Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
0 Promoting Accountability of Public Resources
On the Compliance Audit of the
Construction of Roads and Bridges by the
Ministry Of Public Works
For the Fiscal Period ended June 30,
2016
February 2020
Yusador S. Gaye, CPA, CGMA
Auditor General, R.L.
AUDITOR GENERAL'S REPORT
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
1 Promoting Accountability of Public Resources
Table of Contents
1. DETAILED FINDINGS AND RECOMMENDATIONS ................................................ 9
1.1 Inadequate Contract Agreements /Deficient Contract Agreements for works ................. 9
1.2 Advance Payment without a Guarantee ..................................................................... 9
1.3 Consequence and Remedy in case of party’s failure to fulfill their obligations .............. 11
1.4 Environmental Consideration .................................................................................. 12
1.5 Price Adjustment ................................................................................................... 12
1.6 Change in Contract Value without Due Process......................................................... 14
1.7 Payments without Proper Certificates of Completion ................................................. 15
1.8 Lack of due regard for Quality Control and Quality Assurance .................................... 16
1.9 Payment not in line with BOQ ................................................................................. 18
1.10 Payment on Letter to Proceed without proof of Consultation with Justice Minister ....... 19
1.11 Change of Variation Orders without due process ...................................................... 21
1.12 Construction of Box Culvert .................................................................................... 22
1.13 Change sizes of Bridges without Price Adjustment and approval ................................ 23
1.14 Field Verification Findings ....................................................................................... 24
1.15 Rehabilitation of the road from Gbarma to Weasua ................................................... 31
1.16 Rehabilitation of the Road Project from Nimba Junction to Nyanfueh Town................. 38
1.17 Rehabilitation of Marshall Road ............................................................................... 42
2 ACKNOWLEDGEMENT ........................................................................................ 45
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
2 Promoting Accountability of Public Resources
ACRONYMS
Abbreviation Meaning
AG Auditor General
ANL Act of National Legislature
BC Box Culvert
BOQ Bill of Quantity
CGMA Certified Global Management Accountant
CMP Corrugated Metal Pipes
CPA Certified Public Accountant
GAC General Auditing Commission
GOL Government of Liberia
IFMIS Integrated Financial Management Information System
INTOSAI International Organization Supreme Audit Institutions
MFDP Ministry of Finance Development Planning
MPW Ministry of Public Works
PFM Public Financial Management
PPCA Public Procurement Concession Act
RAP Resettlement Action Plan
RCP Reinforced Concrete Pipes
SAI Supreme Audit Institutions
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
3 Promoting Accountability of Public Resources
Compliance Audit Report on the Administration of Contracts by the Ministry of Public
Works of Liberia covering the Period 1 July 2015 to 30 June 2016.
We have audited the Administration of Contracts by the Ministry of Public Works on the construction
of roads and bridges nationwide in compliance with the relevant laws and regulations for the period
ended 30 June 2016 consistent with the Auditor General’s mandate as provided for in Section 2.1.3
of the General Auditing Commission (GAC) Act of 2014 as well as the Audit Engagement Terms of
Reference (ToR).
Management's Responsibilities
According to Part I section 11 of the Public Financial Management Regulation, management is responsible for the preparation and presentation of these financial statements in accordance with International Public Sector Accounting Standards (IPSAS). This responsibility includes the design, implementation and maintenance of internal control relevant to the preparation and presentation of financial statements that are free from material misstatement, whether due to fraud or error.
The Management of MPW is responsible for the Administration of Contracts in compliance with the
approved Annual Budget for the fiscal period, Public Financial Management Act of 2009, Public
Procurement and Concession Act of 2005 as amended and Restated 2010 and all their accompanying
Regulations, the Revenue Code of 2000 and the Ministry of Public Works Standard Specification for
Roads 2011.
The Management of MPW is also responsible for the tendering process, administration and monitoring
of contracts entered into by the Entity, ensuring that the contractors comply with the specifications,
designs and drawing, schedule of quantities and terms of the contract as well as the issue of financial
transactions and cost control during the construction stage consistent with the requirements of those
stated Acts and Regulations for the purpose of effectiveness and efficiencies of Contract Management,
Quality Controls and Quality Assurances.
The Management of MPW is also responsible for the approval of variation orders and changes
in contract costs for price adjustment and the storage or provision of contract documents
such as approved variation orders, site meeting minutes, monthly progress reports, payments
certificates, measurement sheets and financial records in accordance with the terms of local
agreements and stated laws and regulations.
Auditor's Responsibilities
Our responsibility is to independently express a conclusion based on the audit, whether the
Administration of Contract for the construction of roads and bridges by the Management of Public
Works were carried out in compliance with the approved Annual Budget for the fiscal period, Public
Finance Management Act of 2009 and its accompanying Regulations, Public Procurement and
Concessions Act of 2005 as amended and restated 2010 and its accompanying Regulations, the
Revenue Code of 2000 and the Ministry of Public Works Standard Specification for Roads 2011.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
4 Promoting Accountability of Public Resources
The audit was conducted in accordance with ISSAI 4000 and INTOSAIs international standards for
Compliance Audit. Those standards require that we comply with ethical requirements and plan and
perform the audit to obtain reasonable assurance about whether the MPW’s Management complied,
in all material respects, with laws and regulations for the Fiscal Year ended 30 June 2016.
An audit involves performing procedures to obtain sufficient appropriate evidence to support our
conclusion. The procedures performed depend on the auditor's professional judgment, including
assessing the risk of material non-compliance, whether due to fraud or error. The audit procedures
performed are those we believe are appropriate in the circumstances. We believe that the audit
evidence gathered is sufficient and appropriate to provide the basis for our conclusion.
Basis for Adverse Conclusion
The MPW Management made advanced payments to contractors amounting to US$ 6,057,470.80 for
construction works without evidence of performance guarantee or bond to mitigate any risk of non
performance/default.
A total of six (6) contracts awarded that upward price adjustments were done in an amount of
US$1,229,459.99 without a provision in the contract as required.
The contract for the rehabilitation of Brewerville to Bopolu Road Project was increased by US$
2,319,295.17 without following the required procurement procedure.
The ‘Certificates of Completion’ prepared by the MPW Management did not have any supporting
measurement sheets for completed works such as detailed summary schedule of material quantities
for earth works, drainage construction, and demolition and mobilization charges.
Payments related to the construction and rehabilitation of roads and bridges did not show quality
control and quality assurance compliance requirements as indicated in the contract document.
The Management of MPW provided no evidence of independent laboratory or physical tests
undertaken by the Division of Soil and Material Testing for soils, bituminous materials, chemical,
concrete, and environmental check before payments were made.
There were changes in quantities and rates for earthworks and drainage construction resulting to
increased cost of US$731,644.00.
Payments amounting to US$10,387,216.02 were made under Letter to Proceed without evidence of
consultation with the Auditor General of Republic of Liberia in keeping with the National Budget Law
of FY 2014/2015.
There were Change of Variation Orders of the Gbarma to Weasua and Nimba Junction to Nyanfueh
Town Road Projects without approval costing US$211,600.00
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
5 Promoting Accountability of Public Resources
There was change from Bridges to Box Culverts of the Nimba Junction to Nyanfueh Town Road
Projects without approval costing US$ 206,860.80.
There was change in the sizes of bridges at the Nimba Junction Junction to Nyanfueh Town Road
Projects without price adjustment and approval costing US$ 443,544.99.
Adverse Conclusion
Based on the audit work performed, we found that, because of the significance of the matter noted
in the Basis for Adverse Conclusion paragraph’s above, the Management of Ministry of Public Works
is not in compliance, in all material respects, with the provisions of the Public Procurement and
Concession Act of 2005 as Amended and Restated 2010 as well as the Public Financial Management
Act of 2009 for the Administration of Contract for the construction of Roads and Bridges for the Fiscal
Period ended 30 June 2016.
Monrovia, Liberia
February 2020
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
6 Promoting Accountability of Public Resources
Introduction (Background)
The Department of Public Works was created by an Act of the National Legislature in 1928. It was
later changed to Ministry of Public Works under the Executive Law of 1972 to adequately administer
the engineering component of the State in terms of surveying, drafting/designing, construction and
supervision, to improve and maintain, direct or by contract all highways, bridges, roads, streets,
airport, seaport, and all other public infrastructure in the Republic of Liberia.
A Compliance audit of the Administration of Contract for the construction of roads and bridges by the
Ministry of Public of Works for the fiscal period ended June 30, 2014 was conducted in accordance
with the provisions of Section 2.1.3 of the GAC Act of 2014 and ISSAI 4000 INTOSAIs international
standards for Compliance Audit.
For the period under audit, the Ministry of Public of Works had the following management personnel
who handled the administration of the Ministry.
Key Management Personnel
No. NAME POSITION TENURE
1 Hon. William Gyude Moore Minister 2014--2018
2. Mr. Roland Lafayette Giddings Deputy Minister for Administration 2015--2018
3. Mr. Langley Claude Deputy Minister for Technical
Services
2015--Present
4 Mr. Abraham Samukai Financial Comptroller 2015—Present
Management’s Responsibilities
The management of MPW is responsible for the Administration of Contract for the construction of
roads and bridges in compliance with the approved Annual Budget for the fiscal period, Public Finance
Management Act of 2009 and its accompanying Regulations, Public Procurement and Concessions Act
of 2005 as amended and restated 2010 and its accompanying Regulations, the Revenue Code of 2000
and the Ministry of Public Works Standard Specification for Roads 2011.
Auditor’s Responsibilities
The auditor is responsible to express a conclusion on whether the Administration of Contract for the
construction of roads and bridges by the Management of Public Works were carried out in compliance
with the approved Annual Budget for the fiscal period, Public Finance Management Act of 2009 and
its accompanying Regulations, Public Procurement and Concessions Act of 2005 as amended and
restated 2010 and its accompanying Regulations, the Revenue Code of 2000 and the Ministry of Public
Works Standard Specification for Roads 2011. The audit was conducted in accordance with ISSAI
4000 and INTOSAIs international standards for Compliance Audit. These standards require that we
comply with ethical requirements and plan and perform the audit to obtain reasonable assurance
about whether MPW Management complied with laws and regulations.
Subject Matter
The subject matter of the compliance audit:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
7 Promoting Accountability of Public Resources
Administration of Contracts
The Ministry is mandated to plan, draft, design supervise construct and maintain all public
infrastructures. An Act of the National Legislature passed in 2008 transferred the functions of the
dissolved Ministry of Rural Development to MPW, hence establishing the Department of Rural
Development.
During the period under audit the Ministry of Public Works had a budgetary allotment of US$
35,553,141.00 for the construction of roads and bridges. The Management of MPW disbursed an
amount of 25,328,597.00 for the rehabilitated 379km of laterite roads and 24.3km of asphalt
pavement in the counties, including installation to water crossing sections with reinforced concrete
pipes (RCP), culverts, box culverts and concrete bridges; replace all corrugated metal pipes (CMPs)
and construct three hundred thirty five (335) RCP; construct eight (8) Box culverts as per the designs
and specifications; rehabilitated four (4) bridges and construct six (6) new bridges on these laterite
roads nationwide.
Audit objective and Scope
Administration of Contracts
The objective of the audit was to establish whether the Management of the Public Works complied
with the provisions of the approved Annual Budget for the fiscal period, Public Finance Management
Act of 2009 and its accompanying Regulations, Public Procurement and Concessions Act of 2005 as
amended and restated 2010 and its accompanying Regulations, the Revenue Code of 2000 and the
Ministry of Public Works Standard Specification for Roads 2011.
The scope of the audit covers the fiscal period July 1, 2015 to June 30, 2016.
Audit Criteria
The following criteria were used:
o Section 40 of the Public Procurement and Concession Act of 2005 amended and restated
2010 – Procurement Planning
o Section 41 of the Public Procurement and Concession Act of 2005 amended and restated
2010 – Contract Administration
o Section 24 of the Public Financial Management Act of 2009 – Contract and Procurement
o Regulation P.4 of the Public Financial Management Regulation – Control of Commitment
against Procurement Plan
o Regulation P.5 of the Public Financial Management Regulation – Contract and Procurement
o Regulation 18 of the Public Procurement and Concession Regulation – Contract
Administration
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
8 Promoting Accountability of Public Resources
Audit Methodology
We performed our audit based on review of contract documents (Bill of Quantities (BOQs),
specification, drawings and designs, financial records and payment vouchers) related to the period
under audit, interviewing MPW staff as well as physical verification of project sites. The audit criteria
were applied to each procurement sample selected. We have documented the findings and given to
management for comments.
The audit team obtained 65% of the total amount of US$ 25,328,597.00 disbursed for construction
of roads and bridges and confirmed whether they were in compliance with the Terms of the Contract
as require by the Public Financial Management Act of 2009 and its accompanying Regulations, Public
Procurement and Concessions Act of 2005 as amended and restated in 2010 and its accompanying
Regulations. .
The audit criteria were applied to each procurements sample selected. The findings were documented
and given to management for comments. On the basis of findings, the conclusion was made on
whether the Management of MPW complied with the provisions of the Public Financial Management
Act of 2009 and its accompanying Regulations, Public Procurement and Concessions Act of 2005 as
amended and restated in 2010 and its accompanying Regulations which related to Contract
Administration.
Limitation of Responsibility We reviewed the activities and systems on the administration of contracts monitored and supervised
by the Ministry of Public Works’ Management only to the extent we considered necessary for the
effective conduct of this audit. As a result, our review may not have detected all weaknesses that
existed or all improvements that could be made.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
9 Promoting Accountability of Public Resources
1. DETAILED FINDINGS AND RECOMMENDATIONS
1.1 Inadequate Contract Agreements /Deficient Contract Agreements for works
Observation
1.1.1.1 Section 49 (3-e) of the PPC Act of 2005, as amended and restated 2010 states that “General
and special conditions of contract shall be of a kind generally used in international trade.”
1.1.1.2 It was observed that the general and specific conditions of contract used for international
trade were omitted and inconsistent in all the projects reviewed. The contracts for road
works were deficient in the following ways:
• There was omission of requirements for advance payment guarantees
• There were no remedies in case parties failed to fulfil their obligations in time
• There was no consideraton of environmental issues
• The agreements were not in line with the Bill of Quantities for some items
• The contract agreements included redundant items like external supervisor
• The use of different BOQ at contract and payment
• The change of Variation Orders without due process
• The field verification findings
1.2 Advance Payment without a Guarantee
1.2.1.1 Section 60 (1) (2, d) of the PPC Act of 2010 provides that “The bidding documents may
require bidders to submit a bid security, which shall be applied to all bidders. Bid security
requirements shall comply with any applicable regulations. Forfeiture of a bid security may
be imposed only in the event of: (d) Failure by the successful bidder to provide security for
the performance of the contract if required to do so by the bidding documents.”
1.2.1.2 During the period under audit, we noted payments to contractors amounting to US$
6,057470.80 related to advance payment for construction works which did not provide
requirements that shield the Ministry from loss. The contracts required the contractors to
provide security for the performance of the contract. There was no evidence of guarantee
reserved in the name of the Ministry and payable on cashing it from the bank. The following
table illustrates the aforementioned contracts. See table 1 below for detail.
Table 1: Payments Without Evidence of Guarantee
No. DATE DESCRIPTION CONTRACTOR PAYMENT VALUE
US$
1. 8-Jan-16 Payment for start-up and mobilization of
the rehabilitation on the road from Gbarma
to Weasua.
East International
900,000.00
2. 22-Dec-15 Payment for the emergency rehabilitation
of the Nimba Junction- Nyanfueh Town
roads.
Solid Rock
720,665.00
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
10 Promoting Accountability of Public Resources
No. DATE DESCRIPTION CONTRACTOR PAYMENT VALUE
US$
3. 29-Mar-16 Payment for forty percent (40%)
completion of rehabilitation 147 km road
from Ganta Nimba County to Toe Town.
MDMC 1,000,000.00
4. 1-Apr-16
Payment for the emergency repair of the
Samuel K. Doe Boulevard Road in
paynesville beginning Tubman boulevard
intersection and ending at the Somilia
drive intersection.
CHICO
1,000,000.00
5. 3-May-16 Payment advance for 40% of the contract
price for work on the corridor from the
intersection of Robert field highway and
Marshall in Margibi County.
SSF
768,085.30
6. 4-May-16 Payment advance for 35% of contract
price.
SSF
668,720.50
7. 4--May-16 Payment of 100% completion of the
emergency rehabilitation of Brewerville
road in Montserrado to Bopolu in Gbarpolu
County.
PGL
1,000,000.00
Total 6,057,470.80
Risk
1.2.1.3 The failure by the contractor to provide bid security may lead to loss in the event of an
unfortunate situation (such as insolvency of the contractor).
1.2.1.4 The failure by MPW Management to consider general and special conditions of contract
used in international trade in awarding of contracts could lead to financial losses or derail
the projects.
Recommendation
1.2.1.5 The MPW Management should provide justification for not obtaining bid security equivalent
to the contractual value.
1.2.1.6 Going forward, the MPW Management should ensure that performance guarantee (bid
security) be provided by all contractors, store in the name of the Ministry until project
completion upon which it will be returned to the contractor.
1.2.1.7 Also, in awarding contracts, we recommend that the MPW Management should consider
the general and specific conditions of contract used for international trade.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
11 Promoting Accountability of Public Resources
Management’s Response
1.2.1.8 Management acknowledged the findings and recommendations and will be responsible for
the evaluation and possible implementation to ensure that performance guarantee be
provided by contractors and stored by the Ministry until project completion. MPW’s
Management will ensure all necessary general and specific conditions of contracts for both
local and international trade are considered in awarding a contract base on the threshold.
1.2.1.9 Because of the financial resource limitation of Government to sponsor the projects in time,
management obtains performance guarantee for three to four months.
Auditor General’s Position
1.2.1.10 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation. However, Management is in breach of Sections 49 (3-e) and
60 (1) (2, d) of the PPC Act of 2005, as amended and restated 2010.
1.3 Consequence and Remedy in case of party’s failure to fulfill their obligations
Observation
1.3.1.1 Section 119, (1) (s & t), of the PPC Act of 2005, as amended and restated in 2010,
prescribes that “To the extent that the bid documents do not provide that contract
provisions set forth in the bid documents are non-negotiable, the Negotiation Team shall
take the following into account, within the context of existing laws, in its negotiations with
the prospective concessionaire: project failure and remedies, if any, and breach of
contract/events of default”
1.3.1.2 During the audit, it was noted that all contracts related to road works were deficient in the
following ways: (a) there was no consequence of delay/failure by the parties to fulfill their
obligations as required and (b) no remedies for the parties’ delay/failure to fulfill such
obligations. Meaning the Negotiation Team or the crafter of the contract did not take into
consideration these mentioned requirements during the acceptance of the bid and
signature of the contract.
Risk
1.3.1.3 Failure by Management of MPW to specify a liability cap (the consequence and remedies
for delay/failure to fulfill contractual obligation) within the contracts lead to loss of public
funds and non-attainment of contract objective.
Recommendation
1.3.1.4 Management of MPW should provide explanation why it developed contract agreement
without incorporating safeguards for possible liabilities.
Management’s Response
1.3.1.5 Management acknowledged the findings and recommendations. The Legal Division will take
the steps to ensure that this recommendation is communicated in the contract and/or
specifications.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
12 Promoting Accountability of Public Resources
Auditor General’s Position
1.3.1.6 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation. However, Management is in breach of Section 119, (1) (s &
t), of the PPC Act of 2005, as amended and restated in 2010.
1.4 Environmental Consideration
Observation
1.4.1.1 American Standard Testing and Materials (ASTM) E2365 as adopted by the MPW
Management requires the adoption of procedures and practices which promote the
adherence of road construction companies and organization to environmental health and
safety for compliance.
1.4.1.2 It was observed during the period under audit that all contracts negotiated and awarded
by the Management of MPW for rehabilitation and construction of roads and bridges in the
country were without environmental health and safety compliance.
Risk
1.4.1.3 The negotiation and award of contracts for the construction and rehabilitation of roads and
bridges by the MPW Management in the absence of the consideration of environmental
compliance may lead to future disaster.
Recommendation
1.4.1.4 The MPW Management should provide explanation why the contracts were awarded
without the consideration of environmental issues.
Management’s Response
1.4.1.5 The need to follow procedures has been and will continue to be communicated to involve
contractors and personnel for compliance. Management acknowledged the findings and
recommendations.
Auditor General’s Position
1.4.1.6 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation.
1.5 Price Adjustment
Observation
1.5.1.1 Section 19(1)(2)(3) of the PPC Act of 2005 amended and restated 2010 states that
“Pursuant to section 42 of the Act, the Procuring Entity shall not adjust the price in the
procurement contract unless the procurement contract permits:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
13 Promoting Accountability of Public Resources
a. the price adjustment
b. states the circumstance for the adjustment and
c. provides for the formula or method for the determination of the
adjustment.
1.5.1.2 Where provision is made for price adjustment, an adequate contingency amount shall be
provided in each contract to cater for possible upward adjustment.
1.5.1.3 Pursuant to section 42(3) of the PPC Act, the procurement contract may also stipulate the
maximum percentage of the initial price or the remaining price for which an upward
adjustment may be permitted.
1.5.1.4 It was observed from the analysis of six (6) contracts awarded for the consultancy,
construction and rehabilitation of roads and bridges that upward price adjustment was done
for the contract for rehabilitation from Ganta to Toe town, Nimba Junction to Nyanfueh
Town, Consultancy for Police Academy Road, Ganta to Cestos Bridge, Cesto Bridge to
Zedru, Gbarnga to Zorzor and Marshall Road Project in an amount of US$1,223,609.99
without a provision for upward price adjustment in the contract as required. See table 2
below for details.
Table 2: Price Adjustment
N0
.
Contract/
Project
Description Contractors BOQ
Amount
US $
Auditor
Amount
US $
Variance
US $
1. Ganta to
Toe Town
Overestimation of
quantities for
Earthwork, and
extra unnecessary
scarification cost
MDMC
433,177.50
238,050.00 195,127.50
2. Nimba
Junction to
Nyanfueh
Town
Extra 17.4km for
the estimation of
earth works
Solid Rock
Investment,
Inc.
1,342,500.00
1,125,000.00 217,500.00
3. Police
Academy
Road
Project
Extra 3.79km for
the estimation of
consultancy
Tri-Star
Collaborative
Engineering
and
Consultants,
Inc.
156,589.60
66,532.76 90,056.84
4.
Cesto
Bridge to
Zedru
Doubling of
80.77km as
quantities for the
estimation of
clearing
vegetation, and V-
MDMC
19,788.65
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
14 Promoting Accountability of Public Resources
N0
.
Contract/
Project
Description Contractors BOQ
Amount
US $
Auditor
Amount
US $
Variance
US $
shape ditching at
both sides of
roadway
39,577.30 19,788.65
5. Gbarnga to
Zorzor
Extra Unit Price
for Earthworks
West Wood
Company
1,391,500.00
1,150,000.00 241,500.00
6. Marshall
Road
Project
Overestimation of
quantities for
Earthwork ( R-
322.1, 322.2,
350.1, 350.2, 115
& 126 )
S.S.F.
Entrepreneur,
Inc.
12,535,400.00
12,075,763.00 459,637.00
Total 1,223,609.99
Risk
1.5.1.5 The upward adjustment of prices by the MPW Management without a provision in the
contract could lead to conflict of interest and the loss of public resources.
Recommendation
1.5.1.6 The Management of the MPW should provide substantive justification for the upward
adjustment of the contract price without a stipulated provision in the contractual
agreement.
Management’s Response
1.5.1.7 The contracts were awarded in keeping with PPC Act & Regulations and also the works
were done in accordance to the contract scope of works provided by the Ministry of Public
Works.
Auditor General’s Position
1.5.1.8 The Management’s assertion that the projects were executed “in keeping with PPC Act &
Regulations and also the contract scope of works provided by the Ministry of Public Works”,
is not materially supported. The conditions for upward price adjustment were not satisfied
to substantiate the price adjustment. Going forward, Management should ensure that the
circumstances for the adjustment and the formula or method for the determination of the
adjustment are in compliance with Sections 19(1)(2)(3) and 42(3) of the PPC Act of 2005
amended and restated 2010.
1.6 Change in Contract Value without Due Process
Observation
1.6.1.1 Section 3.10 (a) of the MPW Standard Specification for Roads 2011 requires that ‘‘in
computing the final contract amount, payment shall be based on the actual quantity of
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
15 Promoting Accountability of Public Resources
authorized work done in accordance with the Specifications and Drawings. The tendered
rates shall apply, subject to the provisions of the General Conditions of Contract,
irrespective of whether the actual quantities are more or less than the scheduled
quantities.’’
1.6.1.2 It was observed during the period under audit that the contract amount for contractual
agreement between the Management of MPW and PGL Construction Company for the
rehabilitation of Brewerville to Bopolu Road Project was increased by US$ 2,319,295.17
without following due procedure. The contract agreement provided no evidence that new
scope of works was introduced. See table 3 below for detail.
Table 3: Change in Contract Value
NO. Description
Old amount
(Approved in
original BOQ)
US $
New amount (un
approved)
US $
Difference
US $
1 Demolition and site
clearance 136,750.00 663,687.50 526,937.50
2 Earthworks 3,793,562.50 5,585,757.50 1,792,195.00
3 Drainage works 1,065,473.33 1,065,636 162.67
TOTAL 2,319,295.17
Risk
1.6.1.3 Failure by the MPW Management to follow due procurement procedure for adjusting
contract price may deny the achievement of value for money.
Recommendation
1.6.1.4 The MPW Management should provide justification for increasing contract value without
adherence to due procurement procedures.
Management’s Response
1.6.1.5 The contract was awarded in keeping with PPC Act & Regulations and also the works were
done in accordance to the contract scope of works provided by the Ministry of Public Works.
Auditor General’s Position
1.6.1.6 The Management’s assertion that the “contract was executed in keeping with PPC Act &
Regulations and contract scope of works provided by the Ministry of Public Works” is not
materially supported. Going forward, Management should ensure that the circumstances
for the increment in contract value are consistent with the MPW Standard Specification for
Roads 2011.
1.7 Payments without Proper Certificates of Completion
1.7.1.1 Section 3.5 MPW Standard Specifications of Roads 2011 states that “ the onus rests with
the contractor to produce work which confirms in quality and accuracy of detail to all the
requirements of the Specifications and Drawings, and the Contractor shall, at his own
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
16 Promoting Accountability of Public Resources
expense, institute a quality control system and provide experienced engineers, foremen,
surveyors, materials technicians and other technical staff, together with all transport,
instruments and equipment, to ensure adequate supervision and positive control of the
Works at all times.”
1.7.1.2 Additionally, Section 3.11 MPW Standard Specifications of Roads 2011 states that “a
Certificate of Completion of the works in terms of the relevant clause of the General
Conditions of Contract will be issued only if the following sections of the works as may be
applicable have, inter alia, been duly completed: (a) the gravel wearing course, seals,
asphalt or concrete pavement; (b) all above-ground and subsoil drainage structures; (c) all
fencing; (d) the finishing-off of medians and slopes of cuts and fills; (e) all the necessary
road signs and road-surface markings; (f)all guardrails; (g) all structures.”
1.7.1.3 The audit team noted during the period under audit that all the request for payment related
to civil works which were prepared by MPW Management had Certificate of Completion;
however, the Certificates of Completion did not have any supporting measurement sheets
for completed works such as detailed summary schedule of material quantities for earth
works, drainage construction, and demolition and mobilization charges.
Risk
1.7.1.4 The failure to provide supporting measurement sheets and other documents for
construction contract could lead to payment for low quality work, thereby denying value
for money.
Recommendation
1.7.1.5 MPW Management should ensure that all payment requests are supported by adequate
documentation clearly stating the level of construction work completed.
Management’s Response
1.7.1.6 Management acknowledged the findings and recommendations. The Technical Division at
MPW will take the steps to ensure the recommendations are communicated to the relevant
personnel, or engineers for implementation.
Auditor General’s Position
1.7.1.7 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation.
1.8 Lack of due regard for Quality Control and Quality Assurance
Observation
1.8.1.1 Section 3.5 (Paragraph.2) of MPW Standard Specifications of Roads 2011 provides that “the
contractor shall conduct tests or have them conducted continuously on a regular basis, to
check the properties of natural materials and processed natural materials and of products
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
17 Promoting Accountability of Public Resources
manufactured on the site, such as concrete and asphalt. Although not a requirement for
the Contractor to conduct regular test on any commercially produced products such as
cement, bitumen, steel and pipes, the Contractor shall remain fully responsible for any
defective material or equipment provided by him. Similarly, the quality of all elements of
the Works shall be checked on a regular basis so as to ensure compliance with the specified
requirement. The intensity of control and of tests to be conducted by the Contractor in
terms of these obligations is not specified but shall be adequate to ensure that proper
control is being exercised.”
1.8.1.2 During the period under review, the audit team noted that payments related to the
construction and rehabilitation of roads and bridges did not show quality control and quality
assurance compliance requirements as indicated by the contract documentation. Also, the
Management of MPW provided no evidence of independent laboratory or physical tests
undertaken by the Division of Soil and Material Testing of soils, bituminous materials,
chemical, concrete, and environmental check before payments are made.
Risk
1.8.1.3 The absence of quality control and quality assurance compliance requirements may lead to
substandard road, failure of material properties, road shape and drainage structure.
Recommendation
1.8.1.4 The MPW Management should provide justification for not ensuring that quality control and
assurance requirements were met before payments were made.
1.8.1.5 Also, the Division for Materials and Soils Testing at the MPW responsible for conducting
independent laboratory or physical tests should explain why no evidence of tests or data
to confirm tests conducted.
1.8.1.6 The Division for Materials and Soils Testing at the MPW should ensure that various tests
conducted in accordance with AASHTO or ASMT are stored by the Division at the MPW for
auditor review.
Management’s Response
1.8.1.7 Management acknowledged the findings and recommendations. The Division of Soil and
Material Testing at MPW is taking the steps to ensure contractors follow procedures to
communicate the Division with various laboratory test results for audit review purpose.
Auditor General’s Position
1.8.1.8 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
18 Promoting Accountability of Public Resources
1.9 Payment not in line with BOQ
Observation
1.9.1.1 Section 3.10 (a) MPW Standard Specifications of Roads 2011 states that, “In computing
the final contract amount, payment shall be based on the actual quantity of authorized
work done in accordance with the specification and drawing. The tendered rates shall apply,
subject to the provisions of the general conditions of contract, irrespective of whether the
actual quantities are more or less than the scheduled quantities.”
1.9.1.2 It was observed during the audit that different BOQ was used for contract and payment for
Police Academic and SKD Boulevard Road. Some of the items under earthwork and drainage
construction for Police Academic and S.K.D. Boulevard road projects changed in quantities
and rates, resulting to cost increase of US$731,644.00. See table below
Table 4: Use of different BOQs at contract and payment
S/N Contract/Project Descriptions Initial Price
US $
Final Price
US $
Price
Increase
US $
1.
Police Academic
Road
Laying & Grading Laterite
Sub-base, Crushed
Aggregate Base Course, RCP
Culverts 1500mm Dia, and
Cover of Reinforcement
concrete Ditch 617,868.00 916,252.00 298,384.00
2. S.K.D. Boulevard Roadbed preparation,
crushed aggregate base
course, prime coat, and
Reinforced Concrete Pipe
Culvert 1500mm Dia
1,191,040.00
1,624,300.00
433,260.00
Total 731,644.00
Risk
1.9.1.3 Failure by the MPW Management to use the actual Bill of Quantity in the signed contract
undermines accountability and could lead to misappropriation of found.
Recommendation
1.9.1.4 The Management of MPW should provide reasons why it failed to use the Bill of Quantity
contained in the signed contract for payment of contractual works.
Management’s Response
1.9.1.5 Management did not respond to this observation.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
19 Promoting Accountability of Public Resources
Auditor General’s Position
1.9.1.6 Going forward, Management should ensure that in computing the final contract amount,
payments are based on the actual quantity of authorized work done in accordance with the
specification and drawing in line with Section 3.10 (a) of the MPW Standard Specifications
of Roads 2011.
1.10 Payment on Letter to Proceed without proof of Consultation with Justice
Minister
1.10.1.1 According to Section 8 (e), paragraph 1 & 2 of the Approved National Budget Law FY
2015/2016 under Policy Governing Targeted Appropriation, required ’’the Ministry of Public
Works to assess, validate, and cost all works completed under Letters to Proceed
arrangements to make recommendations for payment to the Minister of Finance &
Development Planning, who would proceed with payment after consultation with the
Minister of Justice.’’
1.10.1.2 It was observed during the audit that the Management of MPW made payments amounting
to US$10,387,216.02 under the Letter to proceed without evidence of consulting the
Minister of Justice of the Republic of Liberia in keeping with the National Budget Law of FY
2015/2016. See table 5.
Table 5: Letter to Proceed 2015/2016
S/N Date Documents
verified/Payee
Vouchers
No. Details/Description
Transaction
Amount
US $
1 2-Nov-15 SSF 000329 Emergency repair and
rehabilitation of AB Tolbert
road & Robert field highway
and continue on the AB Tolbert
road to weaver street onto the
Duport road. 1,500,000.00
2 6-Nov-15 CICO 000331 Payment for the Road done on
Caldwell to Louisiana Road . 2,166,470.80
3 4-Dec-15 Tristar 000351 Payment for second and third
payment for the supervision
services from Kolahun Junction
to Vahum to Bomarue in Lofa
County. 34,851.00
4 4-Dec-15 MDMC 000350 Part payment for the
rehabilitation work done on
Gbarnga-Ganta Highway. 178,574.00
5 24-Dec-15 Swaggs
Engineering
000375 Payment advance for culverts
installation on the Worhn to
Kollie Dedee Town in Margibi
County. 75,094.03
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
20 Promoting Accountability of Public Resources
S/N Date Documents
verified/Payee
Vouchers
No. Details/Description
Transaction
Amount
US $
6 18-Feb-16 CHICO 000415 Payment for emergency repair
and rehabilitation of the
Samuel K. Doe boulevard in
payneville, Montserrado
County. 726,635.00
7 29-Mar-16 MDMC 000441 Payment for forty percent
(40%) completion of
rehabilitation 147km road from
Ganta Nimba County to Toe
Town 1,000,000.00
8 15-Apr-16 CICO 000456 Payment for start-up and
mobilization to pave the road
from Barnesvill Junction, kebah,
Diggsvilles to caldwell and New
Georgia road. 1,000,000.00
9 3-May-16 Swaggs
Engineering
000481 Payment for 60% completion of
rehabilitation of worhn-Kollie
Dede Town feeder road in
Margibi County. 75,094.03
10 3-May-16 West Africa
Construction
000483 Payment represent 13%
completion of the Asphalt
pavement of selected sinkor
street and avenues. 1,000,000.00
11 3-May-16 SSF 000484 Payment advance for 40% of
the contract price for work on
the corridor from the interection
of Robertfield highway and
Marshall in Margibi County. 768,085.30
12 17-May-16 Atlantic
Resource
Limited
000495 Payment for 60% completion
and contract value for the road
rehabilitation from Gbarnga to
Bortota road. 587,912.20
14 14-Jun-16 Westwood 000522 Payment for emergency fencing
and road diversion at the
ministerial complex in Congo
Town, Montserrado. 82,097.66
15 16-Jun-16 Westwood 000543 Payment for the rehabilitation of
the Gbarnga to Zorzor road
corridor. 201,275.00
13 30-Jun-16 CICO 000553 Payment for the road
rehabilitation from Barnesville
Junction, Kabah, Diggsville to
Caldwell in Montserrado County 800,000.00
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
21 Promoting Accountability of Public Resources
S/N Date Documents
verified/Payee
Vouchers
No. Details/Description
Transaction
Amount
US $
16 30-Jun-16 CHICO 000574 Payment for 25% completion of
certificate for the Clara Town
road 191,127.00
Total 10,387,216.02
Risk
1.10.1.3 Making payments for works or services to contractors without adhering to the National
Budget Law of 2015/2016 and PFM Regulation P.10 (b) and PPC Act as regards to payment
and contract administration may result to significant financial loss, misapplication of public
funds, and unsuccessful contract performance.
1.10.1.4 Making payment for works or services without evidence that work was duly performed
before payment was made could lead to misapplication of public funds.
Recommendation
1.10.1.5 The MPW Management should provide explanation for making payment without providing
documentary evidence that works performed and duly certified.
Management’s Response
1.10.1.6 The MPW’s Management implemented the works in accordance to Section 8 (f), Subsection
2 (a & b) of the Approved National Budget Law FY 2014/2015 under Policy Governing
Targeted Appropriation on Letters to Proceed arrangements and made recommendations
for payment to the Minister of Finance & Development Planning. Therefore, Ministry of
Public Works performed her duty as per the above mentioned Budget law.
Auditor General’s Position
1.10.1.7 The management’s assertion that the Ministry of Public Works performed the duty as per
the Budget Law FY 2015/2016 is not materially supported. The MPW Management did not
provide report of assessment, validation and recommendation during the audit as stated in
the Budget Law. Therefore, the MPW management is in breach of the Budget Law FY
2015/2016.
1.11 Change of Variation Orders without due process
Observation
1.11.1.1 Section 3.0 of the BOQs of both Gbarma to Weasua and Nimba Junction to Nyanfueh Town
Road Projects revealed that the requirement for the construction of various sizes of
drainage line by the contractor. Variation orders are issued where extra works significantly
affect the Contract Sum. These may involve omissions or additions to the Contract Sum
and may be approved by the Project Engineer within his authority as provided or Client in
the Conditions of Contract.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
22 Promoting Accountability of Public Resources
1.11.1.2 Similarly, section 42 (4) of the PPC Act of 2005, as amended and restated 2010, describes
that “Any price variation shall be subject to approval by the respective Procurement
Committee.”
1.11.1.3 It was observed during the field inspections of Gbarma to Weasua and Nimba Junction to
Nyanfueh Town Road Projects that there were changes in the construction of drainage lines
without following variation orders. This resulted in a decrease of US$211,600.00 of the
original contract sum.
1.11.1.4 Also, during the inspection exercise the approval of variation order by either project
engineer or Procurement Committee was not established. The following table 6 illustrates
the differences for a sample of sections. See Table 6 below.
Table 6: Change of Variation Orders without approval
S/N Contract/Project Descriptions Contractor
Price
Increase
US $
1.
Gbarma to Weasua
Unapproved variation orders for the
installation of various sizes of RCPs,
uninstalled 3 single cell RC Box Culverts,
and rehabilitation cost of non-existing
bridge
East International
Group Inc
126,800.00
2.
Nimba Junction to
Nyanfueh Town
Unapproved variation orders for the
installation of various sizes of RCPs,
Solid Rock
Investment Inc.
84,800.00
Total 211,600.00
1.12 Construction of Box Culvert
1.12.1.1 Additionally, the contract awarded to Solid Rock Investment Inc. for the road rehabilitation
of the Nimba Junction in Grand Bassa to Nyanfuah Town related to the Earth Work,
Construction of Drainage Line and Reinforced Concrete Culverts and Bridges for contract
amount of US$ 7,206,656.18. Section 3.0 of the BOQ indicates the lump sum payment of
US$320,000.00 for the construction of two (2) Reinforced Concrete (RC) Bridge (12m x
7.5m) each with guide rails.
1.12.1.2 However, during the field inspection exercise, it was noted that only a Double Cell Box
Culverts (7.4m x 8.6m) with rails was installed instead of 2 RC Bridge as per the BOQ
leading to a difference of US$ 206,860.80. There exists no evidence for approval of price
adjustment. See table 7 below for detail:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
23 Promoting Accountability of Public Resources
Table 7: Change Bridges to a Box Culvert without Evidence of Approval
S/N Description
of Works Location
BOQ Size
Length X
Width of
Bridge
Auditor
Inspection
Size
Length X
Width
Difference
in Size
Length X
Width
Rates
US$
Extra
Amount
US$
1 Double Cell
Reinforced
Concrete (RC)
Box Culvert
At 3km
From
Nimba
Junction
12m X
7.5m
=90m2
7.4m X 8.6m
=63.64m2
26.36m2/90m2
=0.29288
160,000.00 46,860.80
2 Uninstalled
Reinforced
Concrete (RC)
Bridge
- 1 - 1
160,000.00 160,000.00
Total 206,860.80
1.13 Change sizes of Bridges without Price Adjustment and approval
1.13.1.1 According to the same section of the contract, the BOQ required the contractor to construct
two (2) Reinforced Concrete Bridges (size Length-32m x Width-7.5m) each with guide rails
for lump sum amount of US$400,000.00 and US$380,000.00 respectively.
1.13.1.2 It was also observed during the field inspections that the installed 2 bridge were changed
in size without any price adjustment and approval provided. See Table 8 below.
Table 8: Change sizes of Bridges without approval
S/N Description
of Bridge Location
BOQ
Size
Length
X
Width
Auditor
Inspection
Size
Length X
Width
Difference in
Size
Length X
Width
Rates
US$
Extra
Amount
US$
1 Reinforced
Concrete
(RC)
At 3km
From
Nyanfueh
Towm
32m X
7.5m
=240m2
11.5m X
9.1m
=104.65m2
135.35m2/240m2
=0.56395833333
400,000.00
225,583.33
2 Reinforced
Concrete
(RC)
At 11km
From
Nyanfueh
Town
32m X
7.5m
=240m2
11.9m X
8.6m
=102.34m2
137.66m2/240m2
=0.57358333333
380,000.00
217,961.66
Total 443,544.99
Risk
1.13.1.3 Failure by the MPW Management to obtain the required approval for the adjustment of
contract price may lead to deviation of the scope of works and deny the achievement of
value for money.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
24 Promoting Accountability of Public Resources
Recommendation
1.13.1.4 MPW management should provide reason why it adjusted contract prices without obtaining
the requisite authorization.
Management’s Response
1.13.1.5 1.11, 1.12 and 1.13: The above mentioned projects were executed in keeping with PPC Act
& Regulations and also the contract scope of works provided by the Ministry of Public
Works.
Auditor General’s Position
1.13.1.6 The Management’s assertion that the projects were executed as per requirement and the
contract scope of works provided by the Ministry of Public Works is not materially
supported. Any price variation should be subject to the approval by the respective
procurement committee. There is no documentary evidence of approval for price
adjustment made by the contractors, therefore, management is in breach of Section 42 (4)
of the PPC Act of 2005, as amended and restated 2010.
1.13.1.7 Also, it is recommended that upon further investigation the contractors and the
management of the MPW should be made to restitute the amount of overpayment in
contract value without evidence of approval.
1.14 Field Verification Findings
1.14.1 Rehabilitation of Brewerville-Bopolu road project
Road carriage way
1.14.1.1.1 Section 2.0 of the BOQ in the contract for the rehabilitation of the Brewerville to Bopolu
Road, the contractor was required to perform the earth works on the carriageway, the
roadway clearing, cutting down of hills, excavate unsuitable materials, grubbing and
shaping of the carriage way, expansion of road width from 7m to 10m, scarify existing road
gravel to minimum depth of 100mm, reshape and compact to specification, import suitable
approved materials, spread and compact in road embankment in layers, backfill with
approved imported materials around the drainage structures along the entire road.
1.14.1.1.2 During the field inspection exercise, we observed that most of the road achieved maximum
speed limit, but isolated spots were seen with critical sections, deep potholes or ruts,
gullies, and narrowing width with vegetation growth as shown in the pictures below. These
critical sections are graded but have not yet received laterite (proper gravel layer),
backfilling and compaction in keeping with AASHTO and ASTM Standard as adopted by the
Ministry. See photo below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
25 Promoting Accountability of Public Resources
GAC Picture 1: Showing potholes on the carraige way of Brewerville-Bopolu Road
Risk
1.14.1.1.3 Failure to perform proper Earth works on the carriageway may lead to backfilling with
organic materials and poor road embankment which create deep ruts or potholes.
Recommendation
1.14.1.1.4 The MPW Management should ensure that the contractor adhere to the specification of the
BOQ as stated in the contracts.
Management’s Response
1.14.1.1.5 Quality/Proper earth works were performed by the contractor as per specifications and
scope of works of the contract two or three years ago. However, the critical sections or
potholes and narrowing width with vegetation growth re-appeared due to wear and tear
of the road users without any routine maintenance before the visit by the GAC.
1.14.1.1.6 The road work was done in accordance to the contract scope of works provided by the
Ministry of Public Works. Management acknowledged the findings and recommendations.
Auditor General’s Position
1.14.1.1.7 We acknowledge Management’s assertion and the acceptance of our recommendation. We
look forward to its timely implementation. Management should ensure that a maintenance
plan is instituted by Government to avoid deterioration ot the roads therby resulting in
waste of meager Government resources. However, the contractor is in breach of the
contract.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
26 Promoting Accountability of Public Resources
Drainage
1.14.1.1.8 According to Section 8.10 of the MPW Standard Specification for Roads 2011, the contractor
is required to cover all works in connection with the excavation and construction of open
drains, subsoil drainage and banks dykes at the locations and to the sizes, shapes, grades
and dimensions as shown on the Drawings or as directed by engineer, and the test flushing
of the subsoil drains. The contractor is also required to cover the cleaning of open drains
and the repairing of subsoil drainage. In special circumstances this work may be executed
outside the road reserve. It also covers the clearing of existing culverts, backfilling of
prefabricated culverts, including amongst other the removal of all undesirable materials
that have accumulated in and around inlet and outlet structures in the barrel of the culverts.
1.14.1.1.9 According to the BOQ, the contractor was required to remove all damaged Reinforce
Concrete Pipe (RCP) and replace with 900mm RCP with head and wing walls, Excavate
existing corrugated metal pipes (CMP), steel, log, provide and install 0.9m diameter RCP
culverts with head and wing walls by 10m, and Provide material and build gabion protection
to structures.
1.14.1.1.10 During the field verification, we observed that culverts on Brewerville to Bopolu Road were
mostly silted with overgrowth of vegetation blocking the passage of water. Some culverts
were damaged and also had insufficient cover materials and falling head wall and wing
wall. We observed existing CMPs unmoved at several locations and Log Bridge on the
carriageway by the contractor as per Section 4.10 of the Technical Specification. See
photos below:
GAC Picture 2: showing damaged culvert head walls,wing walls and insufficient backfill material on Brewerville-Bopolu
Road.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
27 Promoting Accountability of Public Resources
GAC Picture 3: showing heavily silted culverts along the Brewerville to Bopolu Road
Risk
1.14.1.1.11 The failure of contractor to cover all necessary work as require could result to the blocking
of culvert and cause overflow of water on the carriage way.
1.14.1.1.12 The lack of culvert with headwall and wing wall could lead to erosion that could damage
culverts.
Recommendation
1.14.1.1.13 The Management of MPW should provide justification for not ensuring that contractor
comply with contract specifications, designs and drawings and the Ministry of Public Works
Standard Specifications for Roads 2011, regarding drainage constructions.
Management’s Response
1.14.1.1.14 Management did not respond to this recommendation
Auditor General’s Position
1.14.1.1.15 The Management of MPW did not respond to the issue raised in our observation. In
reference to paragraph 1.4.9 of the previous audit on the same road, management
response states that “The contract is ongoing. The contractor received mobilization fees in
February 2015. All defects on the road will be corrected under the contract before final
completion certificate is issued by the Ministry.” The observations raised in the past audit
that were unresolved are as follows: the issue of removal of Corrugated Metal Pipes, CMPs)
and replace with RCPs, damaged culverts not replace, Log bridge and insufficient cover
materials and falling head wall and wing wall.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
28 Promoting Accountability of Public Resources
1.14.1.1.16 Therefore, we maintain our recommendation that the contractor did not comply with
contract specifications, designs and drawings and the Ministry of Public Works Standard
Specifications for Roads 2011, regarding drainage constructions,
1.14.2 Rehabilitation of 147Km Road from Ganta to Toe Town
Carriageway/Road Surface
1.14.2.1.1 According to Section 2.0 of the BOQ of Ganta to Toe Town Road Rehabilitation Project, the
contractor was required to perform the earth works on the carriageway, the roadway
clearing, cutting down of hills, excavate unsuitable materials, grubbing and shaping of the
carriage way, expansion of road width to 10m, scarify existing road gravel to minimum
depth of 1m, reshape and compact to 7% camber, import suitable approved materials,
spread and compact in road embankment in layers, backfill with approved imported
materials around the drainage structures along the entire road.
1.14.2.1.2 During the field inspection, we observed that most of Ganta (Nimba County) to Toe Town
(Grand Gedeh County) Road sections are difficult to achieve good riding. The carriage way
has heavily lost its camber to which the extent of gullies, potholes and ruts are significant
as shown in the pictures below. These critical sections have not received approved laterite
(proper gravel layer), backfilling and compaction to 7% camber in keeping with AASHTO
and ASTM Standard as adopted by the Ministry. See photos below:
GAC Picture 4: Showig Gullies, Potholes and Ruts on Ganta to Toe Town Road
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
29 Promoting Accountability of Public Resources
GAC Picture 5: showing lost camber, rutting and severe potholes along the Ganta to Toe Town Road
Risk
1.14.2.1.3 Failure by the contractor to perform proper Earth works on the carriageway (backfill with
approved laterites, shape and compact to 7% camber) may create lost camber, severe ruts
or potholes and gully in the middle of the road.
Recommendation
1.14.2.1.4 The MPW Management should provide justification why the contractor did not adhere to
the specification of the BOQ.
Management’s Response
1.14.2.1.5 Quality/Proper earth works were performed by the contractor as per specifications and
scope of works of the contract two or three years ago. However, the critical sections or
potholes and narrowing width with vegetation growth re-appeared due to wear and tear
of the road users without any routine maintenance before the visit by the GAC. The road
work was done in accordance to the contract scope of works provided by the Ministry of
Public Works. Management acknowledged the findings and recommendations.
Auditor General’s Position
1.14.2.1.6 We encourage the Management of MPW to consider the topography of Liberia’s landscape
(coastal lowlands, rolling hills, plateaus, low mountains, etc) and a very high precipitation
rainfall of 15.2 inches in a calendar year.
1.14.2.1.7 Additionally, the first and most basic thing to understand in road maintenance and
construction is proper shape of the cross section of the road (Gravel Road Maintenance
and Design Manual, 2000). The road surface must have enough crowns to drain water to
the shoulder but not excessive to impact roadway safety. Furthermore, the shoulder area
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
30 Promoting Accountability of Public Resources
must not be higher than the edge of the traveled way on the road surface. Finally, a ditch
must be established and maintained to drain water away from the roadside. Culverts and
bridges at the right location and elevation are essential for the carrying of water under and
away from the road.
1.14.2.1.8 We acknowledge Management’s assertion and the acceptance of our findings. However,
we look forward to the MPW Management implementing the recommendation prescribed
above.
Drainage and Improper Backfill
1.14.2.1.9 According to Section 8.10 of the MPW Standard Specification for Roads 2011, the contractor
is required to cover all works in connection with the excavation and construction of open
drains, subsoil drainage and banks dykes at the locations and to the sizes, shapes, grades
and dimensions as shown on the Drawings or as directed by engineer, and the test flushing
of the subsoil drains. The contractor is also required to cover the cleaning of open drains
and the repairing of subsoil drainage. In special circumstances this work may be executed
outside the road reserve. It also covers the clearing of existing culverts, backfilling of
prefabricated culverts, including amongst other the removal of all undesirable materials
that have accumulated in and around inlet and outlet structures in the barrel of the culverts.
1.14.2.1.10 According to the BOQ, the contractor was required to remove all damaged Reinforce
Concrete Pipe (RCP) and replace with 900mm RCP with head and wing walls, Excavate
existing corrugated metal pipes (CMP), steel, log, provide and install 0.9m diameter RCP
culverts with head and wing walls by 10m, and Provide material and build gabion protection
to structures.
1.14.2.1.11 During the field verification, we observed Sections of road from Ganta to Toe Town with
low spots requiring culverts that were not attended to. The installed culverts have not
managed to aid the free flow of water leading to ponding in some sections. Some culverts
had no head and wing walls while some were damaged at one end. Also at some location,
culverts had insufficient cover of approved materials and falling head wall and wing wall.
See photo below:
1.14.2.1.12 Additionally, we observed a damaged bridge after Loyee Town about 51km from Ganta
which was not backfilled and properly compacted as per Technical Specification of the
contract. It was noticed that the contractor was backfilling and making the approach road
at the bridge with improper material. See photo below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
31 Promoting Accountability of Public Resources
GAC Picture 6: showing Damage Bridge on the road after Loyee Town on Ganta to Toe Town Road
Risk
1.14.2.1.13 Failure by the contractor to de-silt the entire culverts and install head and wing walls on
every installed culvert may cause erosion that could damage culverts.
1.14.2.1.14 Also, the failure of contractor to remove all unsuitable materials to an average of 1m,
backfill culverts or bridge with selected laterite, shape and compact to 7% camber may
lead to the free flow of water ponding in some sections or parts of the road.
Recommendation
1.14.2.1.15 The Management MPW should provide justification why the contractor did not comply with
Technical Specification, Design and Drawing as required within the contract to ensure the
proper backfilling and compaction of culverts to avoid erosion.
Management’s Response
1.14.2.1.16 Management did not respond to this recommendation
Auditor General’s Position
1.14.2.1.17 Going forward, the MPW Management should ensure that the contractor comply with
technical specification, design and drawing as required within the contract.
1.15 Rehabilitation of the road from Gbarma to Weasua
Carriageway and Lack of Maintenance
1.15.1.1.1 According to the BOQ of Gbarma to Weasua Road Rehabilitation Project, the contractor
was required to perform the earth works on the carriageway, the roadway clearing, cutting
down of hills, excavate unsuitable materials, grubbing and shaping of the carriage way,
expansion of road width to 10m, scarify existing road gravel to minimum depth of 1m,
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
32 Promoting Accountability of Public Resources
reshape and compact to 7% camber, import suitable approved materials, spread and
compact in road embankment in layers, backfill with approved imported materials around
the drainage structures along the entire road.
1.15.1.1.2 During the field inspection, we observed that most of the roads from Gbarma to Weasua
were impossible to achieve maximum driving speed. It was also observed that several
sections had varying widths (i.e. at 8km, road width is 8.6m) with some sections narrowing
solely due to vegetation overgrowth.
1.15.1.1.3 Additionally, some sections have been graded but not yet surfaced with approved laterite
(proper gravel layer), backfilled and compaction to 7% camber in keeping with AASHTO
and ASTM Standard as adopted by the Ministry while others have only been cleared but
not graded. It was also observed that some sections were with laterite containing stones
larger than the accepted size which had the appearance of large stones.
1.15.1.1.4 Despite the contract providing for maintenance during the entire project construction and
defects liability period, we observed during the field inspection exercise the presence of
vegetation overgrowth on the road carriage way and siltation of culverts among others.
See photo below:
GAC Picture 7: showing no maintenance after construction of road projects on Gbarma to Weasua
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
33 Promoting Accountability of Public Resources
GAC Picture 8: showing reducing road width due to vegetation overgrowth and siltation in culverts on Gbarma
to Weasua Road
Risk
1.15.1.1.5 Failure of contractor to perform proper Earth works on the carriageway (backfill with
approved laterites, shape and compact to 7% camber) may create lost camber, severe ruts
or potholes and gully in the middle of the road. Pictures showing reducing road width due
to vegetation overgrowth and siltation in culverts on Gbarma to Weasua Road
Recommendation
1.15.1.1.6 The MPW Management should provide reasons why the contractor did not adhere to the
terms and condition of the contracts and specification of the BOQ.
Management’s Response
1.15.1.1.7 Management acknowledged the findings and recommendations. The MPW’s Management
has already taken the steps by hiring consultants for quality road works as required.
Auditor General’s Position
1.15.1.1.8 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation. Going forward, the MPW Management should ensure that the
contractor adheres to the terms and condition of the contracts and specification of the BOQ
Drainage and incomplete Bridge
1.15.1.1.9 According to Section 8.10 of the MPW Standard Specification for Roads 2011, the contractor
is required to cover all works in connection with the excavation and construction of open
drains, subsoil drainage and banks dykes at the locations and to the sizes, shapes, grades
and dimensions as shown on the Drawings or as directed by engineer, and the test flushing
of the subsoil drains. The contractor is also required to cover the cleaning of open drains
and the repairing of subsoil drainage. In special circumstances this work may be executed
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
34 Promoting Accountability of Public Resources
outside the road reserve. It also covers the clearing of existing culvers, backfilling of
prefabricated culverts, including amongst other the removal of all undesirable materials
that have accumulated in and around inlet and outlet structures in the barrel of the culverts.
1.15.1.1.10 According to the BOQ, the contractor was required to remove all damaged RCP and replace
with 900mm RCP with head and wing walls, Excavate existing corrugated metal pipes
(CMP), steel, log, provide and install 0.9m diameter RCP culverts with head and wing walls
by 10m, and Provide material and build gabion protection to structures.
1.15.1.1.11 During the field verification, we observed that some low sections of Gbarma to Weasua
road in need of culverts were not attended to. Some culverts were not fully compacted and
backfilled whilst open to traffic. We also noted in some critical sections overflows of water
covering installed culverts. Some culverts had no head and wing walls while some were
damaged at one end. Also at some locations, culverts had insufficient cover of approved
materials and falling head wall and wing wall. Moreover, we observed CMP 60” at 49km
unmoved by the contractor as per Section 4.10 of the Technical Specification. See photos
below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
35 Promoting Accountability of Public Resources
GAC Picture 9: Showing insufficient fill on different culvert locations on Gbarma to Weasua Road
1.15.1.1.12 Section 3.0 of the BOQ of Gbarma to Weasua Road Project required the contractor to
construct bridges in four (4) critical water cross-section of the road. The Audit Team noted
that these bridges are not yet completed by the contactor while in the six month of the
defect liability period. Some of the bridges lack approached slabs, proper backfilling and
proper compactions as required by technical specification of the contract. The guardrail
was not done as per specification, using material susceptible to vandalism. The contractor
was required to use similar guiderail described in MPW Technical Specification for Road.
See photos below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
36 Promoting Accountability of Public Resources
GAC Picture 10: Showing incomplete bridges on different culvert locations Gbarma to Weasua Road
Existing Bridge for Maintenance and Rehabilitation
1.15.1.1.13 Furthermore, the BOQ required the contractor to maintain and rehabilitate three (3)
existing bridges on the Gbarma to Weasua Road Project. We observed during the field
inspection exercise two (2) of the exiting bridges were not maintained and rehabilitated
located at 45km and 54km respectively to Weasua. See photos below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
37 Promoting Accountability of Public Resources
GAC Picture 11: Showing Damaged existing bridge for Rehabilitation at 45km and 54km on Gbarma to Weasua Road
Risk
1.15.1.1.14 Failure by the contractor to de-silt the entire culverts, install aprons, head and wing walls
and provide gabion protection on every installed culvert may cause erosion which could
damage culverts.
1.15.1.1.15 Also, the failure by the contractor to remove all unsuitable materials to an average of 1m,
backfill culverts or bridge with selected laterite, shape and compact to 7% camber may
lead to flow of water ponding in some sections or parts of the road.
Recommendation
1.15.1.1.16 The Management of MPW should ensure that the contractor complies with Technical
Specification, Design and Drawing as required within the contract to ensure the proper
installation, backfilling and compaction of culverts to avoid erosion. The MPW should also
ensure that it is effective and efficient in the administration of contracts.
Management’s Response
1.15.1.1.17 Management acknowledged the findings and recommendations. The MPW’s Management
has already taken the steps by hiring consultants for quality road works as required.
Auditor General’s Position
1.15.1.1.18 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation.
Traffic signs and Billboards
1.15.1.1.19 According the BOQs, BILL No 1, the contractor was required to provide and install two (2)
subproject sign boards as directed by the engineer and traffic and safety signs along the
Gbarma to Weasua corridor.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
38 Promoting Accountability of Public Resources
1.15.1.1.20 Furthermore, during the field inspection exercise there were no billboards on the project
site as contractually required. Traffic sign and symbols were not placed on all active sites
and dangerous curves.
Risk
1.15.1.1.21 Failure to install traffic signs may create un-safety along the road corridor.
Recommendation
1.15.1.1.22 The Management of MPW should provide reasons why the contractor did not adhere to all
the provisions regarding billboards, sign and symbols installation.
Management’s Response
1.15.1.1.23 Management acknowledged the findings and recommendations. The MPW’s Management
has already taken the steps by hiring consultants for quality road works as required.
Auditor General’s Position
1.15.1.1.24 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation. Going forward, the MPW Management should ensure that the
contractor adheres to all contract provisions regarding billboards, sign and symbols
installation.
1.16 Rehabilitation of the Road Project from Nimba Junction to Nyanfueh Town
Carriageway
1.16.1.1.1 Section 3, of the BOQ on the Nimba Junction to Nyanfueh Town road project, required the
contractor to perform the Earth Works on the carriageway as follows: Backfilling and
compaction of all critical sections along road length with selected laterite; grading and
reshaping of entire length creating ditching and camber; compaction of materials along the
entire road.
1.16.1.1.2 During the inspection exercise, we observed that most of the roads from Nimba Junction
to Nyanfueh Town did not achieve maximum speed limit, isolated spots have critical
sections, deep potholes or ruts, gullies, and narrowing width with vegetation growth as
shown in the pictures below. These critical sections are graded but have not yet received
laterite (proper gravel layer), backfilling and compaction in keeping with AASHTO and ASTM
Standard as adopted by the Ministry. See photos below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
39 Promoting Accountability of Public Resources
GAC Picture 12: Showing lost camber, rutting and severe potholes along the Nimba Junction to Nyanfueh Town
Road
Risk
1.16.1.1.3 Failure by the contractor to perform proper Earth works on the carriageway (backfill with
approved laterites, shape and compact to 7% camber) may create poor road embankment,
lost camber, severe ruts or potholes and gully in the middle of the road.
1.16.1.1.4 The failure of removing organic materials such as vegetation, roots, swamps, and peat may
create gullies in the middle of the road.
Recommendations
1.16.1.1.5 The MPW Management should give reasons why the contractor did not adhere to the
specification of the BOQ.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
40 Promoting Accountability of Public Resources
Management’s Response
1.16.1.1.6 The contract was completed accordance to the project scope of work issued by the Ministry
of Public Works. The road has deteriorated due to wear and tear of the road user without
any routine maintenance. Management acknowledged the findings and recommendations.
Auditor General’s Position
1.16.1.1.7 We acknowledge Management’s assertion and the acceptance of our recommendation. We
look forward to its timely implementation.
Drainage
1.16.1.1.8 According to Section 8.10 of the MPW Standard Specification for Roads 2011, the contractor
is required to cover all works in connection with the excavation and construction of open
drains, subsoil drainage and banks dykes at the locations and to the sizes, shapes, grades
and dimensions as shown on the Drawings or as directed by engineer, and the test flushing
of the subsoil drains. The contractor is also required to cover the cleaning of open drains
and the repairing of subsoil drainage. In special circumstances this work may be executed
outside the road reserve. It also covers the clearing of existing culverts, backfilling of
prefabricated culverts, including amongst other the removal of all undesirable materials
that have accumulated in and around inlet and outlet structures in the barrel of the culverts.
1.16.1.1.9 According to the BOQ, the contractor was required to remove all damaged RCP and replace
with various sizes such as 600mm, 900mm, 1200mm and 1500mm RCP with aprons,
headwalls and wing walls, Excavate existing corrugated metal pipes (CMP), steel, log,
provide and install RCP culverts with head and wing walls by 10m, and Provide approved
material and build gabion protection to structures.
1.16.1.1.10 During the field verification, we observed Sections of the road from Nimba Junction to
Nyanueh Town with low spots requiring culverts that were not attended to. The installed
culverts have not managed to aid the free flow of water in some sections of the road.
1.16.1.1.11 Some culverts had no head and wing walls while some were damaged or depressed at one
end. Also at some location, culverts had insufficient compaction of approved materials and
falling head wall and wing wall. We also observed the lack of gabion protection on many
installed culverts that resulted to erosions. See photos below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
41 Promoting Accountability of Public Resources
GAC Picture 13: Showing damaged culvert head walls, wing walls and insufficient backfill material on Nimba
Junction to Nyanfueh Town Road
Risk
1.16.1.1.12 Failure by the contractor to de-silt the entire culverts and install head and wing walls may
cause erosion to the culverts.
1.16.1.1.13 Furthermore, the failure by the contractor to remove all unsuitable materials to an average
of 1m, backfill culverts or bridge with selected laterite, shape and compact to 7% camber
may lead to flow of water ponding in some sections or parts of the road.
Recommendation
1.16.1.1.14 The Management of MPW should state reasons why the contractor did not comply with
Technical Specification, Design and Drawing as required within the contract to ensure the
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
42 Promoting Accountability of Public Resources
proper backfilling and compaction of culverts to avoid erosions. MPW should ensure that
the supervision team is effective and efficient in the administration of contract.
Management’s Response
1.16.1.1.15 The contract was completed accordance to the project scope of work issued by the Ministry
of Public Works. The road has deteriorated due to wear and tear of the road user without
any routine maintenance. Management acknowledged the findings and recommendations.
Auditor General’s Position
1.16.1.1.16 We acknowledge Management’s acceptance of our recommendation. We look forward to
its timely implementation. However, the damages observed are material for “wear and
tear” to be to be the principle cause. Going forward, the MPW Management should ensure
that contracts are executed based on the standards and technical specifications.
1.17 Rehabilitation of Marshall Road
Road carriage way
1.17.1.1.1 According to the BOQ for Marshall Road Construction, the contractor is required for the
construction of asphaltic concrete on this project, to perform earth works on the
carriageway, the roadway clearing, excavate and dispose unsuitable materials, grubbing
and shaping of the carriage way, filling to embankment, haulage of concrete aggregates,
landscaping, stone pitching, and paving of road, construct median, concrete works, LAY-
BYS, walkway/shoulders, scarify existing road gravel to minimum depth of 100mm, reshape
and compact to specification, import suitable approved materials, spread and compact in
road embankment in layers, backfill with approved materials around the drainage
structures along the entire road.
1.17.1.1.2 Approximately 88.37% of the road is graded but have not yet received Asphalt pavement
in keeping with BOQ, Specification, design, AASHTO and ASTM Standard as adopted by the
Ministry. We also observed the presence of vegetation overgrowth on the culverts among
others. See photo below:
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
43 Promoting Accountability of Public Resources
GAC Picture 14:Showing asphalt pavement, vegetation on the culverts on Marshall Road
Risk
1.17.1.1.3 Failure to properly perform Earth works of asphalt pavement on the carriageway could lead
to deep ruts or potholes.
Recommendation
1.17.1.1.4 The MPW Management should provide justifications why the contractor did not ensure
asphaltic works adhere to the specification of the BOQ as per requirements.
Management’s Response
1.17.1.1.5 Management acknowledged the findings and recommendations.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
44 Promoting Accountability of Public Resources
Auditor General’s Position
1.17.1.1.6 We acknowledge Management’s acceptance of the recommendation and we look forward
to its timely implementation.
Auditor General’s Report on the
Complaince Audit of the Construction of Roads
and Bridges by the Ministry Of Public Works
For the Fiscal Period ended June 30, 2016
45 Promoting Accountability of Public Resources
2 ACKNOWLEDGEMENT
2.1 We acknowledge the cooperation and assistance provided to the GAC Audit Team by the
Management and staff of the Ministry of Public Works during the audit. The efforts and
commitment of the GAC staff in conducting this audit are also gratefully acknowledged.
Monrovia, Liberia
February 2020