering Services Inc. Name of Staff : Jack Xao Profession : Civil Engineer Date of Birth : January 21, 1985 Years of Work Experience : 8 years Membership : Engineering Society of Liberia (ESOL) Detailed Duties assigned: Setting out of buildings

Key qualification

Bachelor of Science in Civil Engineering Education and professional Qualification Year Institution Award 2001 -2005 University of Liberia Bachelor of Engineering in Civil Engineering 1999 -2000 JJ Robert WACE 1995 -1998

Employment Record: From To Position/Company/Relevant Technical And Management Experience Feb Date Position: 2014 Name of Company/Firm: Duties and responsibilities:

March Jan Position in Firm 2013 2014 Name of Company/Firm:

Page 219 of 220

LBR 1053 Bid Documents for the Construction of Nineteen (19) Reinforced Concrete Structures, Bridges, Box Culverts and U-Culverts, Access to Health Facilities in Rivercess County, Republic of Liberia

Jan Dec Position in Firm: 2012 2012 Name of Firm:

Languages:

Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications and experience. ………………………………………………………………………….…………………..Date…………………………………. (Signature of staff member) Day/Month/Year

Full name of staff member ………………………….………………………………………………………………………………..…Date………………………………. (Authorized Representative of the firm) Day/Month/Year

Full name of Authorized representative: …………………………………….…………………………………………………

Page 220 of 220