KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
LONG ADVERTISEMENT (ADDENDUM NO. 1)
UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER 2021/2022
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 14th October, 2021.
Interested Bidders are requested to note the following;
- That the Authority received requests for clarification from various bidders as shown below.
S/No. |
SOUGHT CLARIFICATION |
RESPONSE |
1 |
In RWC 637 some Items in Bill 1 of the Bill of Quantities that do not have quantities for their respective items on page 300 and 301 of pdf tender document. i.e. Bill 1.07 to 1.14 and bill 1.19 |
The bill items have been revised to include quantities and the revised BOQ is attached |
2 |
In RWC 639 there are items in bill 14 and Bill 1 of PBRM Bill of Quantities that have filled rates for their respective items on page 303 and318 respectively of the pdf tender document |
The bill items have been revised to delete the filled rates and the revised BOQ is attached |
3 |
Is tender security accepted from and Insurance company? The format for Tender Bond is indicted “Not Applicable” whereas in the Tender Data Sheet, Tender Security is accepted both from the Bank and Insurance Company under clause 19.2 |
Tender security from an Insurance company is accepted as long as the Insurance company is reputable and authorized by PPRA |
4 |
Clarification of cash flow and working capital requirement |
The requirement has been amended as indicated in the table below. |
5 |
RWC 635 and RWC 636 tender documents. The BQS have a similar header i.e Upgrading to bitumen standards and Performance Based Routine maintenance of Ki.bugua-Itugururu Road. BILL 1. Preliminaries item 1.03 Description for Engineer's office as per shown on the drawings, no drawing is availed. |
The bill items have been revised to include quantities and the revised BOQ is attached |
- In order to enhance Equity and fairness a bidder can bid for more than 2 (two) Tenders but shall only be awarded one Tender under this advert. The following criteria shall apply.
- In case a tender attracts only one bidder/tenderer, the bidder shall be considered for award for that Tender upon meeting the bidding requirements, and this will limit the tenderer from being considered for any other tender.
- In case the bidder is the lowest evaluated in more than one Tender, the bidder shall be awarded the tender that has the lowest value.
- The Bill of Quantities for RWC 634, RWC 635, RWC 636, RWC 637, RWC 638, RWC 639 and
RWC 640 have been revised and are attached herein as Annex 1, Annex 2, Annex 3, Annex 4, Annex 5, Annex 6 & Annex 7
- The Qualification criteria Financial Standing and Specific Experience for RWC 634 to RWC 640 has been amended as;
S/No |
County |
Tender No. |
Road Name |
Financial Performance |
4.2 (a) {Specific Construction Experience} |
Current commitment |
|
3.1 (Cashflow) |
3.2 (Average Construction turnover) |
Amount of ongoing work should not exceed. |
|||||
1 |
Meru |
RWC 634 |
Kieni Kiandege - Mworoga |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 200 Million equivalent working capital |
Minimum average annual construction turnover of Kshs. 500 million calculated as total certified payments received for contracts in progress or completed, within the last Three (3) years |
Participation as contractor, management contractor or subcontractor, in at least Three (3) Contracts within the last 10 years of a value of at least Kshs. 500 million that have been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
10 Billion |
2 |
Embu |
RWC 635 |
Kairuri – Kiriari - Kithunguriri – Gaciigi / Kithunguriri – Thigingi / Gorofa – Irangi Roads |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its |
Minimum average annual construction turnover of Kshs. 400 million calculated as total certified payments received for contracts in progress or completed, within the last Three (3) years |
Participation as contractor, management contractor or subcontractor, in at least One (1) Contract within the last 10 years of a value of at least Kshs. 500 million that has been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other |
10 Billion |
S/No |
County |
Tender No. |
Road Name |
Financial Performance |
4.2 (a) {Specific Construction Experience} |
Current commitment |
|
3.1 (Cashflow) |
3.2 (Average Construction turnover) |
Amount of ongoing work should not exceed. |
|||||
prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 100 Million equivalent working capital |
characteristics as described |
||||||
3 |
Thara ka Nithi |
RWC 636 |
Kibugua- Mukuuni- Itugururu |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 100 Million equivalent working capital |
Minimum average annual construction turnover of Kshs. 400 million calculated as total certified payments received for contracts in progress or completed, within the last Three (3) years |
Participation as contractor, management contractor or subcontractor, in at least One (1) Contract within the last 10 years of a value of at least Kshs. 500 million that has been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
10 Billion |
4 |
Nyeri |
RWC 637 |
Kiinu – Kariko Ruruguti/ Ruruguti – Mathome – Wakaigi/ Mairoini – Mumbuini – Gathanji / Kagicha – Kiriaini / Konyu – Kairuthi / Mucharage – Chinga River – Giathaimu / Witima Junction – Gakindu / Giathenge – Thuti / Mugaa – Ndunyu / Chinga Dam – Kianwe / Kagumo College |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] |
Minimum average annual construction turnover of Kshs. 750 million calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years |
Participation as contractor, management contractor or subcontractor, in at least Three (3) Contracts within the last 10 years Each of a value of at least Kshs. 1 Billion that have been successfully and substantially completed and that |
10 Billion |
S/No |
County |
Tender No. |
Road Name |
Financial Performance |
4.2 (a) {Specific Construction Experience} |
Current commitment |
|
3.1 (Cashflow) |
3.2 (Average Construction turnover) |
Amount of ongoing work should not exceed. |
|||||
Loop & Thunguri - Gikurwe - Chiaraini Roads |
years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 750 Million equivalent working capital |
is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
|||||
5 |
Migori |
RWC 638 |
Ngege – Mapera – Rabuor and Kawa – Osingo - Nyaduong |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 300 Million equivalent working capital |
Minimum average annual construction turnover of Kshs. 750 million calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years |
Participation as contractor, management contractor or subcontractor, in at least Three (3) Contracts within the last 10 years each of a value of at least Kshs. 1.5 Billion that have been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
10 Billion |
6 |
West Pokot |
RWC 639 |
Sigor – Tamkal Road |
Submission of audited accounts or if not required |
Minimum average annual construction turnover of Kshs. 750 million calculated as |
Participation as contractor, management contractor or |
10 Billion |
S/No |
County |
Tender No. |
Road Name |
Financial Performance |
4.2 (a) {Specific Construction Experience} |
Current commitment |
|
3.1 (Cashflow) |
3.2 (Average Construction turnover) |
Amount of ongoing work should not exceed. |
|||||
by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. 500 Million equivalent working capital |
total certified payments received for contracts in progress or completed, within the last Five (5) years |
subcontractor, in at least one (1) Contracts within the last 10 years each of a value of at least Kshs. 750 Million that has been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
|||||
7 |
West Pokot |
RWC 640 |
Konyao – Kiwawa – Alale; Phase 1- Alale – Kiwawa Section |
Submission of audited accounts or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last Three [3] years to demonstrate: (a)the current soundness of the applicants’ financial position and its prospective long term profitability, and (b)capacity to have a cash flow amount of min. KShs. |
Minimum average annual construction turnover of Kshs. 750 million calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years |
Participation as contractor, management contractor or subcontractor, in at least Three (3) Contracts within the last 10 years each of a value of at least Kshs. 1 Billion that have been successfully and substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described |
20 Billion |
S/No |
County |
Tender No. |
Road Name |
Financial Performance |
4.2 (a) {Specific Construction Experience} |
Current commitment |
|
3.1 (Cashflow) |
3.2 (Average Construction turnover) |
Amount of ongoing work should not exceed. |
|||||
750 Million equivalent working capital |
- The closing/opening dates for the two tenders have been revised from 23rd November, 2021to 9th December 2021 at 11.00am. and that the other details are as indicated in the table below;
S/No |
County |
Tender No. |
Road Name |
Revise d Length (Km) |
NCA Category |
Preference and Reservations |
Closing / Opening Time |
Previous Closing /Opening Dates |
Revised Closing /Openin g Dates |
1 |
Meru |
RWC 634 |
Kieni Kiandege - Mworoga |
10 |
NCA 1 2 & 3 |
Citizen |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
2 |
Embu |
RWC 635 |
Kairuri – Kiriari - Kithunguriri – Gaciigi / Kithunguriri – Thigingi / Gorofa – Irangi Roads |
12 |
NCA 1, 2 & 3 |
Citizen |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
3 |
Tharak a Nithi |
RWC 636 |
Kibugua- Mukuuni- Itugururu |
12 |
NCA 1 & 2 |
Citizen |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
4 |
Nyeri |
RWC 637 |
Kiinu – Kariko Ruruguti/ Ruruguti – Mathome – Wakaigi/ Mairoini – Mumbuini – Gathanji / Kagicha – Kiriaini / Konyu – Kairuthi / Mucharage – Chinga River – Giathaimu / Witima Junction – Gakindu / Giathenge – Thuti / Mugaa – Ndunyu / Chinga Dam – Kianwe / Kagumo College Loop & Thunguri - Gikurwe - Chiaraini Roads |
53 |
NCA 1 |
Open |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
5 |
Migori |
RWC 638 |
Ngege – Mapera – Rabuor and Kawa – Osingo - Nyaduong |
22 |
NCA 1 |
Open |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
S/No |
County |
Tender No. |
Road Name |
Revise d Length (Km) |
NCA Category |
Preference and Reservations |
Closing / Opening Time |
Previous Closing /Opening Dates |
Revised Closing /Openin g Dates |
6 |
West Pokot |
RWC 639 |
Sigor – Tamkal Road |
24 |
NCA 1 |
Open |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
7 |
West Pokot |
RWC 640 |
Konyao – Kiwawa – Alale; Phase 1- Alale – Kiwawa Section |
40 |
NCA 1 |
Open |
11.00 am |
23rd November, 2021 |
9th December , 2021 |
- For RWC 637,638,639 and 640 bidders are required to demonstrate ownership or agreement or lease of the following equipment: Asphalt Concrete Plant, Crushing Plant, and Pulvimixer
- The Scope of Works in Section 101, 102 and 2702 of the Special Specifications for RWC 634, RWC 635and RWC 637 has been amended as indicated below.
1 RWC 634
- LOCATION OF PROJECT
The project road is located in Meru County and is approximately 10.0 km long with the existing alignment being red coffee soils in some areas, silty claya in others and rocky in others. The roads start at Kieni Kiandege and proceeds in a westerly direction to Mworoga . It comprises of a single section as outlined below:
S/NO. |
ROAD NAME |
LENGTH (KM) |
1 |
Kieni Kiandege - Mworoga |
10.0 |
TOTAL |
10.0 |
- EXTENT OF CONTRACT.
The major works to be executed under the Contract comprise mainly of but are not limited to the following:
- Provision of facilities to the supervising Engineers.
- Site clearance and top soil clearance
- Earthworks
- Construction of 150mm improved subgrade of minimum CBR of 14% as shown on the drawings or as instructed by the Engineer.
- Construction of the following:
- Scarifying the existing pavement, water, spread and mix with gravel and compact as improved Sub-base to a thickness of 150mm as directed by the Engineer and to achieve a CBR of 60%.
- Construction of cement improved gravel base of minimum CBR of 160% (CIG160) to a finished thickness of 150 mm or as instructed by the Engineer. Extend this to the shoulders.
- 35mm thick Asphalt Concrete type II as a wearing course extended to shoulders
- The carriageway shall be 6.0m wide with shoulders (0.5m wide).
- Construction of new standard pipe culverts, box culverts and the improvement of other drainage structures and soil protection works. 8. Relocation of services as necessary
- Installation of road furniture.
- Maintenance of passage of traffic through and around the works.
- Maintenance of works for 12 Months.
- Any other activity not listed above in either category but deemed to be necessary by the Engineer, shall be subject to the Engineer’s formal instructions and within the mode of payment stipulated either by day-works or on a measured basis.
2702DESCRIPTION OF PROJECT ROAD
The project road is located in Meru County and is approximately 10.0 km long with the existing alignment being red coffee soils in some areas, silty claya in others and rocky in others. The roads start at Kieni Kiandege and proceeds in a westerly direction to Mworoga . It comprises of a single section as outlined below:
S/NO. |
ROAD NAME |
LENGTH (KM) |
1 |
Kieni Kiandege - Mworoga |
10.0 |
TOTAL |
10.0 |
2 RWC 635
101 LOCATION OF PROJECT
The proposed road is located in Embu County and is approximately 12 Km long with the existing alignment being red coffee soils. The first section starts at Kairuri market and takes a northerly direction through Kiriari and Kithunguriri centres to terminate at Gaciigi. The second section starts at Kithuguriri and takes an easterly direction to terminate at Thigingi shopping centre. The third section of the road starts at Gorofa centre and takes a northerly direction to terminate at Irangi.
The existing road is to gravel standard and serves both residential homes and public facilities, among them being St. Annes Kiriari Girls Secondary School, Thigingi Girls Secondary School, Gaciigi Catholic Shrine and Kenya Forest Service, Irangi Station.
The area traversed by the road is predominantly agricultural with the main cash crops being tea and coffee farming with small scale farming of macadamia and avocado fruits. Subsistence farming and livestock rearing are also practiced in the area.
The area experiences two rainy seasons annually. Long rains occur between the months of March and May, while short rains occur between the months of October and November. For proper drainage along the road, 1 No. box culvert and several standard pipe culverts are required.
The road links are as tabulated below
S/No. |
Link Name |
Length (Km) |
1 |
Kairuri - Kiriari |
4.0 |
2 |
Kiriari - Kithunguriri - Gaciigi |
4.6 |
3 |
Kithunguriri – Thigingi |
2.0 |
4 |
Gorofa – Irangi |
1.4 |
|
Total |
12 |
102 EXTENT OF CONTRACT.
The major works to be executed under the Contract comprise mainly of but are not limited to the following:
- Provision of facilities to the supervising Engineers.
- Site clearance and topsoil stripping.
- Construction of 300mm in situ subgrade of minimum CBR as described in Clause 505 of the Special Specifications or as instructed by the Engineer.
- Construction of 150mm Cement improved gravel Sub-base of minimum CBR of 60% (CIG60) on carriageway extending to the shoulders.
- Construction of cement improved gravel Base of minimum CBR of 160% (CIG160) to a finished thickness of 150mm extending to the shoulders.
- Provision of Asphalt Concrete wearing course Type II to a finished thickness of 35mm extended to the shoulders.
- The carriageway shall be 6.0m wide with shoulders (0.5m wide on both sides) constructed with the material and thickness for sub-base and base as above.
- Construction of standard pipe culverts, 1 No. box culverts and the improvement of other drainage and soil erosion protection works.
- Relocation of services as necessary.
- Installation of road furniture.
- Maintenance of passage of traffic through and around the works.
- Maintenance of works during construction period and defects liability period. The defects liability period shall be 12 months.
- Any other activity not listed above in either category but deemed to be necessary by the Engineer, shall be subject to the Engineer’s formal instructions and within the mode of payment stipulated either by day-works or on a measured basis.
2702 DESCRIPTION OF PROJECT ROAD
The proposed road is located in Embu County and is approximately 12 Km long with the existing alignment being red coffee soils. The first section starts at Kairuri market and takes a northerly direction through Kiriari and Kithunguriri centres to terminate at Gaciigi. The second section starts at Kithuguriri and takes an easterly direction to terminate at Thigingi shopping centre. The third section of the road starts at Gorofa centre and takes a northerly direction to terminate at Irangi.
The existing road is to gravel standard and serves both residential homes and public facilities, among them being St. Annes Kiriari Girls Secondary School, Thigingi Girls Secondary School, Gaciigi Catholic Shrine and Kenya Forest Service, Irangi Station.
The area traversed by the road is predominantly agricultural with the main cash crops being tea and coffee farming with small scale farming of macadamia and avocado fruits. Subsistence farming and livestock rearing are also practiced in the area.
The area experiences two rainy seasons annually. Long rains occur between the months of March and May, while short rains occur between the months of October and November. For proper drainage along the road, 1 No. box culvert and several standard pipe culverts are required.
The road links are as tabulated below
S/No. |
Link Name |
Length (Km) |
1 |
Kairuri - Kiriari |
4.0 |
2 |
Kiriari - Kithunguriri - Gaciigi |
4.6 |
3 |
Kithunguriri - Thigingi |
2.0 |
4 |
Gorofa - Irangi |
1.4 |
|
Total |
12 |
3
4 RWC 637.
101 LOCATION OF PROJECT
The project road is located in Nyeri County, Othaya Constituency. The road comprises the following links: -
S/No. |
LINK NAME |
LENGTH (KM) |
1. |
Kiinu – Kariko - Ruruguti |
6 |
2. |
Ruruguti – Mathome – Wakaigi |
7 |
3. |
Mairoini – Mumbuini – Gathanji |
7 |
4. |
Kagicha – Kiriaini |
7 |
5. |
Konyu – Kairuthi |
2 |
6. |
Mucharage – Chinga River – Giathaimu |
6 |
7. |
Witima Junction – Gakindu |
3 |
8. |
Giathenge – Thuti |
3 |
9. |
Mugaa – Ndunyu |
3 |
10. |
Chinga Dam – Kianwe |
2 |
11 |
Kagumo College Loop Road |
2 |
12 |
Thunguri - Gikurwe - Chiaraini Road |
5 |
TOTAL |
53 |
The main economic activity is tea growing, livestock keeping and small-scale farming. The links traverse along the Aberdare Forest ridge therefor some sections are very steep and will require construction of a concrete pavement approximately 4Km on isolated sections.
3 EXTENT OF CONTRACT.
The major works to be executed under the Contract comprise mainly of but are not limited to the following:
- Provision of facilities to the supervising Engineers.
- Site clearance; stripping & grubbing.
- Construction of improved subgrade to a finished thickness of 150 mm extended to shoulders or as shall be instructed by the Engineer.
- Construction of 150 mm gravel sub-base of minimum CBR 30 % (G30) on carriageway and shoulders.
- Construction of 150mm Cement/Lime improved gravel base of minimum CBR of 160% (CIG 160) on carriageway and shoulders.
- Construction of 150mm Concrete slab on a section of approximately 4Km as shall be instructed by the Engineer.
- Application of MC 30 cut back bitumen as prime coat.
- Application of K1-60 emulsion as tack coat.
- Construction of Asphalt Concrete wearing course Type I to bumps
- Construction of Asphalt Concrete wearing course Type II to a finished thickness of 35 mm on carriageway and shoulders
- The carriageway shall be 6 m wide with shoulders of 5 m either side, constructed with the material and thickness for sub-base and base as above.
- Construction of standard pipe culverts, box culverts, bridges and the improvement of other drainage and soil erosion protection works.
- Relocation of services as necessary.
- Installation of road furniture.
- Maintenance of passage of traffic through and around the works.
- Maintenance of works for 36Months
- Implementation of the Environmental, HIV/AIDS, and COVID-19 mitigation measures and other cross cutting issues as directed by the Engineer.
- Any other activity not listed above in either category but deemed to be necessary by the Engineer, shall be subject to the Engineer’s formal instructions and within the mode of payment stipulated either by dayworks or on a measured basis.
2702 DESCRIPTION OF PROJECT ROAD
The project road is located in Nyeri County, Othaya Constituency. The road comprises the following links:-
S/No. |
LINK NAME |
LENGTH (KM) |
1. |
Kiinu – Kariko - Ruruguti |
6 |
2. |
Ruruguti – Mathome – Wakaigi |
7 |
3. |
Mairoini – Mumbuini – Gathanji |
7 |
4. |
Kagicha – Kiriaini |
7 |
5. |
Konyu – Kairuthi |
2 |
6. |
Mucharage – Chinga River – Giathaimu |
6 |
7. |
Witima Junction – Gakindu |
3 |
8. |
Giathenge – Thuti |
3 |
9. |
Mugaa – Ndunyu |
3 |
10. |
Chinga Dam – Kianwe |
2 |
11 |
Kagumo College Loop Road |
2 |
12 |
Thunguri - Gikurwe - Chiaraini Road |
5 |
TOTAL |
53 |
The main economic activity is tea growing, livestock keeping and small-scale farming. The links traverse along the Aberdare Forest ridge therefor some sections are very steep and will require construction of a concrete pavement approximately 4Km on isolated sections.
- Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
- In order to manage the spread of COVID-19, the Pre-Tender Site visit was MANDATORY and was held between 26th October to 4th November,2021. Bidders were required to visit the project sites for more insight on the project roads before bidding and have the Certificate of Bidder’s visit to site signed by the respective Regional Director.
- Under qualification Criteria for Non-performance, bidders shall be considered as nonperformers where in previous works they have been issued with notice to terminate, terminated contracts and execution of contracted works through an assignee either partially or in fully.
- Contact details for the Regional Directors are available on the Authority’s Website.
- All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page.
- Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Box located on Ground Floor, Barabara Plaza Block B, or be addressed and posted to the below address on or before the respective date and time given above.
- Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office located on the Ground Floor, Barabara Plaza, Block B.
- Opening of the bids will take place immediately thereafter (from the respective dates and time) at the Ground Floor Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.
- Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
- The Authority will strictly adhere to Government guidelines on management of COVID 19. Bidders who choose to attend the opening of bids are therefore required to only send one (1) representative. This will reduce on congestion and crowding of the opening venue.
The Director General,
Kenya Rural Roads Authority,
Barabara Plaza Block B, Mazao road, Off Airport South Road, JKIA,
- O. Box 48151 – 00100,
NAIROBI, KENYA
E/mail Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it.
Tel: +254 (20) 780600/01 - 05, Mobile: +254 711851103
Deputy Director -Supply Chain Management
FOR: DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY