Document of The World Bank FOR OFFICIAL USE ONLY Report No. 12579-UG STAFF APPRAISAL REPORT REPUBLIC OF UGANDA TRANSPORT REHABILITATION PROJECT VOLUME II MARCH 8, 1994 Energy & Infrastructure Operations Division Eastern Africa Department This document has a resticted distribution and may be used by reipients only in the performance of their official duties. Its contents may not otherwis be disdosed without Wodd Bank authorization. IOR OMCLAL USE OLY REPUBLIC OF UGANDA TRANSPORT REHABILITATION PROJECT TABLE OF CONTENTS Volume U GENERAL: 1.1 Estimated Schedule of Disbursements, all project components MAIN ROADS COMPONENT: TABLES 1.2 Upgrading, RegraveliingfRehabilitation of Roads, Design Standards 1.3 Four Year Road Maintenance Program (FY95-FY98) (List of Roads) 1.4 Outline Terms of Reference of Technical Assistance 1.5 Training Equipment/Audio-Visual Aids and Inspection Vehicles 1.6 Progress Reporting Requirements 1.7 Project Monitoring Indices 1.8 Main Roads Component, Cost Estimate 1.9 Main Roads: Annual Road Maintenance Costs CHARTS 1.10 Organizational Structure: Mnistry of Works, Transport and Communications 1.11 Establishment of Ministry of Works, Transport and Communications, Directorate of Engineering 1.12 Main Road Component - Implementation Schedule This document has a restricted distribution and may be used by recipients only in the perfofmnee of their official duties. its contents may not otherwise be disclosed without World Bak authorization. RURAL FEEDER ROADS COMPONENT: TABLES 2.1 Population Data for the Four Participating Districts, by County and Subcounty 2.2 Complete List of Feeder Roads per District: Kapchorwa, Mbale, Palissa, Tororo 2.3 Priority Roads per District 2.4 Feeder Roads to be Improved and Maintained in each District 2.5 Outline Terms of Reference for Technical Assistance Posts and key Government Personnel in the Field Annex - Proposal for Contractor Equipment Leasing and Management 2.6 Cost of Training and Technical Assistance; Cost Estimate for Proposed NDF Funding 2.7 Number of Established Posts filled or vacant in Project Districts - July 1993 2.8 Summary Information on Domestic Contractors 2.9 Project District, Revenue and Recurrent Budget Estimates for Feeder Roads. MOLG: Rural Feeder Road Maintenance Funding, FY91-FY94 MOFEP: Projected Feeder Road Counterpart Financing 2.10 Yearwise Breakdown of Feeder Road Maintenance Costs (US$ million and Proposed Financing Shares) 2.11 Summary of Feeder Roads Rehabilitation Program, in kms per activity and cost in US$ and Ushs by District and year 2.12 Cost Estimate for Four Year Routine Maintenance programs, 1994-1998, by District 2.13 Cost of Feeder Roads Component 2.14 Performance Indicators CHARTS 2.15 Organizational Structure of MOLG 2.16 Organizational Structure of the Engineering Department, MOLG 2.17 District Organizational Chart 2.18 Feeder Roads Component: Implementation Schedule RAILWAYS COMPONENT: TABLES 3.1 Railways Component, Estimated Project Costs 3.2 Projected Disbursement Profile for Railway Component 3.3 List of URC Priority Investments 3.4 Principal Performance Indicators 3.5 Terms of Reference for Specialist Advisers 3.6 LTRC Organization Chart 3.7 Implementation Schedule, Railway Component TRANSPORT PLANNING COMPONENT: 4.1 Costs of Transport Planning Component 4.2 Terms of Reference 4.3 Implementation Schedule, Transport Policy Component SELECTED ORGANI7ATIONAL AND FINANCUAL ASPECTS: 5.1 Implementing Agencies and Domestic Private Contracting Industry 5.2 Financial Analysis: Local Authorities and URC 5.3 Supervision Plan MAPS 1. Uganda Transport Infrastructure ^-'9! Feeder Roads to be Improved and Maintained in each District (Program for Years 1 & 2, and 3 & 4) Appendix 1.1 Pa&e I of 1 UGANDA TRANSPORT REHABILITATION PROJECT Al Components Estimated Schedule of Disbursements Fiscal Year and End of Semester Cumulative Disbursements at End of Senester USS'000 1995 December 31, 1994 June 30, 1995 14,000 1996 December31, 1995 June 30, 1996 29,300 1997 December 31, 1996 June30, 1997 47,700 1998 December 31, 1997 June 30, 1998 62,700 1999 December 31, 1998 June 30, 1999 73,100 2000 December 31, 1999 June 30, 2000 75,000 Appendix 1.2 Page 1 of I UGANDA TRANSPORT REHABILITATION PROJECT Upgrading, RegravellinglRebabilitation of Roads Design Standards Temain Flat Rolling Hilly Design Speed 90 kph 80 kph 60 kph Carriage Width 6 m 6 m 6 m Shoulder Wrdth 1.5 m 1.5 m 1.5 m Minimum Horizontal Curve radius 315 m 240 m 125 m Maximum Grading 3% 5% 8% Road Crossfill (a) Carrageway 2.5% 2.5% 2.5% (b) Shoulders 5.0% 5.0% 5.0%h Appendix 1.3 Page 1 of 2 UGANDA TRANSPORT REHABILITATION PROJECT Four Year Road Maintenance Program (FY95-FY98) List of Roads L Priority I Paved Roads Name Length (k) Kampala-Bombo (non-urban part) 21.01/ Bombo- Wobulenzi 14.01/ Kampala-Gayaza 20.11/ Gayaza-Namulonge 9.4 Namulonge-Kiwenda 12.0 Kaampala-Mukono 22.0 Kyambogo Estate Road 3.8 Kampala-Entebbe 34.0 Entebbe Airport 5.0 Kampala Jct-Mubende Bdr 48.0 Mityana-Mubende Bdr 15.0 Mubende-Kitanga 18.0 Kitanga-Myanzi 50.0 Myanzi-Mityana 18.0 Wobulenzi-Luwero 18.0 Luwero-Nakasongola 53.0 Nakasongola-Kafui bridge 55.0 Kafiu Bridge-Rwekunye 19.0 Rwenlwnye-Kigumba 12.2 Kigumba-Kaumma Bridge 56.8 Total 504.3 IL Priority 2 Paved Roads Gulu-Bobi 18.0 Bobi-Kamudini 44.0 Kamudini-Karuma 16.0 Lira-Ayer 20.0 Ayer-Kamudini 44.0 Total 142.0 1/ to be resealed Appendix 1.3 Page 2 of 2 mL Priority 1 Gravel Roads Name Length (km) Nebbi-Vurra Jct 70.121 Pakwach-Nebbi 60.12/ Vurra Jct-Arua 2.02t Arua Jct-Vurra (Customs Post) 16.0 Arua-Wandi 16.02/ Olwlyo-Pakwach 52.02/ Karuma-Olwlyo 55.02/ Kayunga-Nabuganyi 20.021 Sironko-Muyambe 50.02/ .Myambe-Namalu 29.0V1 Namulu-Morinka-Lokapei-Nadunget 122.02/ Muyambe-Kapchorwa 31.0 Kapchorwa-Suam 78.0 Atiak-Numule 39.02/ Moyo-Laropi 18.0 Zirobwe-Wobulenzi 25.2 Agwata-Lira S. Border 54.0 Laropi-Atiak 64.0 Atiak-Gulu 67.0 Gulu-Aswa River 40.0 Aswa River-Acholibur 42.0 Busunju-Kiboga-Hoima 1502 Total 1,100.4 2/ to be regravelled Appendix 1.4 Papg 1of 4 UGANDA TRANSPORT REHABILITATION PROJECT Outline Terms of Reference of Technical Assistance L Objectives 1. The purpose of the technical assistance is to assist the Ministuy of Worts, Transport and Comnunications (MOWTC) with imprving road maintenance planning, orgnization and operations and to train MOWTC staff/local contactors in road maitenance. IL Scope of Technical Assistance Services 2. The technical assistance staff will consist of a road maintenace managment engine (team leader), a road maintenance engineer, a contract management advisor and a taining advisor/mstructor. The individuals will assist and advise the MOWTC in their respective fields, and cany out clasroomlon-the-Job taing of MOWTC staff/local contractors. The particular functions of the technical eperts are described below. IIL 3ob Description A. Road Maintenance Management Engineer (Team Leader) 3. The road maintence maagement engineer will assist and advise the Chief Road Maintenance Engine/Principal Engineer (Planning) on all aspects of highway maintece planning, organizion and operations, and will oversee and coordinate the activies of the technical assistance team. In particular, he will assist MOWTC to: (i) review and update MOWrC Maintenance Management Manual for use on the project, including all report forms, standard methods of workdng and maintenance standards; (ii) review and update the existing MOWTC Maintenance Management software; (iii) design and implement a cost accounting system for the proper performance of road maintenane work; (iv) carry out annual road inventory and condition surveys for the planning and progranunmg of road ma;itenance, (v) carry out annual road traffic counts and collect other data such as axle loads, origin and destination data and traffic forecasts; (vi) carry out annual equipment inventories and condition surveys of both force account and- conactor resources; Appendix 1.4 Page 2 of 4 (vi) develop annual work plans; (viii) esinate resources and budget requirements for the exccution of the annual work plans; (ix) identify, supervise, monitor and control the execution of the works by the establishment and operation of a maintenance management system; (x) produce monthly/quarterly prWress reports; and (xi) provide on-thejob training of MOWTC's staff for carrying out the above tasks. 4. 'Me expert filling this position should be a well qualified highay engmeer with 15-20 years experience in road design, construction and maintenance and, in particular, with at least five years previous experience in road maiteance planning, management, contr formulaion and administratio; and should have previous experience in orgazg and conducting training programs for staff. Fluency in written and spoken English is also required. B. Road Maintenance Engineer 5. The road manenance engineer will assist and advise the Principal Engineer (Operations) in road maitnance organizaion and operations, and will provide on-the-job training of MOWTC stafflocal conactors. In particular, he will assist MOWTC to: (i) cary out annual road inventory and condition surveys for updatng inventories of the road network; (ii) idei for each road section the type and amount of work required for adequate maintenance and translate such works into specific tak in terms of routine/periodic mainteance; (iii) cary out annual road taffic counts and gather other data such as axle loads, orgin and desfination data and traffic forecasts, (iv) establish performance standards and procedures for routine and periodic mainance involving an appropriate mix of labor and equipment; (v) instl a system of cost accountig procedures to determine the cost of individual road maintena operations and the total cost of maintaining individual road sections, relating costs to physical envionments and trffic; (vi) operate the highway maintenance organization, including work scheduling and budgeting; (vii) supervise, mowitor and control the execution of the works; (viii) produce monty/quarterly progress reports; (ix) select key road maitenance staff for training at the Road Maintenance Traiing Center, and (x) provide onAe-job training of road maintenance personnel. Appendix 1.4 Page 3 of 4 6. The expert filling this position should be a well qualified highway engineer with 15-20 yeaws experience in rmad design, construction and maintenance and, in particular, with at least five years previous experience in road maintenance planning, orgnization and opertions. Fluency in wrtten and spoken English is also required. C. Contract Management Advisor 7. The conta management advisor will assist and advise the Senior Prncipal Enineer (Contracts) in admstering contract operations, and will conduct fonral trainig of MOWTC salocal contractors. In particular, he will assist MOWTC to: (i) prepare contractor prequalification documents and adveriments, and to review, analyze and recommend eligibility of suitable contractors; (ii) prepare tender and contact documents (condition of contract, specifications, bills of quantities, schedule of rates, etc.) for the programmed maintenance works, by both Local and fnterational Competitive Bidding, together with Engineers Estimates; (iii) review, analyze and evaluate tenders and recommend contact awards; (iv) monitor and control the execution of the works, through supervision and organization of MOWTC district engineers and their staff; (v) ensure quality controls of the works; (vi) ensure proper measurement of the works and authorize settlement of contactoes payment certificates; (vii) review and analyze contractor's claims, measurement disputes, revision of unit rates, requests for extension of time, and recommend settlements; (viii) advise and train associated MOWTC staff and contractor pernnel at points of interaction and condict formal trainmg in conjunction with MOWTCs traming division and the participating traimng institutions; (ix) provide technical and manageial advisory service to contractors who request assistance in any facet of the contract work and/or the organization and management of their company; (x) produce monthly/quarterly progress reports. The expert filling this position should be a well qualified highway engineer, with 15-20 years expeience in road design, construction and maintenance and, in particular, with at least 10 years experience in road constuction and maintenance contracts. Fluency in spoken and wrtten English is also required. Appendix 1.4 Page 4 of 4 D. Training AdvisorAnstrnctor 8. The trainig advisor/instuctor will assist and advie the Chuef Trng Engineer in orga g and conducting trainig p ams for both MOWTC staff and contr personnel. In particular, he will ass-t MOWTC to: (i) review staff invenes and identify training target groups, , employmnt category; (ii) ident spefic tra g needs of MOWTC staffconractor pesonnel; (iii) review avalable trainig courses both in-house and by outside institutions and recommend adoption of selected coures; (iv) iden oter courses not readily available and develop such courses in conjunction with outside institutions or in-house, as practicable; (v) draw-up a 3-year trainig program and related annual training progrms, in conjunction with the various trauni instituions to be involved, togethir with associated trade test qualiffications; (vi) ident training equipment, literure, etc. required for both in-house and exernal training; (vii) idet trainees for each course and ensure all arrangements are in place for the successful execution of each course; (viii) establish monitoring reporting and control procedures regarding each course, including end resut assessment and foward planning; (ix) produce monthly/quarterly progress reports; and (x) provide classroom and on-the-job tanig of MOWTCs stafcontrctor personnel. he epert filling this position should be a well qualified civil engineer with specialist backgound and with 15-20 years expeiience in curriculum development and taining of staff. Fluency in spoken and wren English is also required. Appendix 1.5 Page of 1 UGANDA TRANSPORT REHABILITATION PROJECT Training Equipment/Audio-Visual Aids & Inspection Vehides Qy (nos) Trining Equipment/Audio-Visual Aids Multi-system color TV set 29" screen 2 Multi-system video recorder U-matic, portable 2 Video camera, semi-professional 2 Rechargeable batteries for camera & recorder 4 Zoom lens 1.3/30.7 mm for camera 1 ELC lamp 24 volts /250 watts 12 Quartz lamp 24 Carousel Magazine 10 Film Projector, 35 mm 1 Slide Projector & carrying case 2 Projector Screen 3 Double cassette player 1 Universal Press Tape 1 35mm Still Camera 2 Film for plain paper copier for making transparencies 2 Overhead Projector 2 Acetate film for overhead projector 2 Pens/markets for overhead projector transparencies 50 Flip charts with stand, 200 sheets charts standard size 5 Public Address System (two-way) - 150w, with audio tape 2 recording and replay facility 4 speakers, 4 microphones with mixer White board 2 Desk/Portable book-binder 1 Scientific calculators 10 Photocopier - Xerox 1025, 5028 1 Personal Computer 1 Instructional video cassettes 2 sets Road and Bridge Maintenance Road Construction, Paved/Unpaved Concrete work Construction Safety Inspection Vehicles Pick-ups 8 Motor Cycles 30 Appendix 1.6 Page 1 of 1 UGANDA TRANSPORT REHABILITATION PROJECT Progress Reporting Requirements I1. Progress Reports shall be submitted to the Association quarterly in triplicate, no later than one calendar month after the end of the quarter. The first report should cover the period ending December 1994. 2. The Report should contain the foilownng information: (i) General Information: uhis should refer to Project Monitoring Indices shown in the Attachment) (a) the physical progress accomplished during the reporting period; (b) actual or expected deviations from the project implementation schedule; (c) actual or expected difficulties or delays and their effect on the implementation schedule and the steps planned or taken to overcome the difficulties and avoid delays; (d) expected changes in the completion dates of the project; (e) key personnel changes in the staffs of the MOWIC, consultants or contractors; (t) matters which may affect the project cost; and (g) any development activity likely to affect the economic viability of the project components. (ii) A bar-type progress chart, based on the project implementation schedule, showing the progress on each project component. (iii) A financial statement set out in tabular form which shows for each of the project components: (a) original estimated cost; (b) revised cost, if appropriate; (c) actual expenditure; (d) projected expenditure; and (e) actual withdrawals and projected withdrawals from the Credit Account. (iv) Funds budgeted/allocated for road maintenance and the amounts actually released. Appendix 1.7 Page I of I UGANDA TRANSPORT RERADUJTATJON PROJECT Projet Monitoring Indices Eimaed Adasd Acoaad Rerwafe, Cwav !wLFjghaated dhwgeww Ptw, wEaken L StrengthenwwlngJnprovenwma ofKm Kapala. Entebbe Road 1. Contractr Mobilization (moth) 2. Pavenst stenghei reconscon(km) 3. Wideningroadtofourlanes(knm) 4. Sholder ronstuction (m) S. Surfiae dressing%eRsaling (km) 6. Recosuon replaemt of cuvet (Nos) 7. Reintaemet of roadside,d,ais (km) S. Improvem to interonos 9. Payment to to rslConCulants IL Upgrading Road to Bit _m Standard (Lieah road) 1 . Conractor Mobilizaion (months) 2. Earthworks (tm) 3. Sub-base(km) 4. Base (km) 5. Suface dressing (km) 6. Shouler onstrcon (km) 7. Reonstruction/replacemen of culvets (Nos) S. Reinsttmn of roadside drains (kcm) 9. Payment to ContratoConu DI RegavelngORhabltation of Zirobwe- Wobulenzi Road 1. Contact Mobilization (monts) 2. Eatwrks(km) 3. Road reaelling (km) 4. Shoulderreonsuction(km) 5. Reconuctionreplacemet of aclveat (Nos) 6. Reinstatement of roadside drains (nm) 7. Payme to ConacttoConulant IV. Road Mainenance 1. Manual routine roa mainte (iteach road) (i) Lentua Contrs (Nos) (it) Leng covered (kin) 2. Mehanied rou e road mainenance (Lid eac rod) (i) Ugh gadi (km) (ii) Medium grading (km) (iti) Heavy grading (kcm) 3. Road rsealg (km) 4. Road egravegDing (km) V. Inotlonal Sbteghenng 1. Tedmcia Assistance (manhnonth) 2. Traing equipmenf (uitb) 3. MOWTC stafftraindingtrained (Nos) 4. Contractorponnlrtaied1being tained (Nos) 5. Study tours undertaken (Nos) Appendix 1.8 Page 1 of 1 UGANDA TRANSPORT REABIUITATION PROJECT Main Roads Component Cost Estimate Item Local Forex Total % Foreign (US$ million) Componew 1. Road maintenance: (i) Manual Routine Mainteance 1.41 0.00 1.41 0 (ii) Mechanized Routine Maintnce 1.92 7.70 9.62 80 (iii) Periodic Mantennc 2.75 10.89 13.74 80 11. Strengthening and Impovement of 0.89 4.65 5.54 84 Kampala-Entebbe Road (32.5 kmn) Im. Upgading to paved standar: (i) Mbarara-mbanda Road (66.5 km) 3.94 10.07 14.01 72 (ii) Gayaza-Bugema-Zirobwe (30.9 in) 1.90 4.83 6.73 72 IV. Regrmveingtbabilitation: (i) Zirobwe-Wobulenzi Road (25 kn) 0.46 1.17 1.63 72 (iu) Vdia Maia-Senbable Road (40 kan) 1.00 2.58 3.58 72 V. Construction Supervision 0.41 1.65 2.06 80 VI. Instiuional Stengthening: (i) Technical Asistan 0.43 1.73 2.16 80 (ii) Study ToursFellowships 0.05 0.30 0.35 86 (iii) TrIningEquipment 0.00 0.15 0.15 100 (iv) Inspection Vehicles 0.00 0.22 0.22 100 Sub-total 15.16 46.04 61.20 75 Contdgencies: (i) Physical @ 10%/ 1.52 4.60 6.12 (ii) Price 14% 2.33 7.09 9.42 Total 19.01 57.73 76.74 75 (on runding) (19.0) (57.7) (76.7) Project costs are based on the following: * Road SUngthening and Improvement * Road Upgrading, Regrvelling/Rehabilitation: based on detailed engineering studies, unit costs and quanties developed by engineering consultants taking into consideration the current pnces of material, labor and equipment * Road maintenance: based on unit costs and quaities developed by consultants taking into consideration the current prices of materials, labor and equipment * Consultant Services: the contuction supervision of road strengthening and improvement, and road upgrading, regravelling/rebabilitation will require about 120 nanmonths of consultant services over a 24 month period; and technical assist to MOWrC, 144 mamnonths over a 42 month period. The cost estimt for consultant sevices are based on similar and ongoing services in Uganda. UGANDA TRANSPORT REHABILITATION PROJECT Main Roads: Annual Road Maintenance Costs (USS million) FY1995 FYI 996 FY1997 FY1998 Total tern La Foreign Tota Lca Foreign Total Local Foreign Total IA Foren TOta Local Forgn Tota a) Manual Routine 0.35 - 0.35 0.23 - 0.23 0.35 - 0.35 0.48 0.48 1.41 - 1.41 Road Maintenance b) Mechanized 0.31 1.23 1.54 0.32 1.30 1.62 0.54 2.18 2.72 0.75 2.99 3.74 1.92 7.70 9.62 Routine Road Maintenance [) Periodc Road Maintenance (i) Reseaing 0.21 0.4 l.OS 0.12 0.48 0.60 - - - - 0.33 1.32 1.65 (ii) Regravelling 0.93 3.71 4.64 1.03 4.12 5.15 0.34 1.36 1.70 0.12 0.48 0.60 2.42 9.67 12.09 Sub-Total 1.80 5.78 7.58 1.70 5.90 7.60 1.23 3.54 4.77 1.35 3.47 4.82 6.08 18.89 24.77 Xcntingencies (i) Physical 0.18 0.58 0.76 0.17 0.59 0.76 0.13 0.35 0.48 0.13 0.35 0.48 0.61 1.87 2.48 (ii) Price 0.28 0.89 1.17 0.26 0.91 1.17 0.19 0.55 0.74 0.21 0.53 0.74 0.94 2.88 3.82 Total Cost 2.26 7.25 9.51 2.13 7.40 9.53 1.5 4.44 S.99 1.9 4.35 6.04 7.63 23.44 31.07 to UGANDA TRANSPORT REHABILITATION PROJECT Organzational Structure: Ministry of Works, Transport and Communications Transport a _ "Egeenng Director ~~~~~~~~~~~~~~~~~~~~~~~Director EIC Fin.nce & Admsraon Mahtnan De nt Aener Uer J bner | Rasd Aviaton Water ¢om. NRSC TL8 Accounts Admin Persownel Mechanalftnae Trainn MateIl Desg Co Saft f t mSA S Unk EIC - Englneer.nchle CIME - Ch meh engeet PTE - Principal transort eonom CRME - Chie road manteae PE - Pncaleonomist CTE - Chiefrai enieer PAS - Prirn asstnt secrery C.MAT.E - Chief mernals egweer PPO - Princkpa persne officer CPDDE - Chief plani, design and documernation engineer NRSC - Nafional road r counl CCE - Chief c uction engneer TL8 - Transpt licensig boawdr beo4a .~S -o UGANDA TRANSPORT REllTATION PROJECT Estabsmeat of Misry of Wowki, Trnport & Commrnikaio. Dirtrate of Em fmwi.g ROAD~~~~~ I 1. IDIRI. I . ,TO I | N3IEEROA |I N>f |E " |w}ONEFI| REVIE OWS N T6NS MEO HL SUP UE8 DE OPERS' MCt ;PRINCPALI PfRINCU IPA | bl. r PRINPAL ISTAFFNU PIN FAL PR PApN ENGINEER ENGSNEERV ENGNEER ENCUNEER ENGINEER ECNS E ENGINEER ENGI EER S UEYR ENINEERE I NINI INo. I No. 3 No. I NO II I SENIOR SNO EIREIOR SUKENIOR NIMR ENNE I N INs. IONN. 2 No. I No. 3 INs.l E INs. 4Ns. OWn iNs. 2N 3 N o. EKNf#3I4C UGANDA TRANSPORT REHABILITATION PROJECT MAIN ROAD COMPONENT _______________________________________ ImDlejTmentation Schedule_____ __S_edu CY 94 CY 95 CY 96 CY 97 CY 98 QUARTERI23 12 4 2 3 4 2 3 4 - 2 3 4 Credit Effectiveness I. Uperadin,e. ReravellinsARehabilitation of Roads Preparation of bidding documents Prequalification of Contractors ** Bidding ** Bid Evaluation to Contract Award Execution of Work **** **************** *** ****** 2. Construction Supervision Selection of Consultants Execution **** ******************** ******** 3. Road Maintenance (i) Manual Routire Road Maintcnance Contract Award ******** **** ******** ******** **** **** ************ t*** ************ Execution *************e**** ********************************** ******* _ (ii) Mechanized Routine & Periodic Maintenance Preparation of Bidding Documents Bidding Bid Evaluation to Contract Award * * Execution **t *** *** ***4 ***4 **** **4 **t **t j**4 )**L *** *** **V * 4. Technical Assistance Selection of Twinning Organization Execution *** **** *** **4 **** ***4 *** h**i *** **4 **i *** **4 **' 5. Training Equinment d Calling of Quotations to Contract Award 0 Delivery of Equipment 6. Training Seminars. Study Tours etc. Preparation of Trainisig Program ** Execution __*** i*** ***4 **** ***4 **; t**** **4 i*** *** **4 ***4 *** App2.1 Pap I ofo5 UGANDA TRANSPORT REHABILIATION PROJECT Population Data for the Four Participating Ditcts Summaried by Distrit Disbict Population Ana (bn2) DengL Kapchorwa 116,702 1,741 67 Mbale 710,980 2,460 289 Palisa 357,656 1,602 223 Tororo 555,574 2,464 225 Total 1,740,912 8,267 211 Appoenx2.1 Pr0ge 2of S UGANDA TRANSPORT REHABILITATION PROJECT Population Data for the Four Participating Districts by County and Sub-County Kapchorwa District County Sub-County Population Area (em2) Denty Kongask Chesokeii 6,417 88 73 Bukwa 7,054 131 54 Suam 10,770 129 83 Kaberi 6,451 181 36 Sub-total 30,692 529 58 lVngey Kaseremn 13,550 72 188 Sipi 13,167 128 103 Kaptanya 17,346 177 98 Kapchorwa T 4,604 6 767 Sub-total 48,667 383 127 Kween Kapron 13,953 157 89 Binyin 20,996 287 73 Ngenge 2,394 385 6 Sub-total 37,343 829 45 Total Kapchorwa Dbtrict 116,702 1,741 67 Appendix 2.1 Pip 3 of S UGANDA TRANSPORT REHABILITATION PROJECT Population Data for the Four Participating Districts by County and Sub-County Mbale District Conty Sub-County Population Area (km2) Desi Bubulo Buwabwala 19,343 114 170 Bombo 35,880 117 307 Bubutu 26,261 76 346 Butiru 25,753 98 263 Bugobero 31,426 96 327 Bupoto 18,463 45 410 Buwagogo 21,402 48 446 sub-total 178,528 594 301 Budadiri Bumasifu 12,847 106 121 Busulani 25,347 76 334 Buyubo 31,161 67 465 Buwalasa 43,728 112 390 Buhugu 34,646 91 381 Sub-total 147,729 452 327 Bulambuli Bulago 17,434 114 153 Buginyanya 11,756 82 143 Muyembe 16,941 89 190 Bunambutye 4,298 302 14 Sisiyi 14,147 32 442 Sub-total 64,576 619 104 Bungokho Bufumbo 29,407 62 474 Wanale 8,898 28 318 Busoba 19,306 69 280 Busiu 19,203 76 253 Nakaloke 38,935 74 526 Bunghkoko 47,193 102 463 Bukiende 24,000 86 279 Sub-total 186,942 497 376 Manjiya Bushika 11,747 29 405 Buldgai 16,404 24 684 Bududa 17,807 38 469 Bulucheke 16,432 89 185 Bubiita 16,828 94 179 Sub-total 79218 274 289 Mbale Mbale TC 53,987 24 2249 Municipality Sub-total 53,987 24 2249 Total Mbale District 710,980 2,460 289 Appendix 2.1 Page CofS UGANDA TRANSPORT RUERBDITATION PROJECT Population Data for the Four Participating Districts by County and Sub-County PaUisa District County Sub-County Population Area km2) Density Budaka Naboa 13,141 61 215 Lki Lld 24,855 94 264 Kaderuna 15,849 60 264 Budaka 16,855 58 291 Kamonkoli 17,500 63 278 Lyama 12,148 54 225 Sub-total 100,348 390 257 Butebo Kabwangasi 14,039 59 238 Kakoro 12,106 62 195 Butebo 23,585 113 209 Kibale 13,822 82 169 Sub-total 63,552 316 201 Kibuku Kadama 26,079 105 248 Kibuku 24,244 104 233 Buseta 17,048 77 221 Bulangira 23,845 114 209 Sub-tow 91,216 400 228 Pallisa Gogonyo 10,926 60 182 Kasodo 13,794 61 226 Kamele 12,748 73 175 Agule 12,516 73 171 Palisa & TC 22,140 63 351 Apogong 10,202 57 179 Puti Puti 20,214 109 185 Sub-total 102,540 496 207 Total Palbsa Distict 357,656 1,602 223 Appendix 2.1 Pge S Sof UGANDA TRANSPORT REHABILITATION PROJECT Population Data for the 4 Participating Districts by County and Sub-County Tororo District County Sub-County Populaton Area (w2) Density Tororo Municipality Tororo TC 26,783 30 893 Sub-total 26,7 83 30 893 Samnia Bugwe Bulumbi 15,552 132 118 Masafui 20,892 89 235 Buhehe 12,738 59 216 Masaba 13,350 71 188 LTumino 15,212 72 211 Buteba 12,400 56 221 Busitema 16,030 91 176 Dabani 11,868 58 205 Lunyo 17,588 108 163 Busia TC 27,967 9 2107 Sub-total 163,597 745 220 YKisoko Mulanda 22,132 110 201 Iyolwa 17,327 128 135 Paya 23,280 121 192 Yirewa 16,898 62 273 Nagongera 21,123 77 274 Kosoko 20,366 71 287 Nabuyoga 14,649 86 170 Rubongo 23,212 85 273 Sub-total 158,987 740 215 Bunyole Budumba 19,034 119 160 Kachonga 18,889 83 228 Mazinwa 18,410 87 212 Butaleja 26,046 135 193 Busolwe 13,153 51 258 Busaba 11,146 69 162 Sub-total 136,678 544 196 Tororo Osukuru 23,819 114 209 Kwapa 30,963 115 269 Mukuju 21,455 77 279 Mobo 23,292 99 235 Su-total 99,529 405 235 Total Torore District 555,574 2,464 225 Appendix 2.2 Page 1 of 4 UGANDA TRANSPORT REHABIUTATION PROJECT Complete List of Feeder Roads Per District Kapchorwa District Nane of read sechion L.ngth Sunwyed Conden Wartispropod (1cm yes/ne by 11w dL*# Lnto. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ . & h .i Kaserem-Kapeinda 11.0 yes poor fil Sirimityo-Amukoi 7.7 yes poor fil Soeur-Gamatui 6.0 yes poor foil Kapwirwok-Towei 1.0 no poor foil Kapwirwok (Sipi Caves) Gamatui-Bugimotwo 5.9 yes fUir/poor spot Kapwirwok-Kamorok 3.0 no poor foil Chema-Kapnyikew-Ngpta 15.0 yes vely poor foil Chema-Ngaeire 10.0 no fair/poor spot Kapchomwa-Kapenguia 5.9 yes vewy poor fill Chema-Kapkwai(-Kapenguria) 4.0 yes vety poor full Cheseber-Kubany 2.0 no poor fuil Te KseTuban-Kapteret 6.0 yes poor spot Siron-Ngambhri 7A yes fair/poor spotlW Ngangata-Burkoyon 9.6 no poor fil Kokwomurya-Kapchesombe (Atari) 8.7 yes good mai Kapkoch-Kapnakt-Kapteror 8.0 no poor fol Aari-Ngoryemwo-Ngenge 18.0 yes fair spot Setyo-Loch 5.0 no poor fill Loch-Kabachiria 7.0 no poor funil Chepeicunya-Kirk river 28.0 no poor fil Nabukubt-Sundet 3.0 no poor full Binuiny-Kisongi 4.0 yes very poor fuil Cheminyi-Benet 8.0 no poor fill Cheminyi-Kaptum 5.0 no poor foil Cheminyi-Moyok 6.5 yes very poor fuil Chemwania-Keere 5.0 no poor fill Chepkwasta-Kwanyiy (Kw=en) 4.0 yes very poor full Kwanyiy-Kirik river 8.0 no poor foil Tulei-Mokoyon 3.2 yes fair/poor foil Kortek-Chesmat 6.0 yes poor foil Bukwo-Riwo 8.0 no poor foil Bukwo-Brim 12.0 no poor fill Bukwo-Kapnandi-Kwirwot 20.4 yes fair/poor spot Kapworo-Chepkwas 2.6 yes very poor fodl Amanang-Chepkwasta 7.0 yes poor full Kapsarur-Chesumat 5.0 no Kapchorwa Total 276.9 full fil rehabilitation spot spot improvement Roads Inventoried 143.3 representing 52% Appendix 2.2 Page2 of 4 UGANDA TRANSPORT RE[ABILITATION PROJECT Complete List of Feeder Roads Per District PaDisa District Name of road section Length Surveed Condition Works proposed (km) yes/no by the di* Pallisa-Agule 13.7 yes poor full AguleW-Kibale 11.9 yes very poor full Kibale-Kamuge 8.5 yes very poor full Pallisa-Gogonyo 15.9 yes poor full GogonyoAgule 12.8 yes poor full Pallisa-Kasodo 11.1 yes poor full Kadoto-Butebo 20.0 no very poor full Butedo-Kabwangasi 22.5 no fair/poor spot PetButedo-Ladoto 13.2 yes poor full Budaka-bulangira-Petete 20.2 yes poor ful Bulangira-Kibuku-Tirinyi 20.4 yes poor full Kadam-Kibuku-Bueet 15.2 yes good/fair maintenance Budala-Ild-Ik 11.0 yes fair spot ki-Bki-Kakoro 10.0 no fair/poor spot Kabwangasi-Kamonkoli 7.8 yes fair spot Naboa-Kaiti 3.0 yes fair/poor spot Kakule-Naboa 8.0 no fair spot Kakoro-Kachumbala 2.5 no poor full Kakoro-Kidongole 9.6 no poor fill Ladoto-Kameke 11.3 no poor full Agule-Agule (kshoe) 3.2 no poor full Kabwangasi-District Border 3.0 yes fair/poor spot/fill Pallisa Total 251.8 fuhll: full rehabilitation spot: spot improvement Roads Inventoried: 164.7 representing 65% Appendix 2.2 Page 3 of 4 UGANDA TRANSPORT REHABILITATION PROJECT Complete List of Feeder Roads Per District Mbale District Name of road section Length Surveyed Condition Works proposed (km) yes/no by the district Bumbobi-Kachonga 4.4 yes fair spot Busie-Lukhuna 5.0 yes poor spot Busie-Lokonge 9.6 yes good/fair maintenance Sikhoye-Bugobero 8.2 yes good/fair maiance Bugobero-Molo 10.9 yes fair/poor spot Kufu-Magale 18.1 yes good/fair maintenance Magale-Bumbo 5.0 no poor fuln Nambola-Bunamnbale 6.0 yes very poor fill Namba-Lwak1akha 5.0 yes poor fill Bukawek-Butiru 15.0 no poor full Butiro-Salossalo 8.1 yes poor fuln Bukigai-Bukalaei 5.0 yes poor fai Bunmbi-Bumayoka 5.0 no poor full Mbale Total 242.9 ful: fail rehabilitation spot : spot inprovement Roads Inventoried: 199.6 representing 83% Appendix 2.2 Page 4 of 4 UGANDA TRANSPORT REHB1LITATION PROJECT Complete List of Feeder Roads Per District Tororo District Name of road section Length Surveed Condition Works proposed (ks) Yvesho by dIe hed Kaiti-Nabiganda 5.1 yes poor spot Kachonp (district border)- Nabiganda 8.0 no fair maintennce Nabiganda-Buteleja-Busolwo 21.9 yes fair maint- n spot Busolwe-Busaba-Budumba 19.3 no fair spot Busohve-Budumba 8.4 yes fair mai ce/spot Buso-nagongera, 14.0 yes fair ntce/Spot Budumba-Bubada/Buwesa 12.8 yes fair/poor spot Bubada/Buwea-Mulanda 14.2 yes fair mainnce/spot Mulanda-nagongera 9.2 yes fair/poor spot Mulanda-Lolwa 10.0 yes poor fi,ll Lolwa-Nyanbogo 9.1 yes poor fill Mulanda-Rubongi 17.0 no fair main spot Nagongem-Miidi- a 21.3 yes poor fall except 4.1 km Kachonga-Kidoko-Mirikiti-Molo 21.0 no fair spot/main Nagongera-Paya-Butelea 18.6 ys fair maintenance/spot Apokoi-Mirikiti 9.6 no fai mainc/spot Taorro-Kwapa 7.5 Yes fair full Kwapa-Apokori (Tuba) 9.0 yes poor fail Kwapa-Bugieu border Salosalo 3.1 yes poor full Taroro-Molektipe-Malaba 13.3 yes poor full Mukuju-Kwapa 3.2 no poor fall Kwapa-Mela 6.4 no poor full Kwapa-Kalaid 8.0 no poor full Senda4drewa SQHQ 4.8 no poor fill Lumino-Lunyo-Namaingo 14.5 yes poor full Lumin-buhehe-Masafu 12.9 no poor full Tororo Total 321.1 fill : full rehabilitaton spot : spot imprveme Total length of all roads in the project districts: 1092.7 Total length of all rads surveyd: 723.3 Appendix 2.3 . age I of4 UGANDA TRANSPORT REHABILITATION PROJECT Priority Roads in Kapchorwa District Name of road section length surveyed condition works proposed km yes/no by the dstrict Kaserem-Kapsinds 11.0 yes poor fitl Sirinityo-Amukoi 7.7 yes poor fit Sosur-Gamatui 6.0 no poor fuin Kapwirwok (Sipi Caves)- 6.0 yes fair/poor spot Gamatui-Bugimotwo Chema-Kapnyikew-Ngaangata 15.0 yes very poor fdli Kapchorwa-Kapenguria- 8.0 yes very poor fit Kapkwai Tegress-Tuban-Kapteret 6.0 yes poor fitl Siron-Ngambirir- 7.4 yes fair/poor fuit Ngangata-Burkoyon 9.6 no poor Kokwomurya-Kapchesombe- 8.7 yes good maintenance Atari Atari-Ngoryemwo-Ngenge 18.0 yes fair spot Binuiny-Kisongi 4.0 yes very poor fitl Cheminyi-Moyok 6.5 yes very poor fitl Chepkwasta-Kwanyiy-(Kween) 4.0 yes vety poor full Kwanyiy-Kirik river 8.0 no very poor full Bukwo-Kapnandi-Kwirwot 3.2 yes fair/poor spot Amnanang-Chepkwasta- 7.0 yes poor fitl Kapsarur-Chesumat 5.0 no poor Kortek-Chesmut 6.0 yes poor full Total priority roads in Kapchorwa District 167.5 Appendix 2.3 Page 2of4 UGANDA TRANSPORT REHABILITATION PROJECT Priority Roads in Mbale District Name of road section length surveyed condition works proposed km yes/no by the district Bulegeni-Bumwambu 8.0 yes good maintenance Bumawambu-Buginyanya 3.4 yes good spot Buwambu-Bulago 4.0 yes good maintenance Sisiyi-Tunyi 5.4 yes poor full Buyaga-Buluganya 12.7 yes fair spot Nalugugu-Naldwondwe 11.6 yes fair spot Nakiwondwe-Bugltimwa 7.0 yes poor full Busulani-Bunaseke 7.5 yes fair full Buweri-Bumumulu 10.0 yes fair full Nampanga-Buwalasi TTC 4.0 yes fair maintenance Bugusege-Buteza 9.3 yes fair/poor spot Mbale-Bufumbo 10.2 yes fair spot Bufimbo-Bubiango 3.5 yes poor full Nabumali-Busano 8.3 yes goo/fkir spot Bumbobi-Kachonga 4.4 yes good/fair maintenancetspot Busiu-Lukonge 5.0 yes fair/poor spot/full Busiu-Lukonge 9.6 yes good/fair maintenance/spot Sikhoye-Bugobero 8.2 yes good maintenance/spot Bugobero-Molo 10.9 yes poor spot/full Kufui-Magale 18.1 yes fair spot/maintenance Nambola-Bunambale 6.0 yes poor full Namba-Lwakhakha 5.0 yes poor fiull Butiro-Salosalo 8.1 yes poor full Magale-Bumbo 5.0 yes poor spot/full Bukigal-Bukalasi 5.0 yes very poor fill Total priority roads in Mbale District 190.2 Appendix 2.3 Page 3 of 4 UGANDA TRANSPORT REHIABUMATION PROJECT Priority Roads in Tororo District Name of rad secgion length surveyed condiion works proposed km yes/no by the distict Kaiti-Nabiganda 5.1 yes poor spot Kachonga (dist. border)- 8.0 no fair maintenance Nabiganda Nabiganda-Busolwe 21.9 yes fair maintenancetspot Busolwe-Budumba 8.4 yes fair maintenance/spot Budumba-BubadaJBuwesa 12.8 yes fair/poor spot/ftll Bubada/Buwesa-Mulanda 14.2 yes fair maintenance/spot Mulanda-Nagongera 9.2 yes fair/poor spot/fil Busolwe-Nagongera 14.0 yes fair maintenance/spot Lolwa-Nyambogo 9.1 yes poor ful Mulanda-Rubongi 17.0 no fair maintenance/spot Tororo-Kwapa-Apokori (Tuba) 17.0 yes poor ful Tororo-Molekatipe-Malaba 15.3 yes poor ful Lumino-Lunyo-Namaingo 14.5 yes poor fiull/spot Lumino-Masaba-Masafu 16.9 yes fair spot/maintenance Total priority roads in Tororo District 183.4 Appendix 2.3 Page 4 of 4 UGANDA TRANSPORT REHABILITATION PROJECT Priority Roads in Palissa District Name of road section length surveyed condMion works proposed km yes/no by the ditic Palissa-Agule 13.7 yes poor fill Agule-Kibale 11.9 yes very poor fulU Kibale-Kamuge 8.5 yes very poor fill Palissa-Gogonyo 15.9 yes poor spot/fuiln Gogonyo-Agule 12.8 yes poor fill Palissa-Kasodo 11.1 yes poor full Petete-Butebo-Ladoto 13.2 yes poor spot/fil Budaka-Bulangira-Petete 20.2 yes poor spot/flU Bulangira-Kibuku-Tirinyi 20.4 yes poor MIfl/spot Kadana-Kibuku-Buseta 15.2 yes good/fair maintenance/spot Budaka-Lld-Li 11.0 yes fair spot Liki-Lkd-Kakoro 10.0 no fair/poor spotfulU Naboa-Kaiti 3.0 ms fai/poor spot Total priority roads in Palissa Dstrict 166.9 Appendix 2.4 Page 1 of 2 UGANDA TRANSPORT REHABIUTATION PROJECT FEEDER ROADS REHABILTATION A. Feeder Roads Proposed for the First Year Programme Name of road section Dibtd Lengt (kn) Adivity Source Cosln Totl CoSt 118$ 118 Buweri-Bumomulu Mbale 10.0 Full Training 13,108 131,075 rebabilitation Mbale-Bufibo- Mba 13.7 Full Contractor 11,852 162,375 Bubiango rehabilittion Busiu-Lukuna Mbale 5.0 Ful Contractor 11,373 56,867 rhbilitadon Kaderuna-Petete- Palissa 9.5 Spot Contactor 5,865 S5,717 Butebo improvme Nabumali-Busano Mbale 9.3 Culverting DA/MOLG 2,000 18,600 Total 47.S 424,04 B. Feeder Roads Proposed for the Second Year Programme Name of road semon Dislric Length (Am) Acivity Source Co4tsa Total Cost Bugusege-Buteza Mbale 9.3 Full Training 16,658 1S4,917 Kapchorw-Kapenguria Kaphomra 6.0 FWu Contractor 18,144 108,867 (part) Kapirwok-Bugimotwo Kapehorwa 5.9 Spot Contactor 9,511 56,117 Cheminyi-Moyok Kapra 6.5 Full Contactor 24,355 158,308 Kaserem-Kapsinda Kapehoa 11.0 Spot Contractor 5,000 55,000 Sinmityo-Amukol Kplowa 7.7 Culverts DAIMOLG 2,000 IS,400 Bumbobi-Kachonga Mbale 4.4 Full Contractor 10,417 45,833 Bugobero-Molo Mbale 10.9 Spot Contractor 6,415 69,925 Butiru-Salosalo Mable 8.1 Full Contractor 11,061 89,592 PaLissa-Agule Palissa 13.7 Ful Contractor 11,622 159,225 Palissa-Gogonyo Palissa 15.9 Spot Contractor 7,519 119,550 Nakaloke-Katwangb_ Palissa 6.0 Ful Contractor 12,594 75,567 Lunmino-Lunyo-Namaingo Tororo 14.0 Full Contractor 10,946 153,250 Tororo-Kwapa-Sasalo Tororo 10.5 Full Contractor 7,843 82,350 Selected road sectons N/A 20.0 Culverts DA/MOLG 2,000 40,000 Total n rehabilated 149.9 1,383,901 Full: Full Rehabilitation Spot: Spot Improvement Culveru: Construction of essential culverts Appendix 2.4 Page 2 of 2 C. Roads included in First Year Maintenance Program Kapclorwa Pallisa Atari-Ngenge (part) 6.0 km Budaka-ki-Iki 11.0 Ikn Kokwomurya-Atari 8.7 kan Kadama-Buseta 15.2 kn Siron-Ngambirii (part) 5.0 kan SUB-TOTAL 26.2 km Bukwa-Kapnandi (part) 5.0 km Chema-Ngasire(part) 5.0 kmn Tororo SUB-TOTAL 29.7km Kachonga-Nabiganda 8.0 kn Mbale Nabiganda-Busolwe 21.9 bn Kachonga-Kidoko- - Bulegeni-Bumwambu 8.0 km Mlrikiti-Molo 21.0 km Bumwanbu-Buginyanya 3.4 km Nagongera-Butaleja 18.6 km Bumwambu-Bulago 4.0 km Apokori-Merikiti 9.6 km Busiu-Lukonge 9.6 km Kaiti-Nabiganda (part) 3.0 km Sikhoye-Bugobero 8.2 kin SUB-TOTAL 82.1 km Kufu-Magale (part) 11.0 km Buwalasi-Buwalasi TTC 3.3 km Bugobero-Molo (part) 3.4 km SUB-TOTAL St.9km GRAND TOTAL 189 An additional 70 km of feeder roads are expected to be maintained during the first year as part of the district roads maintenance program, including roads to be maintained by contractors under training. Appendix 2.5 Page 1 of 18 UGANDA TRANSPORT REHABILITATION PROJECT FEEDER ROADS COMPONENT Technical Assistance for Posts and Key Government Personnel in the Field Outline Terms of Reference L PROJECT DESCRIPTION 1. The Govemment of Uganda proposes to implement a Transport Rehabilitation Project which will provide support to activities in highways, feeder roads, railways and transport planning. The feeder roads component comprises: * rehabilitation of 680 km of feeder roads in four Eastem disticts, Kapchorwa, Mbale, Palissa and Tororo; e four year (FY95-FY98) feeder road maintenance program with coverage incrg fiom 260 km to 880 km per annum for the four districts; * establisument of feeder roads rehabilitation and maintenance capacity through labor- based, light equipment supported, contractor executed works in the four districts with taining and technical assistance; and D strengthening the Engineering Department of the Ministry of Local Government. IL OBJECTIVES 2. The technical assistance to provide field technical support, local capacity building and training would assist the government to: (a) improve MOLG's and District Authorities' capacity to plan, manage and monitor feeder roads rehabilitation and nmintenance; (b) train, counsel and employ domestic small and medium sized contractors for feeder roads works and faciitate such contractors' access to equipment through leasing, hi- purchase and other methods; (c) introduce labor-based methods of road maintenance and feeder roads rehabilitation whenever most cost-efctive. IIL SCOPE OF CONSULTING SERVICES 3. The consultants shall provide a technical assistance team consisting of three expatriate and three local experts as follows: Experts WM 1. Project Coordinator (expatriate) 40 2. Construction/Maintenance Engineer (expatriate) 24 3. Senior Training Specialist (expatriate 24 4. Civil Engineer/Training (local) 48 5. Civil Engineer/Construction (local) 48 6. Mechanical/Logistics Engineer (local) 48 Appendix 2.5 Page 2 of 18 lTe Project Coordinator will be fully engaged in the project for 36 months followed by two to four monitoring missions (four months altogether} during the last project implementation year. The three local private consulting engineers will be hired for the entire project period (4 years) to ensure gradual and effective transfer of know-how and responsibility by building local private sector capacity for labor-basedtlight equipment supported road works. Local support staff (An Accountant and other administrative staff) will be hired by the consultant for their entire project implementation period. 4. Government Counterparts: MOLG will nominate three counterparts to the TA team: a Project Manager and two District Engineers to work with the teamn. The individual job descriptions of the key TA and Government personnel are presented below. IV. INDIVIDUAL JOB DESCRIPTION A. PROJECT COORDINATOR (PC) S. Duties: The Project Coordinator (PC), jointly with the National Project Manae (NPM) will serve as leader of the field support team and report to the Chief Engineer, MOLW. He/She shall be responsible for the overall management, planning, implementation and supervision of feeder roads rehabilitation and maintenance works by domestic contractors and district and MOLG staff in the four pilot districts. The PC, shall be assisted in his duties by the NPM, the Construction and Maintenance Enginee, and the Senior Training Specialist and working with the District Engineers and Works Supervisors. In addition, the PC and the National project Manager will be responsible for coordinatng district staff and contractor training to ensure that the training is fully responsive to actual needs. The PC will be recruited for a total period of hfree years, to be followed by two visits of two months each to take place after six months and at end of the project. In great detail, the PC shall: (a) advise and assist in the establishment of capacity within the Ed of MOLW and the district to plan, implement, and monitor road rehabilitation and maintenance works executed by contractors; (b) prepare work plans and material schedules, project launch and other programs for the smooth implementation of the project; identify deficiencies and deviations from the project implementation schedule, initiate actions to correct them and monitor execution of such actions; (c) advise and assist in reviewing required equipment lists for all procurement of plant and equipment, tools, materials, both local and overseas; (d) manage and coordinate all project inputs provided by MOLG, World Bank, NDF, the Leasing Company and/or Commercial Bank, and others, ensuring that all inputs are effectively used; (e) select, in collaboration with the training team at Elgon Technical College, Mbale, contractors suitable to receive training, assist in identifying their, DA technical staff Appendix 2.5 Page 3 of 18 and Resistance Councils I and III training needs and coordinate traming activities to that they are truly responsive to DA short- and long-term needs; (f) in liaison with PMDD in MOLO, organize and keep up-to-date feeder road inventories and condition surveys, and develop or adopt and apply a suitable systen for fieder roads program planning and budgeting in the four pilot districts; (g) update and detail, as appropriate, based on complete and up-to-date fiede road inventories and condition surveys, the four-year rehabilitation and maintenance plans provided in the final preparatory report; (h) elaborate yearly detailed work plans with budgets for rebabilitation work to be caried out on contract and maintenance work to be done on contract; subsequenfly implement the plans; (i) select, in close collaboration with MOLG and DAs, and based on techmical and socio- economic criteria (suggested in the final preparation report), feeder roads to be improved and select the type of improvement to be undertaken (full rehabilitation, spot improvement or culverting only); j) assist MOLG in preparing andlor finalizing tender documents including technical specifications for feeder road rehabilitation and maintenance work; (k) to an extent not already carried out already, prepare detailed engineering design and tender documents for works to be carried out on contact; invite conactors (who have successfully undergone training) to tender, evaluate their offers and advise MOLO and DAs on contract awards; (1) coordinate and supervise the work of contractors and technical assistance staff for the perfornance of required tasks within time and cost Umits, and provide advice as required on how to irnprove performance; (m) develop and implement adequate field reporting systems for works on contrac and on force account, and assist MOLG in elaborating a district activity reporting system; (n) prepare monthly district progress reports and consolidate quartedy progress reports; (o) prepare a manual on the planning, administration and implementation of feeder road rehabilitation and maintenance, which would serve as a guide for DAs; the first draft based on initial experiences should be ready 18 months after project start and the final version one year later, (p) prepare a final report on the results of the project with a plan of action for further work to be carried out under the project and post-project activities; this report should be ready three months before the PC leaves. 6. The PC will train his/her counterpart by gradually and systematically transferring kmow- how and responsibility to the National Project Manager, as well as other key national staff (District Engineers and Works Supervisors). The ain will be to ensure a harmonious and rational Appendix 2.5 Page 4 of 18 delegation of responsibilities required for effective functioning of the DA Works Departments. To facilitate this, a job description has been made for key DA WB staff. The detailed plan for transfer o know-how and responsibility should, at an early stage, be discussed and agreed with the Chief Engineer, MOLG, the National Project Manager, the District Engineers and the four DAs. 7. Qualifications: The PC should be a qualified professional civil engineer with at least eight years' experience, a major part of which should have been in road planning, design, construction and maintance applying iabor-based methods. A significant part of the experience should have been acquired from work in developing countries, preferably including sub-Sahar Africa. The PC should have general (contract) and financial management or accounting experience and be fluent in English. B. CONSTRUCTION/MAINTENANCE SPECIALIST (CMS) 8. Duties: The Construction/Maintenance Specialist (CMS), jointly with his Ugandan coleague, and in association with the Districts Engineers under the overal guidance and supervision of the PC, will assist in carrying out the tasks identified in the job description for the PC, with particular reference to the field activities for which the CMS would have a major responsibility. The CMS would be recruited for a total period of 2 years (24 man months). In greater detail, the CMS, in close collaboration with his Ugandan colleague, shall: (a) carry out feeder road inventories and condition surveys; (b) prepare detailed engineering and technical specifications for works to be carried out by contractors, and subsequently guide and supervise the contractors in their work; (c) assist the DAs, through working closely with the District Engineers, in setting up systems for carrying out and supervising maintenance; (d) assist communities in identifying tracks and trails which may be suitable for improvement, mainly on a self-help basis, and subsequently assist the communities in carrying out the works; (e) assist in identifying suitable borrow pits; (f) assist Resistance Councils I and III in identifying their role in the area of labor recruitment, and certification of works carried out correctly (after certification by DA staff); (g) assist, as required, in carrying out the overall training program, in particular as to training of DA staff and small contractors in routine maintenance; (h) define format for site reporting (daily, weekly and monthly) and assist in effective implementation of the system. AppendI 2.5 PageS of 18 9. The CMS will training his/her counterparts. The CMS shall gradually and in a systematic and planned way transfer know-how and responsibility to the local experts working closely with him, as well as the District Engineers and Work Supervisors. A detailed plan for the transfer of know-how and responsibility should be agreed at an early stage and should be closely monitoed and reported upon in progress reports. 10. Qualifications: The CMS should be a qualified professional civil engineer with at least six yeas' relevant experience, a major part of which should be in road planning, design, construction and maintenance of low-cost gravel and earth roads using labor-based methods, as well as in the testing of soils and materials; should also have experience in operational and administrative aspects of rural road maintenance in a government or district organization and should have suitable experience in equipment usage and control. A significant part of iser experience should have been acquired in countries with similar socio-economic conditions as ose prevailing in Uganda. The CMS should be fluent in English. C. Senior Training Specialist (STS) 11. Duties: The STS, jointly with his supporting trainers, will be responsible for training activities. Thus the STS would identify training needs, develop training programs, participate in implementing these, and monitor the results of the traming. The STS will be required for a total period of two years. In greater detail, the STS, in collaboration with his/her counterparts and wi the training coordinator at MOLG head quarters, shall: (a) identify training needs for MOLO and DA staff, as well as domestic contrs and develop comprehensive on-the-job and classroom training programs for each category of trainees; (b) identify needs for trainig equipment and materials and arrange for the procuremt of these (to the extent this has not been done in advance of arrival of the STS); (c) organize and imp!ement training of domestic contractors and government staff at the Mbale Training Center; (d) prepare trauiing material and background papers for courses, semsina and wodkhops for engineers, planners, contractrs and others and participated in the implementation of these activities; (e) organize a close collaboration with training activities for LBALES activities under the Northern Rehabilitation project; (f) prepare training modules and other background material suitable for integration in curricula at the engineering faculty at the university and at technical schools; (g) establish contact with the Kisii Training Center in Kenya and arrange for Kisii to give lectures in specific subjects to trainees at the Mbale Training Center, and/or arrange for project trainees to be given lectures at Kisii; Appendix 2.5 Page 6 of 18 (h) supervise and monitor all training activities including verification of performance level achieved by trainees; (i) train trainers (engineers and technicians) who can gradually take over responsibility for training; (i) quarterly progress report; (ii) training reports on specific subjects as warranted; (iii) final traiing report 12. The STS will train his/her counterparts and oversee training being canried out. The STS shall gradually and systematically transfer know-how and responsibility for trainin to his/her counterparts and others as appropriate. With his/her designated national successor a plan of action should be elaborated for this transfer of responsibility. The capacity building in above respects should be closely monitored and reported on; in the case of inefficiencies or delays being observed corrective action must be taken. 13. Qualfications: The STS should have a university degree in civil engineering, followed by at least ter, years' professional experience, a major part of which having been gained in developing countries, preferably including Sub-Saharan Africa. He/She should have experience in the application of labor-based techniques for road construction and maintenance in countries with similar socio-economic conditions as those prevailing in Uganda. He/She should have extensive experience in management and training and be fluent in English. D. NATIONAL PROJECT MANAGER (NPM) 14. Duties: The National Project Manager (NPM), will be the counerpart to, and be responsible jointly with the PC for the overall management, planning and implementation of feeder roads rehabilitation and maintenance in the four pilot districts. In addition, the NPM and the PC will be responsible for coordinating district staff and contractor training to ensure that the training is fully responsive to actual needs. He will provide the required coordination between the ConsultanttTA team and MOLG headquarters and the district administration and engineers, and contractors. It is expected that with the training and experience gained on the project, he will be able to perform the duties of the PC when he leaves at the end of his contract. The NPM shall assist the PC, and in consultation with the Construction and Maintenance Specialists, and working with the District Engineers and Works Supervisors, shall: (a) select, in collaboration with the traiing team at Elgon Technical College, Mbale, contractors suitable to receive training, assist in identifying their, DA technical staff and Resistance Councils I and III training needs and coordinate training activities so that they are truly responsible to DA short- and long-tern needs; (b) in liaison with the PMDD in MOLG, organize and keep up-to-date feeder road inventories and condition surveys, and develop or adopt and apply a suitable system for planning and budgeting in the four pilot districts; Appendix 2.5 Page 7 of 18 (c) update and detail, as appropriate, based on complete and up-to-date feeder road inventories and condition surveys, the four-year rehabilitation and maintenance plans provided in the final preparatory report; (d) elaborate yearly detailed work plans vwth budgets for rehabiRation work to be carried out on contract and maintenance work to be undertaken on contract; subsequently implement the plans' (e) select, in close collaboration with MOLG and DAs, and based on technical and socio- economic criteria (suggested in the final preparabon report), feeder roads to be improved and select the type of inprovement to be undertaken (ful rehabilitation, spot improvement or culverting only); (f) assist MOLG in preparing and/or finalizng tender documents including technical specifications for feeder road rehabilitation and maintenance work; (g) to an extent not carried out already, prepare detailed engineering design and tender documents for works to be carried out on contract; invite contractors (who have successfully undergone training) to tender, evaluate their offers and advise MOLO and DAs on contract awards; (h) supervise the works being carried out by contractors and provide advice to the contractors on how to improve performance; (i) develop and implement adequate field reporting systems for works on contract and on force account, and assist MOLO in elaborating a district activity reporting system which could eventually be applied nationally; j) prepare monthly district progress reports and consolidated quarterly progress reports; (k) prepare a manual on the planning, administration and implementation of feeder road rehabilitation and maintenance, which would serve as a guide for DAs; the first draft based on initial experiences should be ready 18 months after project start and the final version one year later; (I) prepare a final report on the results of the project with a plan of action for further work to be carried out under the project and as post-project activities; this report should be ready three months before the PC leaves. 15. Qualifications: The NPM should have a university degree in civil engineering, followed by at least five years' professional experience. He/She should be familiar with, or have received taining in labor-based techniques for road construction and maintenance in countries with similar socio-economic conditions as those prevailing in Uganda. He/She should have experience in management and training and be fluent in English. AppenIx 2.5 Pagp o8f 18 E. DISTRICT ENGINEERS (DEs) 16. Duties: The two District Engineers (DEs) are to be statiOned in Mbale (to cover Mbab and Kapchorwa districts) and Tororo (for Tororo and Pass). Each DE will pnmarily liaie with the PC and the CME in seting up and amnually implementing maintenance manm nt and accountg systems for the two assigned districts. In particular, the DE shall in collabotion with the PC and the CME: (a) iialy review and fimn up maintenance specifications, contrt domn and management systems; and work with District Wors Supervisors to: (b) plan the program of maintenance work in each district, assess resoures needed and prepare budget estimates; (c) detenmine nmitenanc priorities, and arange for appropriate allocation of fuids and oter resources; (d) authorize and schedule maitence work to be carried out by contaor and supervised by Road Inspectors; (e) train and advise Rls, on proper methods of road mainteance; and (f) monitor the quality and effectiveness of maintenance activities. (g) assist local communities and RCs in selection of wo and mobilizaion of labor if required .p) participate in the trainig progmn for small scale cotaco (including group contrctors and logthmen) 17. Qualifications: The DEs should have a university degree in civil engineerin folowed by at least five years' professional experience in road construction and maintena. He/She should be familiar with or should have received or be given an eady taining in labor-based techniqes for road constrction and maintenance. He/She should have some experience in management and F. MECHANICAL/LOGISTICS ENGINEER (MLE) 18. Duties: Under dte direction of the Project Coordinator, STS and CME as requied, the MLE will orgaiize and supervise the mechanical services and logistics required in connection %ith the project. He/She will work as a member of the TA team. In particular, he/she shall: (a) assist in elaborating and reviewing technical specifications for equipment; (b) carry out inspections of delivered equipnnt, set up stores and a stores managmet system for all spare pans; Appendix 2.5 Page 9 of 18 (c) sct up a system for maintenance of equipment including major repairs from private workshops, and supervise the implementation of maintenance repairs required to be carried out by the project team and the private contractors; (d) assist the financeAeasing company in inspecting and monitoring the utilization of equipment leased to the domestic contractors; (e) organize and supervise equipment and vehicle utilization; (f) keep records of expenditures by item of equipment/vehicle (g) conduct training and provide advice as required for plant and auto mechanics, store keepers and other associate staff from the districts and the contracting firms; (h) organize and implement a system for keeping records of local and overseas procurement; (i) liaise and follow-up on the clearing and transport of all overseas procurement. 19. Qualifications: The MLE should have a degree or diploma in mechanical engiering, followed by at least five years' practical professional experience. He/She should have the ability to establish good working relations with local and expatriate staff. G. PROJECT ACCOUNTANT (PA) 20. Duties: In consultation with the PC, the Project Accountant (PA) shall set up and implement systems for managing the accounts of the project activities. With the support of the Financial Assistant (Cashier), the PA shall: (a) advise the District Engineers and DA treasurers on improving the District budgeting and accounting for road operations, as well as appropriate staff and contactor payment systems; (b) assist the PC in managing the project cash flow, organize and follow-up and ensure the prompt payment of contractor certificates; (c) advise contractor's staff on organizing and improving their accounting system, and assist the PC in monitoring the performance of contractors, and in their repaying to the finance/leasing company for equipment and tools leased to them; (d) assist the PC in obtaining infonnation and preparing project cost reports, including implementing systems for cost monitoring set up by the Planning, Design and Monitoring Division (PMDD) of the Engineering Department of MOLG. Appendix 2.S Page 10 of 18 V. DATA, LOCAL SERVICES AND FACILITIES TO BE PROVIDED BY GOVERNMENT 21. The Government (Central and District) shall provide the technical assistance team with all available information, studies and reports required for their services, and wil assis swtabe counterparts as stipulated above. It shall also provide them with necessary office space, furniture, equipment and office supplies and other services as required by the consultant team. VI. REPORTS 22. The consultants shall prepare distrct reports, and prepare and subnmt consolidated quarterly progress reports (3 copies each to Govemment, Nordic Development Fund and IDA sumnanzmg accomplishments during the reporting period and total progress since the start of the work identifying any problems encountered in the work with recommendations for corrective action. Appenix 2.5 Page 11of 18 Annex UGANDA TRANSPORT REHABILITATION PROJECT FEEDER ROADS COMPONENT SMALL CONTRACTOR EQUIPMENT LEASING AND MANAGEMENT PROPOSALS Project Objective and Strategy I One of the aims of the Feeder Roads Component of the Transport iliion Projedt (TRP) is to develop small domestic contactors to become fully dependt prive business concerns (after about 4 years). This would imply that they are well managed, tically competent, dispose of a wel trained staff and own a substntial part oftheir ligh equipment Tbey would then be able to continue doing road rehabiliation and periodic maintnance work competing wnth other contractors, labor-based and equipment-based, assunung that contract conditions are not bised agn them. They would have established a track-record with a fin instituon (FLI) I/ and would provide collateral as required to renew and gadually exand their equipmet fleet. Their business would then become sustainable with a capacity for expansion provided that there is a reasonable balance between demand and supply of contracting services. In this connection, it should be noted that contactors using lWt equipment are more flexible as to type and size of work they can undertake, while road contractors, using heavy equipment, can expect to use their equipment only in full scale units for large road works. 2. In order to reach the described stage of development, the contactors must have (a) gone through the various training stages to be executed under the TRP; and (b) had a reasonable profit- level which has enabled them to build up their business and, in particular, to have paid back on the equipment so that they own most of their equipment fleets. To reach that stage within an effctive 3.5-year time fiame under the project, it is most likely that they would be required to go through a number of evolutionary phases, described in some detail below. Te speed at which this can take place depends, to a large extent, on mnro-conic fators (inflation and interest rates), the contrctors perfomance, the eventual creation the Uganda Leasing Company (ULC) which would specialize in leasing. Further infonnation on the actual conditions of engagemen of the FLI are being finalized in consultation with the IFC and are expected to be firmed up by the Field Support Technical Assistance team. This paper presents some of the issues and suggests an appmach for implementing the leasing operations under the proposed project. Conditions for Borrowing 3. A pre-condition for the smooth development of a gradual capital formation on the part of the contractors is the contractors' ability to borrow capital and lease equipment and be paid for their services. Thus, particularly with high interest rates, payments of monthy saements must be prompt. If the real interest rate (the difference betwee the interest charged and the inflation rate) is large, it would also be highly relevant that contract unit rates are adjusted firly. With appropriate adjustment (for price escalation) clauses in their contracts the contactors would not f 'eTh proposed Leasing Company (ULC) will have to be linked with a local bank which will handle progress payments, and also provide qualifying contractors with wodring capital if requird. Appendix 2.5 Page 12 of 18 have to bear the foreign exchange risk. The emerging contractors should not be put at a disadvantage vis-a-vis large established contractors using equipment-intensive methods who have access to the international capital market. The Step-by-Step Approach to the Operations 4. It is clear that the development of domestic contractors cannot reach maturity without reliable and sustainable access to financial credit on reasonable terms. What is less clear is how and in which tempo this can be achieved. Under ideal conditions, this may be done in one step; in Uganda, it is not likely to be feasible. The various potential steps in the process are briefly described below: Step I Purchase of equipment byMOLG under TRP (9 months). Equipment operated byMOLG under TRP; training of contractors on the training site and in the classroom (6 months). Step 2 Each contractor carries out rehabilitation work on 4 km-6 km test section with,fixed unit rates Equipment may be leased to contractors by the FLI on behal of the owner, MOLG and operated by contractors provided the contractors are likely to participate in future contracts. Equipment maintenance is the responsibility of the contractor who could undertake the required maintenance at local, well run workshops (of their choice, but preferably in Mbale and Tororo). Step 3 Contractors carry out work on one-year contract (1S km-20 fcm) with fixed unit rates. Contractor leases equipment procured by MOLG from the FLI under agreement with MOLG to administer interest payment on equipment. Equipment maintenance would be carried out by local workshop under contract with contractor. In addition, the contractor should provide pay-back on the equipment, also administered by the FL. The interest to be paid should either be the agreed rate for loans denominated in foreign exchange, or a reasonable commercial interest on a USh loan. (See also para. 3). Step 4 The contractors will bid on, and be awarded, a one-year contract With the leasing operations envisaged the total contract period will have to be ideally 3 or 4 years, subject to performance criteria allowing for early termination by MOLG. The other conditions as above. Step S The contractor could preferably opt to complete the pay-back on the equipment and become the owner of the equipment. Preferably at the beginning of this step, the risk of the equipment loan can be removed from the MOLG and taken over by the FLI who would then have to cover its risk by an increased charge to the contractor. If the contractor has established a good track-record over the previous years and the general interest level has been reduced to a reasonable level this would seem achievable. The Role of the Financing/Leasing Institution S. The role of the financing/leasing institution would be to ensure (a) efficient administration of interest and pay-back on equipment rented by contractors on a hire purchase basis; and (b) sound and efficient financial management of the contractor's accounts. Appexnx 2.3 Pag 13 of 18 6. List of Services: In order to ultimately fulfil this role, the FL! should provide the following semvces, some of which belong to later stages of the project (pam. 4): (a) equipment procured by MOLG to be inspected by the FLI to confilm nat al specifications and contractual conditions have been fulfilled; (b) screeaing ef contractors' credit worthiness by applying a set of evaluation criteia agreed with MOLC- or its representatives, e.g., the Project Management Team; (c) developmet of appropriate loan a s between the FLI and the contctos applying conditions of repaymet approved by and acceptable to MOLG-, (d) upon the siare of loan agremens, handing over of equipment to cotators together with signed condition inpecion certificate; (e) regular monitoring of the conditions and utilization of the equipment and the financi performance of the contractors as to their credit worthiess, taking appropriate legal action in case of najor delinquencies; M recovery of loan (payback) and interest payments in accordance with conact areement and crediting payments (on behalf of MOLG) to fte FLI-mana_d revolving fund which may be used for on4ending to future contactors; (s) exeting paymts for works exewted to contacs, based on payment rificates issued by the MOLO, applymg a sound banking system and mainuain records for each of the constuction f ins, showing relevant conta and lease emnent, gross and net payment assessmnents and balance of loan; () assising contactors with their accounting and financial managenot by providing unsellng and technical guidance; and (i) opening and maintaining a revolving fund account accring interest and providing regular statements for this account (see (1) above). 7. Suggested Expertise and Services: It is expet that dte financing/leasing institution will have on its staff the nonnal banking expertise of manager acuntn, clerks and othes with requisite truning and experience. However, in order for the insutn to undertake the role defined in paas. S and 6, it must have on its staff or have regular access to the services of: (a) a project analyst to evaluate the contro rs; credit worthiness, their needs for assistance, etc.; (b) a _me a engneer to inspect equipment on receipt from MOLG and ovesee equipment utilization and adequac of equipment maintenance; and (c) a civil engineer to liaise with contators on construction issues. The expertise in (b) and (c) could be provided by the Field Support TA teamn. 8. Reporting: The Fll should provide (a) regular and up-todte statmen on all financial matters, and (b) regular reporting on all other relevant matters. The following reporting schedule is prpoed: Appenlix 2.5 Page 14 of 18 regular and up-to-date statements of the TRP recovery account to be provided at least once a month; provision of quarterly loans and interest financial statements for each contracWr as well as a combined statement for all contractors; an inception report covering the management and services to be provided should be submitted 2 months from the beginning of the assignment; half-yearly reports on the performance of the contractors; a completion report at the end of each loan agreement and a summary report when all loans have been recuperated. 9. Responsibilities of MOLG: The MOLG through the Engineering Department will: - provide regular and continuous work to the contractors during the entire period of loan recovery; - purchase the required hand tools, light equipment including a set of essental spare parts and employ the FLI to manage the leasing and financing operations after assuring that the equipment is in order and according to requested specifications; - submit names of the contractors recommended by the MOLG for lease of equipment; - submit a detailed list describing the amount and type of equipment to be provided to each contractor; - ensure that all checks based on payment certificates are issued in the joint name of the contractor and the finance/leasing institution until fuUl loan recovery has been achieved. Selection of Finance/Leasing Institution 10. A number of investors, among whom is the Development Finance Company of Uganda, will establish a leasing company - The Uganda Leasing Company (ULC). The ULC appears the most likely to be functioning by project effectiveness. A Feasibility Study Report on the Leasing Company was completed in May and concluded that favorable conditions existed for leasing operations in Uganda. Pending the resolution of some outstanding issues regarding the enactment of legislation for leasing, the Road Traffic Act, etc., the formation of the leasing company will facilitate the arrangements suggested above. The major shareholders are expected to include (i) Development Finance Company of Uganda, (ii) Grindlays Bank (Uganda) - to be renamed 'Stanbic Bank of Uganda" (iii) International Finance Corporation, and (iv) Commonwealth Development Cooperation, and (v) Standard Bank of South Africa, and (vi) Nile Bank. An IFC mission in association with representatives of these institutions appraised the Company proposals in September 1993. The findings of the appraisal mission confirm that the ULC will participate in the leasing operations for small contractors once it is operational by the Fall of 1994. It is proposed that the ULC will grant eligible contractors full payout (otherwise known as finance) leases the durations of which should be the same as the period of contracts those contractors have from the MOLG. Operation 11. It is appropriate that the proposed Leasing Company designates a Project Appraisal Unit to deal with the MOLG on all issues of the labor-based conators. The Unit should be reporting Appendix 2.5 Page is of 18 to a joint FLI/MOLG Standing Committee. The committee should comprise the Chief Engineer of the MOLG, the Project Coordinator and Local Project Manager, The Director of the Leasing Company's Unit and its operational officer. 12. Some functions of the Unit: (i) All correspondence between the Leasing Company and the MOLG on the labor- based contractors should be with the Unit. (ii) List of beneficiary contractors will be submitted to the Unit which will arrange for their appraisal. (iii) Equipment from MOLO will be received by the Unit and issued to the contractors after appraisal and approval. (iv) All payment checks issued by the MOLG for joint payment will be presented to the Unit first. The Unit will then inform the contractor of the amount for loan repayments and the remaining balance which will be released to him. On conclusion of this negotiation the Unit will then instruct the Branch of the Financing/Leasing Institution where the contractor keeps his account to release the agreed amount. 13. The labor-based contractors should be encouraged to forn an association. Common issues likely to cause misunderstanding between the contractors and the Financing/Leasing Instiuon can be brought before the MOLG/Leasing Company Standing Committee for settlement. The contractors will be represented by the executive members of this association. The aim is that doomestic contractors should, at the end of the project, be able to own a major part of the required equipment and not continue to rent for ever. 14. All issues between the MOLO and the Leasing Company needing clarification will be settled at the Standing Committee level. Terms of Loans 15. The MOLG is responsible for assessing the amounts due to each contractor at every stage of the contract period. Checks for the completed works are issued by the MOLG in the joint name of the contractor and the FLI (the local bank) to ensure that no other bank has access to the check. When the check is cashed the FLI can gradually recover the loan by securing an agreed portion of the amount as a repayment of the loan. To ensure that this arrangement is followed, the FLI must establish procedures so that only the unit responsible for the contractors are authorized to handle the checks, avoiding that the entire amount of the checks are cashed and no repayments are made to the equipment loan. 16. Repayment Period: The repayment period should be in the range of 4-6 years depending on the amount of the equipment provided to the contractor. (See Annex A for equipment amorfization example) 17. Security: The Leasing Company may require a security from the contractor which should be agreed initially. It is, however, expected that the equipment provided under the project will serve as sufficient security. Appendix 2.5 Page 16 of 18 18. Interst Rata: The MOLO and the Leasing Company must agree upon an appropriate level of interest rates for the equipment loans. The rates take due account of the rumning expenses of the Leasing Company for the management and handling of the loans, existing interest rate level in the country, inflation, exchange rates between local currency and foreign currencies (US$). A certain amount of the generated interest should be channelled back to the MOLO revolving fund account to cover losses. 19. Restrictions on Usage: Equipment financed under the loan should be used solely for the purpose of the Project, and shall not be used for any other purpose except with the authorizaton of the MOLG in consultation with the Leasing Company. Only after a certain period of time or after the contor has completed a certain amount of works will he be released and be free to use the equipment on other assigmnents. This period should at least cover the project period. However, the MOLG must guarantee that it can prowde regular and continuous amount of work during the bonding perod. Appendix 2.5 Page 17 of 18 EQUIPMENT AMORTIZATION Introduction: I. In the estimates of the cost of rehabilitation it has been assumed that the contractor's equipment would be filly amortised over an average time span of 6 years. In the Annex, yearly amortisation has been estimated based on an interest rate of 12% p.a., all figures being in US$. The cost estimate was based on a contractor's administration/profit/risk at 30% of direct cost (including taxes and duties). Assuming that administrative costs are half of this, or 15% of direct costs, it is seen that on an average one-year contract of US$ 260,000(20 an rehabilitation at US$ 13,0001km) the contractor would have a yearly profit of US$ 30,000. In case the equipment is amortized over a 3.5 year period, corresponding to the effective project period, it is seen that the contractor would need to invest his entire profit in paying back on the equipment on the assumption that the contractor uses US$ 30,000/year on contract administration. In this way, after 3.5 years with about an additional 2.5 years life for the equipment the contractor would have reached the stage described in para. I of the main text. As an alternative, the contractor could stretch the pay- back period and, in parallel, deposit excess profit in an income eaming account in the FLI. 2. In July 1993, at project appraisal, the exchange rate had (since mid-1992) remained almost constant at US$ 1.00 = USh 1,200.00 while the interest rate had dropped from about 45% p.a. to 25% p.a. This interest rate is still high for lending in US$ and may not be attractive to contractors takdng loans in US$ at that rate. Interest on loans in hard currency would have to carry a more modest interest but would have to be subject to a considerable risk of devaluation. Assumptions: Cost of all equipment for one contractor including taxes and duties US$ 257,840 Average full rehabilitation contract including taxes and duties US$ 13,000/kmn For one-year 20 kan contract - taxes/duties US$ 40,000 - administration/profit/risks US$ 60,000 (of this admin. US$ 30,000) - base cost excluding taxes/ duties US$ 160,000 - interest US$ p.a. Appendix 2.5 Page 18 of 18 Alt. A. Amortisation over 6 years Year Amortization Interest Total Available as Profit 1 31,009 27,434 58,443 30,000 2 34,730 23,713 58,443 30,000 3 38,898 19,545 58,443 30,000 4 43,566 14,877 58,443 30,000 5 48,793 9,650 58,443 30,000 6 60,841 - 60,841 30,000 Alt. B. Amortisation over 3.5 years Year Amorzation Interest Total Availab as Profit 1 63,547 25,592 89,139 0 2 71,172 17,967 89,139 0 3 79,713 9,426 89,139 0 1/2 43,409 - 43,409 0 Appendix 2.6 Pap1af 3 UGANDA TRANSPORT RERABILfTATION PROJECT Training and Technical Assistance Cost Estimate for Proposed NDF Funding Detaits WIM Local Foreign Totcf DI Trainig Program D.l.l Elgon Training Colege Rehabilitation 90.000 60,000 Funishing of Clssrooms, Offices and Donnitories 13,000 10,000 Sub-total 103,000 70,000 173,000 D.1.2 In-County Traning Boardiig Costs (330 boarders, 700mmxUS$250) 175,000 Sub-total 175,000 175,000 D. .3 Linidag with Other Training Schools Kisii School 27,000 Other Schools S,000 Sub-total 0 32,000 32,000 D..4 Study Tows 15 participants x US$3,300 50,000 Sub-total 0 50.000 50.000 D.1.5 Fellowships 3 months x 4 pers. US$10,000 40.000 Sub-total 0 40,000 40,000 D.L.6 Trainng Mat ids Matrials 15,000 Video Film Production 5,000 Sub-total 0 20,000 20,000 D.L 7 Training Equipment and Vehice.t Supplementaiy Training Equipment and spares 208,875 Survey Equipment and Handtools 17,828 l Van 15,000 S Motor cycles 15,000 50 Bicycles 6,000 Spares 9,000 Sub-total 45,000 226,703 26Z 712 D.1.8 Running Costs Building 20,000 Vehicles 15,000 15,000 Equipment 90,000 90,000 Sub-total 125,000 105,000 230.000 Dl Sub-total 448,000 543,703 987,712 Appendix 2.6 Page 2 of 3 Details WIM Locol Foreign Tota D2 Field Support D.21 Technical Personnel Professional Fees Project Coordinator 40.0 552,000 552,000 Sr. Training Speciait 24.0 316,800 316,800 Constr./Maintenance Engr. 24.0 316,800 316,800 Civil Engineer/Trainer Local) 48.0 240,000 240,000 Civil Engineer/Constuction ocal) 48.0 240,000 240,000 Mechanical/logistics Eugr.(Local) 48.0 240,000 240,000 Sub-total 232 1,905.600 1,905,600 Other LT Personnel Costs: International Travel 69,300 Shipment of Personal Effects 18,000 Housing Allowance 140,000 In-Country Travel 100,000 Miscellaneous 8,000 Sub-total 100,000 235,300 335,300 D.22 Sht-Term Coiwds Professional Fees 8.0 108,000 Per Diems 8.0 36,000 Travel (1OxUSS3700) 0 181,000 181,000 D.2.3 CounterprtSupport Staff 3 Counterpam 48x150/150/250) 144 26,400 District Staff Perfonnance Bomis 10,000 I Accountnt (48mmx400) 48.0 19,200 Fin. AssL (48wmx350) 48.0 16,800 2 Secretaries (96wmx250) 96.0 24,000 2 Drivers (96wmx200) 96.0 19,200 4 Security Guards (192wmxloo) 192.0 19,200 Sub-total 134,800 0 134,800 D.214Sub-Contrating Local Services 46,500 ILO Services 15,000 Environmental and Aids Mitigation 80,000 Sub-total 126,500 15,000 61,500 D.2S Vehicles and Equipent 3 Vehicles (4-Wheelers) 72,000 4 PC's and acoessories 22,000 Consumables for PC's photocopiers, etc) 8,000 Sub-total 0 102,000 102,000 Appendix 2.6 Page 3 of 3 Details WiM Local Forei Towa D.2.6 Operatng Costs and Miscellaneous Project Workshops 20,000 Vehicles Opeating Costs 54,000 Reporting Cost 8,000 Intenmational Commnwication 5,000 Sub-total 74,000 13,000 87.000 D2. Sub-total 435,300 2,451,900 2,387,200 BASE TOTAL 883,0 2,995,603 3,878,903 Contingencies Physical @ 10%Xe 88,330 299,560 387,890 Price 136,028 461,323 597,351 TOTAL COST 1,107,658 3,75,486 4,864,144 UGANDA TRANSPORT REHABILITATION PROJECT Number of established posts in Public V. orks Department (Per District) Kapchorwa Mbale Pallisa Tororo Post EsL FL Vac. Est. FL Vac. Est Fi. Vac. Est FL Vac. SupavisorofWorks I 1* - I I - 1 1* 1 1 - Roads Seod Ass.SOWOWad/BDtBdges) I I 1 - 1 1 1 - I 1 FosemanlEngAss. 1 1 - 2 - 2 1 - I I - I Road lIspeao 3 - 3 3 3 - 4 4 4 4 Dw- -Qpn S S 5 5 5 ? Sub4df o(Roao S 2 3 11 8 3 II s 6 6 . 6 BuildiugSon Ass. SOW (Buildipp) I - I - - - I - 1 1 - 1 Foremt )(Buidiugs) I - 1 1 - 1 1 - 1 1 I - - _ ~ ~ ~~I - 1 1 . I 1 1 1 I Ass. Formuao, Msm Carpeutrs Plumbeau dcecnias 6 6 - 14 6 a 14 2 12 4 - 4 ftb4I (BuBdku) 9 6 3 16 6 10 17 2 is 7 2 5S : ss~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~'. Kapchorwa Mbale Pallisa Tororo Post EsL FL VaC 1St Vat Esk FL Vac. Est Fi. Vs Mechaical Sectio ChiefMechanic - - I . 1 1 . 1 . . Ass. Chef mecbaid I - 1 1 - I - I Forman Ggep Mechanics I I - 3 3 - I 1 4 - 4 Mob. Ards=s(welding, I I 6 6 - 7 - 7 6 - 6 pand bea& fitting) S oal0me,h) 3 2 1 11 9 2 19 - 10 10 - 10 Ad _ MlgherE.Officer I I - - - - - - EX Officer (Ac) I I 1 1 . 1 I Cleria Officer I I v 3 2 1 2 2 - - - - COPy TY1sSeCtay 2 2 - I I - 1 I - 1 1 strdm I I,,,,I,III Messergr,Watchmen, - - - 3 3 - 5 2 3 3 1 2 Gateper, caner Suh-Wa (AdifnJ 6 6 - 8 7 1 10 6 4 6 4 2 Grand Total 23 16 7 46 30 16 48 12 35 29 6 23 o t0 UGANDA TRANSPORT REHABILTATION PROJECT Summary Information on Domestic Contractors In the table below some abbreviations have been used and their meaning are as follows: Key staff: CE: Civil Engineer ME: Mechanical Engineer Arch: Architect Ec: Economist BA: Business Administration EE: Electrical Engineer Reconimended for: FR: Full rehabilitation SI: Spot Improvement MS: Minor spot improvements like culvert repairs MC: Maintenar-ce Contracts Area of Turn-over Bang Name operation Key!tgaff Eqipment E ice Ushs x 1090 UssxlOOO Recxmmendedf KampalalJinja Lopard Mainly 4 CE I traxcavator, I grader, roads, drainage 8,000 UCB can loan 20,000 FR, SI Constniion Kampala I EE I roller, I concrete sgracur water assets: 73,000 mixer, 2 cars (all old) supply Multiplex Kampala 3 CE I tipper, I pick-up adworks, 100,000 UCB FR, SI I roller, I hand bitumen bilding constr. assets: 200,000 sprayer (all old) Lasso Eng. & Kampala I CE 3 tippers, I grader grading 50,000 UCB City Hall not obvious Constr. Co. Ltd. I taxacavator building works Branch candidate I roller, I concrete trenching assets: 54,000 n~r Noel Enginoers Jinja 2 CE 2 pick-up hiring heay roads, water 50,000 UCB 400 ac of land FR, SI equipment building constr. assets: 300,000 Mbanajo Enteprises Kampaa I CE I Pick-up, I car 8,000 Barclay's Bank MC Toroo 1 Arch I Motor cyle assets: 11,500 I Concrete mixer o Areaof TrN-., Rankia Now opT*n Key t$ff a-m!u* Efpince ULhsx1O0O U sxtOOO Rec dedfor Kapeow Chemisto As _o Kapclwa I CE 2 nctos, Building 20,000 UCB Kap. & Coop SI and MC Disict I Pick-up constrcion Bank Mbae assets: 268,700 Sbedtertoch Kapeborwa 3CE I tct Builing IS,000 UCB Kapowa& SI and MC Constuctio & District constiod Sipi Bruaches assets: 250,000 Mbde OgCaantucr mbale, I B.A. None Building, waer 8,000 UCB Mbale ST for small Morl drainag strct assets: 50,000 stnutes Koddo bridWgecostr. buldig MC Buyla Building Easten I CE 4 cs4pick-p Builng, vwaer 10,000 Badclys, KLA SI Contractors Uganda & I Ach UCB, Mbale Karja }es: not stated Gisingo Coop Mbic I CE only hirng Builing cont., 106,000 95,000 SI Sociey District brds B wa Mbae 2CE None Buidings 30,000 Coop Bank & UCB MC G.C.S. LUd. Distict 2 Ec Mbale Robert Mangpli & Mbae I CE None Builings 120,000 UCB, Nbae MC Bo. Distic assets: 100,000 cS o AKre of Tarn-over -anking Nawe operati Key asa Equven Expefience Usiw x 1000 Usls x 1000 Re fcw Mbale autd. Mount Elgon Mbdleoo ? None Building ? ? SI, MC Building Contact roDisicts constuction Mbale Chmcoal Mbale I B.A None none so far 20,000 UCB, Mbule MC Briquue Disuic assets: 80,000 bidldings Magwauzu Elcra MbaleiToro I ME I Pidc-p Building 10,000 UCB, Mbale SI & Garal Agencies ro Disricts I CE CM struction asses: 41,200 (Cuvetng) MC rn' Area of Turn-over Banking Name operation Key staff Eqwiment E e Ushs x 1000 Ushs x 1000 Recommendedfor Tororo Toroo Akukuranut Tororo 2 CE I tipper trnport business 20,000 300,000 FR, SI Cotractors district I tractor building constr. ABC Cantractos Tororo and - I tipper food business 7,000 70,000 MC Soroti I tractor Districts Tena Assciates Eastern I CE I tipper Building 100,000 ? 400,000 SI, MC Uganda I Arch. 2 carspick-up construction I EE Benedictine Ft. Tororo I CE I tipper Building COnstr. 40,000 16,750,000 (?) FR, SI, MC District ? tractors road maintenance ? grader Rock Century Works Tororo 3 CE all looted Concrete works, ? 150,000 SI, MC Ltd. District water supply, road works Bukedi Civ. Eng. & Tororo 3 CE 2 tippers, 4 tractors Rural roads 350,000 UCB, Tororo FR, SI District 1 lorry, 2 cars, 3 Pick-ups construction, assets: 850,000 I grader, I loader, building houses I comp. all old equipment construction Hyke Works and Eastern I CE only hiring Building 15,000 UCB & Coop Bank, MC Stores Ltd. Uganda & construction Tororo Kampala assets: 89,500 Iganga Alfred Luba & 2 CE Igrader bridge, drainage 20,000? UCB MC Partners 2 tipper, I water trailer assets: 3,000,000? ? 9.,' Appendix 2.9 Page I of 4 UGANDA TRANSPORT RERABIUTATION PROJECT Project Districts Revenue, 1990/91- 1992/93 (Ush million) 1990/91 1991192 1992/93 Distitowce Acdud Ewg Atud Budget Actua Budget Tororo: GPT 163 269.3 223 333 402 Market Dues 13.2 28.9 20 45 48 Other - - - - - RFRFunds n/a - Other GOU contdb. 6.3 4.2 4.4 13.2 - 17.1 Total 190.8 317 263.6 420.6 - 513 Kapchorwa: uPT 40.8 203 80 92 - 102 Market Dues 5.3 12 8.4 12 - 13 Other - - - - - - RFRFunds - - - - - - Other GOU contrib. 10.6 12.5 12.5 12.5 - 12.4 Total 62 249 116 147 - 169.9 MaWe GPT 373 525 275 406 - 725 Market Dues 52 92 68 65 - 104 Other - - - - - - RFRFunds - - - - - - Other GOU contrib. 9.7 12 8.6 12 - 17.7 Total 445 691 386 504 - 1184 Palissa: OPT 132 166 128 220 - 313 Market Dues 8 10 8.8 27 - 27 Other - - -- - RJR Funds - - -- Other GOU contrib. - 6 17 21 16.5 Total 150 188 175 310 - 562 Appendix 2.9 Page 2,of 4 UGANDA TRANSPORT REHABILIThATION PROJECT Recurrent Budget Estimates for Rural Feeder Roads (Ush thousand) 1992 1993 1994 IA GOU LA MOLG LA MOLG Kapchorwa b/ 9,200 6,500 21,600 n/a 20,300 Mbale bt 131,200 bt 18,700 n/a 30,970a/ Palissa 1,079 17,500 22,140 28,500 n/a 29,000 Tororo 500 28,500 24,000 28,500 n/a 29,684a/ MOLG/ED 900,000 1,372,000 1,700,000 Souce: Local authoities, MOLG a/ Contrbution to decentaisod districts vi Not separated in District expenditures Appendix 2.9 Page 3 of 4 UGANDA TRANSPORT REHABILITATION PROJECT Ministby of LoAa Government Rural Feeder Roads Maintenance Funding, FY91-FY94 (Ush million) 1990/9] 1991/92 1992193 1993/94 Code Estiate Acdual Estiate Adual Estmae Adtual /Budget RECURRENTBUDGET EngineeringDept. 03 Employee Costs Allowances 1040 0.2 0.3 0.3 2.9 4.6 0.3 0.5 TravellitigTrran. 1060 6.8 9.8 17.2 9.9 53.0 35.5 53.3 Welfare 1100 0.6 0.0 0.5 0.0 1.0 0.6 1.0 Training 1110 15.8 12.8 30.0 0.6 7.5 7.6 Admnirfration Costs Office Expenses 2010 1.2 29.5 4.0 0.8 2.5 1.5 2.5 Promotion 2030 0.0 0.0 0.1 0.0 - 10.0 Suppiepserice Computer Serv. 3020 2.1 0.0 3.0 0.0 - 12.2 Materials 3030 2.2 0.0 3.1 45.6 99.0 " 99.4 RoadMaintnaince 3050 420.0 278.0 1298.0 1001.0 1650.0 687.0 2593.0 0 & M Vehicls 4020 180.0 13.9 508.0 179.3 661.5 435.0 684.9 Total 629.0 344.3 1864.3 1240.1 ?A79.1 1159.9 3464.3 DEVULOPMENTBUDGET Co-fiancedftojeds GTZ 64.0 48.0 186.0 186.0 200.0 133.4 dU UNDP 64.0 50.0 117.0 203.0 200.0 116.7 dU IFAD 36.0 25.0 176.0 88.0 844.0 491.4 700.0 BADEA 104.0 15.0 - ? 173.0 100.6 JICA I bi 136.0 260.0 900.0 750.0 1000.0 512.6 900.0 ERC I - - 250.0 ? 650.0 412.3 720.0 JICA II 163.0 - 400.0 333.0 200.0 77.8 900.0 IDA IV 30.0 62.0 104.0 97.0 c/ cl cl Sub-total 597.0 460.0 2133.0 1657.0 3267.0 1844.7 3220.0 GRAND TOTAL 1226.0 804.3 3997.3 2897.1 5746.1 3004.6 6084.3 a/ Includes only first eight months b/ Implemented by a consortium of retired engineers ci comnpleted dl not yet available eJ Includes Ush64S.5 million for decentralized districts Appendix 2.9 Page 4 of 4 UGANDA TRANSPORT REHABILITATION PROJECT Ministry of Finance and Economic Planning GOU Development Budget Estimates (1993194-1995/96) Projected Feeder Roads Counterpart Financing (Ush mllion) FY94 FY95 PY96 GTZ 311 406 335 Jica I 800 900 900 ERC II 740 720 720 Badea 565 1730 620 ADB 20 a/ a/ IFAD 800 800 800 Source: MFEP a/ Included in Recuffent Budget UGANDA TRANSPORT REHABITATION PROJECT Year-wise Breakdown of Feeder Road Maintenance Costs (Project Districts) lUS$ million) FF1995 FF1996 F1997 FY1998 TOTAL tm Local Foreign Total Local Foreign Total Local Foreign Total Local Foreign Total Local Foreigl Total toutine 0.07 0.01 0.08 0.10 0.01 0.11 0.15 0.02 0.17 0.20 0.02 0.22 0.52 0.06 0.58 kenodic 0.00 0.00 0.00 0.00 0.00 0.00 0.13 0.08 0.21 0.13 0.08 0.21 0.26 0.16 0.42 ub-Total 0.07 0.01 0.08 0.10 0.01 0.11 0.28 0.10 0.38 0.33 0.10 0.43 0.78 0.22 1.00 Doingendes (i) Physical 0.0 0.00 0.01 0.01 0.00 0.01 0.03 0.01 0.04 0.03 0.01 0.04 0.08 0.0.2 0.10 (ii) Price 0.01 0.00 0.01 0.02 0.00 0.02 0.04 0.02 0.06 0.05 0.02 0.07 0.12 0.03 0.15 rotal Cost 0.09 0.01 0.10 0.13 0.01 0.14 0.3S 0.13 0.48 0.41 0.13 0.54 0.98 0.27 1.26 Proposed Feeder Road Maintenance Fnancing Shares FY1995 FY1996 FY1997 FF1998 TOTAL orce Amount % of Total Amount %of Total Amont % of Total Amount % of Tot1 Amount % of Total DAs 0.045 45 0.065 46 0.095 20 0.125 23 0.33 26 W4OLGMED 0.045 45 0.065 46 0.14S 30 0.175 32 0.43 34 [DA 0.01 10 0.01 8 0.24 50 0.24 45 0.50 40 rotal 0.10 100 0.14 100 0.48 100 0.54 100 1.26 100 ::~ o - UGANDA TRANSPORT RERIABUITATION PROJECT SummarY of Feeder Roads Rehabilitation Programme AN Districts, by Year, kms per activity and costs in USS and Ushs (Cost in US dors) (Cost in UganAd Shs (=mo)) Name Of rea srct Ful Spot Cuo v Costkm Total Foreign Lcad Tot Foreigp Local km km km USS Cost Cost Cot cost Cost Cost Fist Year All 29 10 9 48 424,633 169,853 254,780 509.6 203.8 305.7 Second Year All 79 44 28 150 1,383,900 553,560 830,340 1,660.7 664.3 996.4 Third and Fouth Year ALl 252 119 111 482 4,338,450 1,735,380 2,603,070 S,06.1 2,082.5 3,123.7 Totd AU 359 172 148 679 6,146,983 2,458,793 3,688,190 7,376.4 2,950.6 4,425.8 By Districts and Years (Cost in US Wo (Cog in UgandA Sks (nuion)) Name of mad District Full Spot Culvert, Cost/ku Totd Foreign LAoca Total Forig Local km km km USS Cost Cost Cost Cost Cost Cost Firg and second yea Kapchorwa 12.5 16.9 7.7 37.1 409,067 163,627 245,440 491 196 295 Mbalde 50.5 10.9 9.3 70.7 747,783 299,113 448,670 897 359 538 Fp1isa 19.7 25.4 10.0 55.1 430,058 172,023 258,035 516 206 310 Tororo 24.5 0.0 10.0 34.5 255,600 102,240 153,360 307 123 184 Third and fourthyar lyapchorwa 44.6 22.0 27.0 93.6 999,933 399,973 599,960 1,200 480 720 Mbale 27.7 18.4 27.8 73.9 655,308 262,123 393,185 786 315 472 Pallisa 87.5 35.3 31.0 153.8 1,491,842 596,737 895,105 1,790 716 1,074 Tororo 92.4 43.0 25.0 160.4 1,191,367 476,547 714,820 1,430 572 858 Fcl Programme Tota 359.4 171.9 147.8 679.1 6,180,958 2,472,383 3,708,575 7,417 2,967 4,450 AUlyeaos KWachorwa 57.1 38.9 34.7 130.7 1,409,000 563,600 84S,400 1,691 676 1,014 Mtbae 78.2 29.3 37.1 144.6 1,403,092 561,237 841,855 1,684 673 1,010 Padlisa 107.2 60.7 41.0 208.9 1,921,900 766,760 1,153,140 2,306 923 1,384 Tororo 116.9 43.0 35.0 194.9 1,446.967 578,787 868,180 1,736 695 1,042 Total 359.4 171.9 147.8 679.1 6,180,958 2,472,383 3,708,575 7,417 2,967 4,450 _ [ - . - 2%r~~ UGANDA TRANSPORT REHABILITATION PROJECT Compostion and Cost of Rehabilitation Programme: First Year First Year: AR Districts (Cost in US doUrs) (Cost in Uganda Shs (millon)) Name of road Source Fun Spot Culverts Costlkm Total Foreign Local Total Foreign Local km km km USS Cost Cost Cost Cost Cost Cost Buweri-Bumomulu (M) Training 10.0 0.0 0.0 13,108 131,07S 52,430 78,645 157.29 62.92 94.37 Mbale-Bufumbo-Bubiango (M)Contractor 13.7 0.0 0.0 11.852 162,375 64,950 97,425 194.85 77.94 116.91 Busiu-Lukuna (M) Contractor 5.0 0.0 0.0 11,373 56,867 22,747 34,120 68.24 27.30 40.94 Kaderuna-Pctete-Butcbc (P) Contractor 0.0 9.5 0.0 5,865 55,717 22.287 33.430 66.86 26.74 40.12 Nabumali-Busano (M) DA and MOL 0.0 0.0 9.3 2,000 18,600 7,440 11,160 22.32 8.93 13.39 Total for First year 28.7 9.5 9.3 N/A 424,633 169,853 254,780 509.56 203.82 305.74 M = Mbale District. P = Palissa District Assumptions: Exchange rate: 1.200 UShs to I USS Full: Full rehabilitation Foreign cost: 40% of total cost Spot: Spot improvements Local cost: 60%/o of total cost Culvcrts: Installation of culverts and other drainage work 0O 0 UGANDA TRANSPORT REHABILITATION PROJECT Summary of Cost of Four Year Rehabilitation Programme: Second Year Second Year programme: AN Districts (Cost in US dollars) (Cost in Uganda Shs (million)) Name of rad Soure Fnll Spot Cuhverts Cos/km Tot Foreign Local Total Foreign Local km km km USS Co Cost Cost Cost Cost Cost Bugusege-Bufeza(m) Training 9.3 0.0 0.0 16,658 154,917 61,967 92,950 185.93 74.36 111.54 KapcKwa-Kapengmia- Conator 6.0 0.0 0.0 18,144 108,867 43,547 65,320 130.64 52.26 78.38 Kapkvdi (Pan) (K) Kapwirwok-Bugnmoto (K) Conutror 0.0 5.9 0.0 9,511 56,117 22,447 33,670 67.34 26.94 40.40 Cheannyi-Moyok (K) Cotactor 6.5 0.0 0.0 24,355 158,308 63,323 94,985 189.97 75.99 113.98 Kaseremn-Kapsinda (K) Contractor 0.0 11.0 0.0 5,000 55,0Oi) 22,000 33,000 66.00 26.40 39.60 Sinimityo-Amukoi (K) DAIMOLG 0.0 0.0 7.7 2,000 15,400 6,160 9,240 18.48 7.39 11.09 Bumbobi-Kachonga (M) Contnator 4.4 0.0 0.0 10,417 45,833 18,333 27,500 55.00 22.00 33.00 Bugobero-Molo (M) Conractor 0.0 10.9 0.0 6,415 69,925 27,970 41,955 83.91 33.56 50.35 Buiru-Salosao (M) Conuactor 8.1 0.0 0.0 11,061 89,592 35,837 53,755 107.51 43.00 64.51 Paflisa-Agule (P) Contrctor 13.7 0.0 0.0 11,622 159,225 63,690 95,535 191.07 76.43 114.64 Pallisa-Gogonyo (P) Contactor 0.0 15.9 0.0 7,519 119,550 47,820 71,730 143.46 57.38 86.08 Nakaloke-Kabwangasi (P) Contactor 6.0 0.0 0.0 12,594 75,567 30,227 45,340 90.68 36.27 54.41 Lsmirno-lunyNavuWngo (T) Contractor 14.0 0.0 0.0 10,946 153,250 61,300 91,950 183.90 73.56 110.34 Tomro-Kwapa-Namaingo (r) Contractor 10.5 0.0 0.0 7,843 82,3S0 32,940 49,410 98.82 39.53 59.29 Selected road sections (N/A) DA/MOLG 0.0 0.0 20.0 2,000 40,000 16,000 24,000 48.00 19.20 28.80 Total for Second Year 78.5 43.7 27.7 IS6,086 1,383,900 553,560 830,340 1,660.68 664.27 996.41 Total km rehabilitatd: 149.9 knms M = Mbale, K = Kapchorwa, P = Paissa, j= Tororo Assumptions: Exctange rate: 1,200 UShsto I US$ Full: Full rehabiNtaion Forgn cost: 40% of total cost Spot: Spot imoementws G Local cost: 60%P/ of tot cos Cu: Instlion of culvt an othr dring work UGANDA TRANSPORT REHABILITATION PROJECT Summary of Cost of Rehabilitation Programme: Third and Fourth Year Kapchorwa District (Cost in US dollars) (Cost in Uganda Shs (million)) Name of road Source Full Spot Culves Cost/km Totl Foreign Local Total Foreig Local km km km USS cost Cost Cost Cost Cost Cost AtA-Ngenge (pa) Contractor 0.0 12.0 0.0 5,500 66,000 26,400 39,600 79.20 31.68 46.52 Binuiny-Kisongi Contractor 4.0 0.0 0.0 15,200 60,800 24,320 36,480 72.96 29.18 43.78 ChekpkwaswaKwcnyly Contractor 0.0 4.0 0.0 10,000 40,000 16,0Q0 24,000 416.16 166.46 249.70 Bukwa-Kapnandi-Kwirwot Contuctor 20.4 0.0 0.0 17,000 346,800 138,720 208,080 416.16 166.46 249.70 Amanang-Chepkasuta Contrctor 7.0 0.0 0.0 20,000 140,000 56,000 84,000 168,00 67.20 100.80 Korteg-Cheema Contractor 0.0 6.0 0.0 9,000 54,000 21,600 32,400 64.80 25.92 38.88 Tulci-Mokoyon Cntractor 3.2 0.0 0.0 11,979 38,333 15,333 23,000 46.00 18.40 27.60 Chema-Ngangata (part) Contractor 10.0 0.0 0.0 20,000 200,000 80,000 120,000 240.00 96.00 144.00 SironNgangata (part) DAItMOLG 0.0 0.0 7.0 2,000 14,000 5,600 8,400 16.80 6.72 10.08 Seeed road sections DA/MOLG 0.0 0.0 20.0 2,000 40,000 16,000 24,000 43.00 19.20 28.80 Total in Capchorwa for 3rd and 4th year 44.6 22.0 27.0 NIA 999,933 399,973 599,960 1,199.9 480.0 720.0 Total km rehabilitated: 93.6 kms * The emaining panl (6 tum) was rehabilitated by 4th highway prject * The road is only a foot tiack beyond km 7 and was not survyed The population density is particularly fow (rocky and foret area). Assumptions: Exchange rate: 1,200 UShs to I USS Full: Ful rehabilitation Foreign cost: 40%o of to cot Spot Spot impvements Local cst: 60P/o of tot cost Culfvers: Insalation of cults and other dranage work o-4 UGANDA TRANSPORT RERABILITATION PROJECT Summary of Cost of Rebabilitation Programme: Third and Fourth Year Mbale District (Cost in VS dolar) (Cost in Uganda Shs (million)) Name of rd Sowre Fol Spot Colverts Con/lkm Tota Foreig Local Total Foreign Local km km km USS Cost Cost Cost Cost Co cost Buaga.Bulugan=a Training 12.7 0.0 0.0 19,512 247,808 99,123 148,685 297 118.95 178.42 Bukigai-Bukaasi Contractor 5.0 0.0 20,833 104,167 41,667 62,500 125.00 50.00 75.00 Sisiyi-Tuwi Cmntrator 0.0 .4 0.0 6,000 32,400 12,960 19,440 38.88 15.55 23.33 Busiu-Lakonge DA/MOLG 0.0 0.0 9.6 2,000 19,200 7,680 11,520 23.04 9.22 13.82 Sikhoye-Bugobeo DA/MOLG 0.0 0.0 8.2 2,000 16,400 6,560 9,840 19.68 7.87 11.81 Kufo-Magale Contr"cor 0.0 8.0 0.0 4,000 32,000 12,800 19,200 38.40 15.36 23.04 Nambola-Bunambale (part) Contruaor 5.0 0.0 0.0 18,000 90,000 36,000 54,000 108.00 43.20 64.80 Namba-Lwakchakha Contractor 5.0 0.0 0.0 12,667 63,333 25,333 38,000 76.00 30.40 45.60 Magale-Bumnbo Contrwor 0.0 5.0 0.0 6,000 30,000 12,000 18,000 36.00 14.40 21.60 Selected road sctions DA/A4OLG 0.0 0.0 10.0 2,000 20,000 8,000 12,000 24.00 9.60 14.40 Totad in Mbale for 3rd and 4th year 27.7 18.4 27.8 NA 655,308 262,123 393,185 786.4 314.5 471.8 Toa kmn rehabilitated: 73.9 km * Three bridges to contruct at km 2.8. km 3.3 ard km 4.1 Assumptions: Exchange rate: 1.200 UShs to I USS Full: Full rehablitation Foreign cost: 40% of total cost Spot: Spot impov nts LocaJ cost: 60%o of total cost Culveuts: Installation of culverts and ole drainage work U0~ Ph UGANDA TRANSPORT REHABILITATION PROJECT Summary of Cost of Rehabilitation Programme: Third and Fourth Year** PaDisa District (Cowit in Vds rs) (Cost in fganda Shs (mllion)) Name of road Source Full Spot Culverts Cost&km Total Foreign Local Total Foreig Local km km km USS Cost cost Cost Cost Cost Cost Aguie-Kiae 13.7 0.0 0.0 13,504 185,000 74,000 111,000 222.00 88.80 133.20 Kiiale-Kamuge 11.9 0.0 0.0 13,025 155,000 62,000 93,000 186.00 74.40 111.60 Gogpnyo-Agule 0.0 12.8 0.0 5,000 64,000 25,600 38,400 76.80 30.72 46.08 PaMisa4Kasodo 11.1 0.0 0.0 13,500 149,850 59,940 89,910 179.82 71.93 107.89 Budaka-Bulangira 13.3 0.0 0.0 13,972 185,833 74,333 111,500 223.00 89.20 133.80 Kabwangasi-Butebo 0.0 22.5 0.0 6,000 135,000 54,000 81,000 162.00 64.80 97.20 Butebo-Ladoro 10.2 0.0 0.0 11,994 122,342 48,937 73,403 146.81 58.72 88.09 Bulangira-Kibuku 12.0 0.0 0.0 16,054 192,650 77,060 115,590 231.18 92.47 138.71 Naboa-Nabiganda (pat) 5.3 0.0 0.0 18,899 100,167 40,067 60,100 120.20 48.08 72.12 Budaka-k-Lki 0.0 0.0 11.0 2,000 22,000 8,800 13,200 26.40 10.56 15.84 Lki-tki-Kakoro 10.0 0.0 0.0 13,000 130,000 52,000 78,000 156.00 62.40 93.60 Seled moad sectins 0.0 0.0 20.0 2,500 50,000 20,000 30,000 60.00 24.00 36.00 Tota In Pallisa for 3rd and 4th year 87.5 35.3 31.0 N/A 1,491,142 596737 895I10S 1,709.2 716.1 1,074.1 Tota km rhdabilitated: 153.8 km The programme for full rehabilitation may ecmeed the capacity of the contractor traind under the progmaame, Tis may only be resoled by either pmvide training to an additional contractor or rduce the scope of fui rehabilitation wok possibly compensated by an mcra n spot irovemen works Assumptions: Exchange tate: 1,200 UShs to I US$ FIll: Full rehablitaon Foreign cost: 40% of total cost Spot Spot improeme Loclcost: 60/ of total cos ClvutS: Insalon ofcveats and oter d age work C M _. UGANDA TRANSPORT REHABILITATION PROJECT Summary of Cost of Rehabilitation Programme: Third and Fourth Year"* Tororo District (Cost in US dollars) (Cost in Uganda Shs (million)) Name of oad Source Fuil Spot Cuherts Cost/km Total Foreign LIcal Total Foreign Local km km km USS Cost Cost Cost Cost Cost Cost Busolwe-Budwmba 8.4 0.0 0.0 9,524 80,000 32,000 48,000 96.00 38.40 57.60 Budmnba-Bubada 12.8 0.0 0.0 11,068 141,667 56,667 85,000 170.00 68.00 102.00 Bubada-Mulanda 14.2 0.0 0.0 10,563 150,000 60,000 90,000 180.00 72.00 108.00 Mulanda-Nagongera 9.2 0.0 0.0 12,500 115,000 46,000 69,000 138.00 55.20 82.80 Busolwe-Nagongera 14.0 0.0 0.0 9,500 133,000 53,200 79,800 159.60 63.84 95.76 Buta1ja-Busolue 8.5 0.0 0.0 9,500 80,750 32,300 48,450 96.90 38.76 58.14 Lolwa-Nyambogo 0.0 9.1 0.0 6.000 54,600 21,840 32,760 65.52 26.21 39.31 Mulanda-Rubongi 0.0 17.0 0.0 3,500 59,500 23,800 35,700 71.40 28.56 42.84 KuWapa-Apokori*Tuba 10.0 0.0 0.0 13,000 130,000 52,000 78,000 156.00 62.40 93.60 Tororo.Molekatipe-Malaba 15.3 0.0 0.0 9,000 137,700 55,080 82,620 165.24 66.10 99.14 Lumino-Masaba-Masafu 0.0 16.9 0.0 3.500 59,150 23,660 35,490 70.98 28.39 42.59 Selected Trad sections 0 0 25 2.000 50,000 20,000 30,000 60.00 24.00 36.00 Total in Torom for 3rd and 4th year 92.4 43.0 25.0 NJA 1,191,367 476,547 714,820 1,429.6 571.9 857.8 Total km rchabilitated: 160 4 * bThe programme for full rhabilitation may exceed the capacity of the actors tained under the programme: This may only be resolved by either provide training to an additional contractor or reduce the scope of full rehabilitation %vk possbly compensated by an increase in spot imprvement works. Assumptions: Exchange rate: 1,200 UShs to I USS Full: Full rehabilitation Foreign cost: 40%X of total cost Spot: Spot impron Locl cost: 60% of total cost Cuvets: Insallation of culverts and other drainage work o 0 UGANDA TRANSPORT REHABELUTATION PROJECr Cost Estimate for Four Year Routine Mata Pme (A Cost in US$) 1994 (1) 1995 (2) 1996 (3) 1997(4) Toed 1998 (5) Loal Fo Lw! Fo*p Lo! Fore4u Lca Forn Loca Fori, rol Locad FW*oreI caw costi CAo cost Cow Cost Cost Coi Coil Coo Co Co co Kap*orma 15,750 1,750 15.750 1,750 29,925 3,325 39,375 4,375 100,800 11,200 112000 48,825 S,425 Mbsle 18,900 2,100 31,500 3,500 44,100 4,9W0 53,550 S,950 148,050 16,450 164500 61,425 6,825 Pauisa 16,200 1,800 21,600 2,400 35,100 3,900 49,950 5,SS0 122,850 13,650 136500 59,400 6,600 Tomo 24,300 2,700 32,400 3.640 44,550 4,950 58,050 6,450 159,300 17,700 177000 67,S00 7,500 Total 754150 V3,3 101,250 2II50 153A75 17,075 200,25 2,5 31,000 59,000 590,000 237,150 26,350 Awstpfiowt Av aw-c oTnnD =WA = caPer 10L ICapdmuuwa 350 tS Mbl. 350UtS PlDis; 300WU Tonur 300 USS L ost: 90% F0r. ost 10% Appendix 2.13 Page l of 2 UGANDA TRANSPORT REHABILITATION PROJECT Rural Feeder Roads Component Local Forex Total % Foreign Item (cL taxes) (US$ nillion) Conponent A. Strengtheing MOLGIED: Transpot Planner TA 0 029 0.29 Studies (inventories, monitoring) 0.14 0.08 0.22 Office equipment 0.01 0.02 0.03 Vehicles 0 0.05 0.05 Sub4otal A 0.15 0.45 0.60 75 B. Feeder Road Rehabilitation Prwuemnt ofequipment 0.00 2.08 2.08 Proement of tools 0.07 0.12 0.20 Road rehabilitation works (c) 2.46 2.46 4.92 50 Sub4otal B 2.53 4.66 7.19 65 C. District Road Maintenance program: Routine maintenance 0.49 0.06 0.55 Paiodic maintenance 0.17 0.17 0.34 Running costs 0.07 0.18 0.25 salaries 0.07 0 0.07 Buildi consron/repars 0.02 0.02 0.04 Ofllce & Soils Testing Equipment 0 0.06 0.06 Road Equipment 0 0.08 0.08 Vehicles 0 0.12 0.12 Sub-total C 0.82 0.69 1.51 46 D. Training and Technical Assistance: DI. Training Prgram: Rehabilitation and furhing of Mt Elgon 0.10 0.07 0.17 Training School Vehicles, Equipment & Trng. Materials 0.17 0.35 0.52 StudytoursTellowships 0 0.12 0.12 In-county training (boarding costs) 0.18 0 0.18 Sub-total Dl 0.45 0.54 0.99 55 D2. Technical Assistance-Field Support: Sub-total D)2 0.44 2.45 2.89 85 Sub-total DI and D2 0.89 2.99 3.88 77 Base Total 4.39 8.79 13.18 67 Contingencies: (i) Physical @ 10% 0.44 0.88 1.32 (ii) Price @14% 0.68 1.35 2.03 rnd Total USS million 5.51 11.02 16.53 67 Appcndix 2.13 Page 2 of 2 The component costs are based on the following: (a) Strengthening MOLG/ED, Districts and Private Sector the cost estimate oftechnical assistance (18 man- months) is based on similar and ongoing services in Uganda; (b) Feeder Road Rehabilitation: based on detailed engineering studies of road condition, unit costs and quantities developed by engineering consultants considering cumnt prices of materials, labor and equipment; (c) District Feeder Roads Maintenance: the cost estimate is based on unit costs and quantities developed by consultants considering the current prices of materials, labor and equipment, and; (d) Training and Technical Assistance: the cost estimate for technical assistance (232 man-months) is based on similar and ongoing services in Uganda; and the training, and other equipment costs are based on unit costs and quantities developed by consultants considering curnent prices of materials, labor and equipment Appendix 2.14Pg 1°2 l~~~~~~~~~~~~~~~~~~Pg it ofl 1 > t § ] t i !~~~~~~~~~~~~~~~~~~ 1 I.l | g I . 4 1 .1s03s} . . ...1. ... Iblt.I *rI 1']' a lS I *i l *I1 . 1 * FarnwOrk for Monito g Project Obje and Outputs (2 of 2) KUY VR0JlWT CMO14SOUTPUTS~ DIDICATrORS TIMING Roadb Reubwabltw - bid d t d w of ConDats biddingdocomentsprepae - AprI 1995 (3 km fhal tabt i - contracwarded - May t99S (170 km spat inapsvnats (150 km 'vert work ) - reabIlTaon - km of toed rebIlitaed - costof rens to and nit coss) of work - end of reporting peid - mmberef pwplo mployed compared to her _metods of rehabiltta Roads nisintetmace - usp-to4ateeomllitodinventori,s - km or ad for which up-toda inentouic ii early mitaplns - gide s or ofmenanceplans Sepoember 1994 - detailed analatenance plans preare withresouce October 1994 , ouine auim acotn sb - 5 rduction of wob on &M account, S inrase of an conrac - km of foad on contrct nd on force acw - end of reporting peod - knmd S of nork cvaedpeiod - end of repotg peiod - cos1-eflbciVIeasoal and unitcost) of work unmnber ofpele employe - end of each year V per'dic a_intenne - % of W caie out on contr - co stdeffete and unit cost) of wort - number of Peo employed end of each year Tning s Ca t u - nced di capay - mner of district staff ted to anage rehabitati - end of ecih year andlor m Anane waork m- nmberof nanal saff tand in lbor-based methods as Tners - rspon lt ae ovaer by Nation saff frm Technicl-Asistaue sAff - TWrining mti elaborted - Novemr 1994 - Training Schood buldi rab1IItad - November 1994 - Trn at Trinng School - November1994 - enhanced otactrcpacity - number of mcu m e cotracto tdned in LDL * reprt date - number of medium u conatots ained in t - teportg dare - nmxwr of sall co4nto tmrAied in culvetiog work - repordng daue - mber of smalt contracns tined in mAintenance - repotting date woIks - Enhanced MOLG cpacity for planning ad - data ban estabished * negotiations date miwrg - guidies developed and iplementd on prges - negotiations date I ~~~~~~~~~~~~~~~~~~~~~~~~~~reporting - mtooo for dat anlysis - Mah 1994I_ - guidelines developed for priect budget request - March 1994 i - firm up natioa porie, ategies and program - mid-term review .......... .......... _ -- .. .. . - _~~~~~~~~~~~~~~~~~~~~~~~~~~~~~' ma Ow0 hA UGANDA TRANSPORT REHABILITATION PROJEC[ Orpizftioul Struture of MOW DEPUTY MINISTER PERMAUNENT SECRETARY l RURAL AND URBAN ADMINSTRATION & I FINANCE NER I COMMUNIT URBAN HEALTH S PRICE ENSTABL OISHMNTSE FINANCEEE ENIER OEPARIl URBAN ANE &| DEPARTMENT DEPARTMNT DEPARTMENT DEPARTM DEVELOPM A EMENT HEALTH & SERVICES ESTABLISHMENT I I DEPARTMENT_ POLICE AND LOCAL AUTH4ORITES | RESIS TNCE PRISONS INSPECTORATME PLNNN1 ICMITE PRMAR SCHOOL DEPARTMENT DEPARTMENT [ EPARTMENT COUNCILTES DET[ A _1DlhlAdmIitalion _~ I ; ~~~~~~~~~~~2. Urm Kxlml0 EKIASS29A 0A ,qII U'¢ UGANDA TRANSPORT REhABILITATION PROJECT Orgaizational Stnrotde of the Engineering Department, MOLG | BMSER 1 OEPUTYM ;WSTRE PERIMANENT SECRETARY |CHIEF ENGINEER| OrrRCT SUPPORT ENGINEER | UILDI;;T I ;RAVDK EEASRCES| RURAL PEEDER ROADS MAUNTENANCE AND REHAB ¢TATION P~~~~~~~~~~o"" r gmOkDn RoaKb PIM = ww C4ooR hdn SerA*XS MaIhwnceN RI bW Ua_ I IM" aEacW iOtbtidAmnerlo Distic Adwu*ftratlnj IDistic Adminitraton Ditit Ad mkmInsta Lo= illts H 11 1a1 11 1 o-E~~~~~~~~~~~~~~~~~~~~~~~~~~~~~0 UGANDA TRANSPORT REHABIUTATION PROJECT District Organiatiovil Chart ASOW ASOW ASOW Sii)iiigs ~~~~~~~~~~~Adn*iistration Roads Fasemnw Chief C**i Ch lmet c Exec. Offcer_ Flman Wood DanF/man Acwounts smWlshop Roads Ass?. Account ~~~~~~~~~~~~~~~Cw_As.Fltma Roads F(mnwnCf ASS. Q L S1 CleMacs Brdges lnsp. Weect Plums Ca". MacheNce Headinen Labourers EKNW55348 '_ tIXv _ | . . I~~~~~~~~~~~~~~~~~~ PROJECT IMPLEMENTATION SCIHEDUIL 1993 1994 199S 1"6 1997 1998 Activities ist Sem 2nd Se lIst Sem 2nd Sem Ist Sem 2nd rem Ist Sem 2nd Sem lit Sem 2nd Sem lst Sam 2ad Set TECH{NICAL ASSISTANCE Transport Planner/Economist m m t Project Coordinator M Construction/Maintenance Specialist Senior Training Specialist Civil Engineer/Construction (Local) Civil Engineer/Training (Local) Mechanlcal/Logistics Engineer (Local) ShoL s term Consultants a 1 ROAD REHABIUTATION PROGRAMME Rehabilitation of Etgon Training College Building [Intial Demonstration and Training iting Programme. rrial Contraets Contracts (after training) MAINTENANCE PROGRAMME Routine maintenance on existing roads R I Mr Routine Maintenance on rehabilitated roads | | Periodic Maintenance | * | MONITORING AND EVALUATION C)uarterly progress reports 3 Evaluation iiijjjjmLlisrnein Final Itepart || PRE-IMPLEMENTATION SCHIELDULEi 1993 1994 1995 Activities Jull A4 S i Nd D la| F4 t AA 3 W JutA N" 0 N jaF Aa J CRED T PROCESSING11 Appraisal mission . Board presetation Credit effective J TECHNICAL ASSISTANCE (NDF Component) WB submits Staff Appraisal Report to NDF m NDF Board Presentation Negotiations. Credit Effective NDF Consultant long list to GOU/MOLG MOLO submits short list and evaluation to NDF 3 NDF no obJection to GOU 0 Consultante proposals to GOU(3 Proposals evaluated and selection proposal to NDF/WB No objection received from NDFIWB Negotiation between selected consultant and NDF Contract signed with consultant Consultant starts work (Coordinator) Hiring of Local Staff Posting of remaining TA-team _ PROCUREMENT OF EQUIPMENT L Delivery of equipment under 4th HAray project |. IL Equipment financed under UTRP (i) technical specifications and bidding documents |E (ii) suppliers invited to submit bids (iii) bids received (iv) bid evaluation report submitted by MOLO to WB (v) WB no objection recived (vi) contracts signed (vii) equipment delivery r I . . ,0 1, | I I I-I-I- 0 t; Appendix 3.1 Pap 1 of 1 UGANDA TRANSPORT REHABILITATION PROJECT Railways Component Estimated Project Costs Local Foregn Total Institutional and Organizational Strengthening 0.13 1.44 1.57 Support to ferries: - 0.65 0.65 Training Marine Staff - 0.23 0.23 Oill Spill Containment Equipment - 0.13 0.13 Baseline Cost 0.13 2.45 2.58 Physical Contingencies 0.01 0.23 0.24 Price Contingencies 0.02 0.36 0.39 Total Cost 0.16 3.04 3.21 Appmdix 3.2 Pape I di UGANDA TRASPORT REIABlITATION PROJECT Projected Disbursement Profile for Railway Component Projected Disbunement USS ( mlon) Comp o. Co_oeat e Nsn 9 95/1 W4l K4 97/1 97n Tad 13. WagonFerriesMainL 0.16 0.63 - . . 0.79 14. SutnheningManagem 0.36 0.47 0.40 0.26 0.27 0.09 1.85 15. TWainingMarine Staff 0.05 0.10 0.10 0.04 - - 0.29 16. Oil Spi Cont Equipment 0.03 0.13 - - - - 0.16 Total 0.60 1.33 S.0 *.30 0.27 0.09 3.0 Appentix 3.3 Page 1 of 2 UGANDA TRANSPORT REEHABIUTATION PROJECT UGANDA RAILWAYS CORPORAIION List of Priority Investments 1. As seen from the financial analysis and projections, URC has to be very cautious in effecting capital investments in view of the depreciation burden and the tight financial outcomes in the near future. Based on this strict principle, and subject to each individual project being econonically and financially evaluated and justified, a list of investments which are likely to qualify has been prepared. These are aimed at achieving improvement in URC's competitive edge, in covering unavoidable arreras of maintenance, andlor based on safety considerations. 2. Ferry OverLauls: A cycle of major overhauls on the lake ferries will be due during the Project period, and IDA assistance has been planned under the Project. 3. Radar for ferries: This requirement is based on safety considerations. 4. Triangle at Port Bell & remodeling of Kampala Marshalling Yard: With the commissioning of Port Bell, there has been a change in the pattern of operations, with (a) a requirement of turning the wagons on arrival from the ferry owing to the uni-directionally oriented coupling arrangements, and (b) a shift in the shunting workload from Jinja to kampala, albeit with a projected reduction owing to the increasing number of block trains. The work is currently being managed with make-shift arrangements, with attendant repercussions on wagon utilization. This is proposed to be rectified by the provision of a triangle at Port Bell, and minimal remodelling at Kampala. S. Strengthening of the Nile Bridge: This bridge on the main line was inspected by Consultants in 1992, and based on their recommendations, repairs and stengthening measures are required on safety considerations. 6. Mechanical handling equipment: URC's marketing thrust will require provision of this equipment at the modal interfaces. The specific items will have to be justified on an individual basis, after the marketing policy is streamlined and finalized with the help of IDA- funded Technical Assistance. 7. ACIS - Phase U: Under the first Railway project, the basic ACIS (Advance Cargo Information System) wagon tracking module has been installed on URC. This needs to be followed up with the Phase II module to enhance the MIS capacity of URC, to improve its capability to compete effectively in the transport market. Appendix 3.3 Page 2 of 2 8. Road Motor Vehides: These are intended for maintenance support to improve efficiency in the engineering departnents. Replacements for currently operative vehicles and future replacement needs will have to be found from URCs own funds generated from depreciation provisions. 9. Lake Tanker. The traffic projections indicate that there is likely to be the need for additional ferry capacity in 1998, when one ferry will need to be dedicated to POL transport. The choice between a wagon ferry and a tanker vessel will have to be clearly analyzed and evaluated, takdng into account the initial cost, the operating and maintenance costs, the effects of the projected extension of the Kenyan oil pipeline to kisumu, the projected enhancement of bulk oil storage capacity at Mwanza as well as the split of the product between the entry ports of Mombasa and Dar es Salaam. An indicative provision has been shown under this item. 10. Tank Wagons: URCs potential to compete in the profitable jet fuel market remains unutilized for want of the specially lined tank wagons, and the interface arrangements needed for traner of the product from kampala to Entebbe by road. URC would be embarking on tis investment only after (i) confirmation and commitment from the oil companies, (B) simultaneous provision of the interface transfer arangements at Kampala is ensured and (iii) a detailed evaluation of the profitability and rate of return is carried out. Summary of Estimated Costs No. Item US$ nillion T7ming I. Ferry Overhauls 0.70 1995-96 2. Radar for ferries 0.10 1994 3. Triangle at Port Bell 0.50 1994-95 4. Kampala Marshalling Yard 0.30 1994-95 S. Strengthening of Nile Bridge 0.50 1995 6. Mechanical Handling Equipment 1.50 1995-96 7. ACTS - Phase II 0.30 1994 8. Road Motor Vehicles 0.50 1995-98 9. Lake Tanker 10.00 1998 10. Tank Wa.on (20) 1.50 1994 Total 15.90 3 3.4 page Iof 2 UGANDA TRANSPORT REHABILiTATION PROJECT UGANDA RAILWAYS CORPORATION Prindpal Performance Indicators Paticulars 1993 1995 1996 1997 1998 1999 Equipment Maintenance & Utilzation Locomotives: Availability (0%): main line 58 64 68 75 75 75 shunting 41 60 65 65 6S 65 Reliability (000 km per fialure, mainline locos): 40 45 S0 60 60 Utilization: Kms/day/loco in use on URC): 80 100 110 120 140 160 Maintenance Max% running overdue overhaul 1S IS I 1S 1S Wagons: Availability (%) overall: 83 85 8S 85 8S 85 flats: 90 90 90 90 90 tanks: 90 90 90 90 90 Utilization: Turnaround on URC: 7 6 6 5 S KR: 16 14 12 12 12 TRC: 12 12 11 11 11 Avg.load/loaded wagon (T): 33 33.5 33.5 34 34 34 Appendix 3.4 Pa I of 2 Parclar 1993 1995 1996 1997 1998 1999 Coaches: Availability (%/6) 63 65 65 65 65 65 Feries: Availability (%) 75 80 80 83 83 83 Trips/available feny/year 90 110 110 110 110 110 Track Maintenance: %ofmainhinethroughpackedinyr: 100 100 100 100 100 %ofmainlineballastscreened: 25 25 25 25 25 % ofmainline baLlast volume added: 6 6 6 6 6 sflwfflc Operions: Avg. detention to wagons (hrs) Kampala complex: 100 90 84 80 72 Tororo Yard: 24 18 15 12 12 Avg. transit time (days): Coffeeexports (DAR) 7 7 6 6 6 CoffeeexporzsNSA) 9 8 7 7 7 PO impotu (DAR) 5 5 5 5 5 POL imports (NBO) 8 7 7 7 7 Container imports (DAR) 5 5 5 5 5 Container imports (MSA) 8 7 7 7 7 Financal Performance: WorlingRatio: 84 83 82 77 77 70 OperatingRatio: 113 111 110 103 102 94 Debtors(>90 days) to total revenue (%): 40 25 25 25 25 25 Staff Produ cldly: No. of staff(31/12/yr): 4200 3000 2600 2600 2600 2600 '000 U.T./employee per year: 40 60 75 78 81 85 Appendix 3.5 Page 1 of 10 UGANDA RAILWAYS CORPORATION TERMS OF REFERENCE FOR FINANCIAL MANAGEMENT SPECIALIST Background 1. The Uganda Railways Corporation Statute of 1992 enjoins on the Uganda Railways Corporation (URC) to become a self-supporting, autonomous, commercially oriented parastatal entity. With this formalization of its legal status, URC has embarked on a major restructuring exercise, based on a Core Corporate Plan (CP) and a Financial Restructuring Plan (FRP). The Government of Uganda (GOU), as the sole shareholder in the Corporation, is clearly defining the contractual relationship between GOU and URC in the form of a Memorandum Of Understanding (MOU), which lays down the mutual obligations and rights of the two parties. 2. In the light of these developments, it has become essential to critically review the financial management function on URC and streamine and modernize it to meet the needs of the restructured URC. The finance department's function had hitherto been directed principally to maintaining the Corporation's accounts. With the restructuring in progress, the functions of the department have to be enlarged and sharpened to include financial analysis, realistic and accurate budgeting and cash flow management, close monitoring of collection of dues, debt management, cost and profit center-based accounting and review, and investment analysis and evaluation. For this purpose, URC intends to obtain external assistance and skills to assist in re-organizing the Finance Department, and part of the proceeds of the IDA Credit for the Uganda Transport Rehabilitation Project will be utilized to engage a Financial Management Specialist (FMS) for a twelve to twenty one months period. Objectives 3. The objectives of the assignment are the re-organization and streamlining of the Finance Department of URC in line with the restructuring of the Corporation into a commnercially oriented parastatal entity, and transfer of expertise to the Ugandan counterparts by on-the-job training to enable the latter to run the department effectively and efficiently. Reporting Relationships 4. The FMS will report directly to the Managing Director (MD) of URC. He will work in the Finance and Accounts Department in close liaison with the Financial Controller (FC) who will be his principal counterpart, the other counterparts being the Deputy Financial Controller and the Senior Finance Officers. All orders involving system changes, introduction of new procedures, and major financial statements will be signed jointly by the FC and FMS. Appendix 33 Page 2 of 10 Duties and Responsibilities 5. The FMS will be responsible for: 1) reviewing and revising the current allocation system for expenditure, with a view to making it cost and profit center based, with accountability allocated to the spending authority. .2) reviewing and revising the current income allocation system with a view enable analysis by service and section. .3) reviewing and streamlining the procedure for collection of dues to URC, and providing for an efficient monitoring system for the same. .4) organizing monthly cash flow forecasts, and establishing an effective cash flow management system. .5) working closely with the Marketing Department in formulating pricing policies and making pricing decisions. .6) improving the accuracy and timeliness of the budgeting, review and control processes, exercising close coordination with the operating departments. .7) assisting the FC and MD in the preparation of the revised scheme of delegation of financial authority. .8) assisting the FC and MD in organizing effective debt management measures. .9) assisting URC management in project and investment evaluation and financial analysis. .10) assisting the FC and MD in financial negotiations with customers, inter- acting transport operators, and GOU, as required. .11) ensuring that all donor assistance to llRC is properly documented and accounted for in URC's accounts. .12) preparing a Manual of Procedure for the Finance Department of URC, providing guidance to staff and managers of the Department. .13) assisting FC and MD in introducing computerized accounting and financial management on URC. Appendix 3.5 Page 3 of 10 .14) training of staff in the Finance and Accounts Department. 6. In all the tasks, the FMS will work in close cooperation with his I her counterparts and the principal objective of the contract will be the correct and timely transfer of expertise to the counterparts, who should be able to function independently, effectively and efficiently after the departure of the FMS. All important procedure orders, instructions and directives will be jointly signed by the EC and the EMS. Qualification and Experience 7. The FMS should be a Chartered Accountant, or have an equivalent qualification, and have about ten years experience in a senior financial management position in a large autonomous public or private sector corporation, holding responsibility for accounting, financial analysis and financial management. Experience in developing countries will be an added qualification. Proficiency and fluency in English is essential. The candidate must be computer literate. Term of Contract 8. The contract will be for a period of twelve continuous months, extendable by up to a further nine months, suitably split up into modules of three months each. During the breaks in between two snodules, the independent functioning of the URC counterparts will be evaluated, with the succeeding module designed to assist URC in eliminating weaknesses noticed in the independent functioning of the counterpans and in the systems introduced. Reports 9. The EMS will submit to URC, with a copy to IDA, an Inception Report and time- based workplan with targeted outputs, within a month of conmmencement of the assignment. The final Workplan will be agreed upon with URC within two months of commencement of the assignment. Thereafter, the FMS will submit brief monthly progress reports to MD, URC. At the end of each quarter, within two weeks of the close of the quarter, a detailed Quarterly Progress Report will be submitted to URC, with a copy to IDA, covering the progress and performance during the quarter under review, and the updated plan of action for the ensuing quarter. At the end of the first twelve month period, the EMS will submit a closing report, listing all work done and attach a plan for follow-up work to be undertaken independently by the URC counterparts during the break in the FMS's assignment. Similar reports will be submitted at the end of each of the follow-up modules. A final report will be submitted by the FMS at the end of the contract on similar lines. All these reports will be copied to IDA. Appendix 3.5 Page 4 of 10 UGANDA RAILWAYS CORPORATION TERMS OF REFERENCE FOR TRANSITION MANAGEMENT ADVISOR Background 1. The Uganda Railways Corporation (URC) has embarked on a major restructuring exercise, designed to transform it into a commercially oriented transport enterprise, competing in a liberalized transport market environment. The legal status of the autonomy of the Corporation has been fornalized by the promulgation of the Uganda Railways Corporation Statute of 1992, which enjoins on URC to function on commercially guided principles and be financially independent and viable. To achieve this end, URC has prepared a Core Corporate Plan (CP) and a Financial Restructuring Plan (FRP), which provide the framework for a Memorandum Of Undertanding (MOU) between the Government of Uganda (GOU) and URC. 2. Implementation of the MOU, FRP and CP call for major changes in the objectives, outlook and work culture at all levels in the URC organization. It calls for a concerted and planned effort to effect these far-reaching changes affecting all facets of management and systems in the Corporation. Transition management is a major and critical task of URC management. The transition has to be effected as rapidly and smoothly as possible, with little margin of error because of the highly competitive transport market environment in which URC is operating and wherein loss of market share can be irretrievable. URC proposes to utilize external assistance and skills in assisting top management in the transition management process; to this end, part of the proceeds of the IDA Credit for the Uganda Transport Rehabilitation Project will be applied to obtain the services of a Transition Management Advisor (TMA) for a period of up to eighteen months. Objectives 3. The objective of the assignment is to effectively assist in the transition - in terms of operations, organizational culture and corporate outlook - of URC to a commercial profit oriented and viable entity. It aims to provide experienced expert assistance to the MD in the management of change and in effecting a smooth and effective transition in organizational culture, which will a critical management responsibility during the restructuring process in the URC. Reporting Relationships 4. The TMA will be directly reporting to the Mianaging Director (MD), and will be co-opted into the Standing Committees of the Board of Directors of URC. He / she will advise the top management of URC on matters concerning transition management, and ensure a smooth, rapid and sustainable change, so as to attain the objectives of the CP. Appendix 3.5 Page 5 of 10 Functions and Responsibilities 5. The TMA will be responsible for: .1) assisting the MD and departmental heads in the preparation of the following time-based and targeted Supporting Action Plans (SAP) for the implementation of the CP: (TWs work should be completed within five months of commencement of the assignment). a) Business Plan, setting out the rationale of services offered, the priorities and targets b) Re-organization Plan, with profit and cost centers c) Operating Plan d) Asset Utilization Plan e) Asset Rationalization Plan, including scrap disposal program f) Asset Maintenance Plan, with estimates of financial inputs g) Man-power Rationalization and Development Plan h) Staff Compensation and Incentive Plan i) Management Information System Plan .2) assisting the MD in the effective implementation and monitoring of the above SAPs. .3) organizing Seminars and Workshops for URC staff, supervisors and managers to foster a commercial corporate orientation in the organization. These should cover all the managerial level and the majority of supervisory level personnel of URC. .4) reviewing and revising the schedule of delegation of authority, and providing for the matching of authority and accountability in URC. .5) ensuring inter-departmental coordination by introducing appropriate accountability. .6) assisting the M.D. in the effective achievement of the targets of physical and financial performance indicators. Appendix 3.5 Page 6 of 10 6. The TMA will liaise with the other external experts appointed by LTRC, and ensure the coordination of their functions. Qualification and Experience 7 URC is looking for a candidate with a University Degree in Economnics and/or Science or Engineering, with at least ten years experience in a senior general managerial position in a transport organization, preferably in the private sector, and close familiarity with railways. The candidate must have a proven track record in the successful management of institutional change. Experience in developing countries will be an added advantage. Fluency and proficiency in English is essential. Term of Contract 9. The contract is scheduled to run for a period of twelve months, extendable to eighteen months. After the initial continuous period of twelve months, the subsequent six months will be planned suitably in two periods of three months each, with breaks of three to six months in between them. Reports 10. The TMA will submit to URC, with a copy to IDA, an Inception Report and time- based workplan with targeted outputs, within one month of taking up the post. This wilM be discussed with the MD and the final plan agreed upon within two months of commencement of the assignment. Brief monthly reports will be submitted by the TMA to MD, URC. Detailed Quarterly Progress Reports will be submitted at the end of each quarter to the MD, with a copy to IDA, within two weeks of the close of each quarter. These reports will cover progress and performance during the quarter, and the updated plan of action for the ensuing quarter. At the end of the first period of the assignment, the TMA will submit a closing report detailing the progress, and provide URC with a workplan and monitoring plan to assist in follow-up after his departure. Sinilar reports will be submitted at the end of each follow-up module. At the end of the contract period, he / she will submit a similar report. All these reports will be copied to IDA. Appendix 3.5 Page 7 of-10 UGANDA RAILWAYS CORPORATION TERMS OF REFERENCE FlOR MARKETING AND RAIL OPERATIONS SPECIALJST Background 1. The Uganda Railways Corporation (URC) has embarked on a major restructuring exercise with the objective of transforming itself into a commercially oriented autonomous financially sdlf-supporting parasttal corporation. This is in line with the Uganda Railways Corporation Statute of 1992. URC's Core Corporate Plan and the Financial Restructuring Plan lay down the framework of its policy objectives ard action plans and URC will be negotiating and signing a Memorandum Of Understanding (MOU) with the Government of Uganda (GOU), which will define the mutual obligations and relationship between GOU and URC. 2. The liberalization of the transport market in Uganda calls for URC to compete with other modes of freight transport, and its commercial success depends critically on its ability to market its services competitively. URC is, therefore, setting up a spccialized marketing department in its organizational structure. This new function will be spearheaded by the Marketing Manager, assisted by a specialized team in the organization. URC needs external assistance and skills in setting up the Marketi,eg Department with a solid foundation for effective functioning and development; for this purpose, it intends to utilize part of the proceeds of a proposed IDA Credit (TJganda Transport Rehabilitation Project) to engage a full time Transport Marketing and Rail Operations Specialist (TMS) for a period of between 12 to 18 months. Objectives 3. The objectives of the assignment are to help URC to establish an efficient and effective Marketing Department, to improve the efficiency of rail operations, and the transfer of expertise to the Ugandan counterparts by on-the-job training to enable them to run the departnent independently, so that the commercial objectives of URC can be attained. Reporting Relationships 4. The TMS will report directly to the Managing Director (MD) of URC. Imually, he/she will be heading the Marketing Department, with URC's Marketing Manager (M as a counterpart, and in a probationary capacity. The Chief of Rail Operations of URC will be another counterpart to the TMS. On the confirmation of the MM in a substantive capacity, subject to evaluation of performance, the TMS will assume an advisory role; Appendix 3.s Page 8 of 10 he/she will still be accountable for the implementation of the marketing policy and establishment of procedures and systems. Functions and Responsibilities 5. The TMS will be responsible for: .1) assisting the MD in preparing job descriptions and selecting the personnel to staff the Marketing Department. .2) organizing a detailed marketing survey and arrangements for systematic and regular updating of the survey. .3) formulating a marketing strategy for URC, taking into account costs, competitive prices, and URC's strengths and weaknesses. .4) refining URC's traffic costing system and pricing policy with the view to enhance the competitiveness and profitability of URCs transport services. .5) assisting the MD in identififing areas for, and means of improving efficiency of URC's operations in any of its departments; special attention will be paid to rail operations in respect ofimprovement of asset utilization by running block trains, rapid turn-round of wagons at terminals, efficient yard operations and effective liaison with other departments of URC. .6) setting standards for quality of service to customers, including wagon trackdng and status reporting, and organization of monitoring of customer satisfaction by regular surveys. .7) setting up a Marketing Management Information System WS) on URC with appropriate periodicity and destination levels of reports, and guiding URC in the proper use of the MMJS. .8) preparing market forecasts and assisting in the formulation of URC's annual budget and its revisions. .9) advising the MD on marketing or;ented, financially justifiable and affordable investments. .10) organizing effective coordination with interfacing railway systems in order to get full advantage of URC's strengths and to mitigate its weaknesses in competition with other modes of transport. .11) assisting URC in formulating appropriate liability and loss / damage claims policies, and to monitor their effective implementation. Appendix 3.5 Page 9 of 10 .12) setting up an appropriate performance evaluation, monitoring, rewards and sanctions system in the Marketing Department. .13) preparing a Commercial and Marketing Manual, and ensuring that its contents are well understood and effectively implemented by all URC staff involved. .14) systematic and specialized development of the MM and staff of the Marketing Department and transfer of expertise, so as to enable them to function effectively and independently of external technical assistance, by the end of the term of the TMS contract. 6. The TMS will head the Marketing Department in the initial stage of the contract, and at an appropriate time to be decided by the AD and Board of URC in consultation with the TMS, with the confirmation of the MM in his post, assume an advisory role in the department, still reporting directly to the MD. Throughout the cerm of the assignment, all important procedure orders, and instructions regarding system or policy changes will be signed jointly by the TMS and his appropriate counterpart. 7. Thus, the principal role of the TMS will be to set up an effective and efficient Marketing Unit in URC, and to train and develop the MM and other senior marketing staff of URC to function equally efficiently on their own, after the term of the contract expires. Transfer of expertise will be a prime criterion on which the success of the assignment wVll be judged. Qualification and Experience S. Th- candidate for TMS must have a basic University degree in Transport Economics (or equivalent), with specialization in Marketing. He/she must have at least eight years experience in a senior managerial position and hold a proven track record in the marketing and sales function in a freight transport organization, preferably in the private sector, functioning in an inter-modal competitive enviromnent, with adequate familiarity with railway freight transport operations and proven ability to train and transfer expertise to counterparts. The candidate must be computer literate, and proficient in using traffic costing systems. Fluency and proficiency in English is an essential qualification. Working experience in developing countries will be an added qualification. Term of Contract 9. The contract will be for an initial period of twelve months, extendable after review at the end of the period by six more months. The additional period could be in continuation of the first period, or, with a break of upto a maximum of six months, during which time, the MM will function independently without an advisor. Appendix 3.5 P ge10 of 10 Reports 10. The TMS will subnut an Inception Report to URC, with a copy to IDA withn one month of commencement of the assignment in Uganda. This report will include a detailed work-plan wih taet outputs, and wil be discussed with URC mangement and the final Work-plan agreed upon within two months from commencement of the assignment. Thereafter, bajef monly progress reports will be submited to the MD. Quarterly Progres Reports sum the progress and performance, and updated plan of action for the next quarter wiUl be submitted wthn two weeks of the close of the quarer to URC, with a copy to IDA. At the end of the first period of the contract, the TMS will subnmt a closing report detiig al work undetaken, achievements and non- achievements, and a detailed program for follow-up work by the llRC after his deparure. A similar report will be submitted at the end of the contact. These reports will also be copied to IDA. UGANDA TRANSPORT REHABiLITATION PROJECT Uganda Railways Corporation: Organizational Chart BOARD MANAGING DIRECTOR cmm - Chief Marineanager ACIA - Assist Chti f itemal Auditor FC - Financl Cotrolr ACP&DM - Assis. Chief Panfng & Dev. Mana COE - Chief CM Engineer ACS&TE - AssisL Chief Sig. & Tecom Em er PPRO PSO OCM - Chie C _oni Erieer PPRO - Prini Ptidc Reltion Officr CME - Chief k4Schanlcad Engneer P80 - Pf`ncpal Secmit Officer CAM - Chief Ad _ntaUon Maner CCU - Chief Constuclion Unit IUWS634 A AppendIx 3.7 Page 1 of 1 ; Ag CA-- | _______ * ;j------__'__________ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ S~~~~~~~~~~~~~~~~I UI tt~~~ ~ ~ ...in itl<