0% found this document useful (0 votes)
113 views12 pages

Section-1 Replacement of Section - 1 (Page No. 1 To 10) of GCC - April 2016

This document is a notice inviting e-tenders for the construction of a Mini Campus under package 1 for the National Institute of Technology at Narela, Delhi. Some key details include: - Estimated cost of the project is Rs. 127.47 crores - Period of completion is 18 months - Defect liability period is 12 months - Earnest money deposit required is Rs. 1.27 crores - Cost of tender document is Rs. 1.12 lakhs - Pre-tender meeting will be held on August 19th, 2016 The notice provides information on minimum eligibility criteria for bidders such as relevant work experience, financial capacity, and other

Uploaded by

saket sagar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
113 views12 pages

Section-1 Replacement of Section - 1 (Page No. 1 To 10) of GCC - April 2016

This document is a notice inviting e-tenders for the construction of a Mini Campus under package 1 for the National Institute of Technology at Narela, Delhi. Some key details include: - Estimated cost of the project is Rs. 127.47 crores - Period of completion is 18 months - Defect liability period is 12 months - Earnest money deposit required is Rs. 1.27 crores - Cost of tender document is Rs. 1.12 lakhs - Pre-tender meeting will be held on August 19th, 2016 The notice provides information on minimum eligibility criteria for bidders such as relevant work experience, financial capacity, and other

Uploaded by

saket sagar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 12

Section-1

Replacement of Section -1(Page No. 1 to 10) of GCC –April 2016

NOTICE INVITING e- TENDER

Page 1 of 12
NBCC (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)
(Formerly known as National Buildings Construction Corporation Ltd.)
OFFICEOFTHEEXECUTIVEDIRECTOR (CPG)
NBCC Bhawan,2nd Floor, Lodhi Road,NewDelhi-110003.
Email ID : cpg.nbcc@gmail.com

Date:05.08.2016
NOTICE INVITING e-TENDER (NIT)

1.0 NBCC invites online single percentage rate open e-tenders from experienced and
eligible Contractors for “Construction of Mini Campus under package –I for NIT at
Narela, Delhi on behalf of National Institute of Technology, Delhi (NITD) (an
Autonomous Institute under Ministry of HRD, Govt. of India ) at NIT, Delhi campus
near Bakauli Bus stop, Narela, Delhi as per schedule as under:

Tendering Document No. NBCC/CPG/NIT/NARELA/2016/35 dated


05.08.2016
Name of the Work Construction of Mini Campus under package –I
for NIT at Narela, Delhi on behalf of National
Institute of Technology, Delhi (NITD)
Brief Scope of Work Civil works, MEP, STP, Horticulture and other allied
services works.

Estimated Cost Rs 12747.00 lacs


Period of Completion 18 Months
Defects Liability Period 12 Months
Earnest Money Deposit Rs 1,27,46,842.00 (Rs. One Crore Twenty Seven
lakhs Forty six Thousand Eight hundred Forty Two
only)
Bank Details of NBCC (India) Ltd. are provided
herewith for the purpose of preparation of Bank
Guarantee only:
Name of Beneficiary: NBCC (India) Ltd.
Bank: Union Bank of India, Lodhi Colony, New Delhi
(3524)
Current A/C No. : 352401010035007
IFSC Code: UBIN0535249.
Non-refundable cost of Rs. 1,12,500.00 ( Rs One Lac Twelve Thousand
Tender document and Five Hundred only.) including VAT @ 12.5%*in
the shape of DD/PO in favour of NBCC (India) Ltd.
payable at New Delhi. Micro & Small Enterprises
(MSEs) registered with National Small Industries
Corporation (NSIC) and having single point
registration are exempted.
Non-refundable cost of e- Rs. 5750 (Five Thousand seven hundred and fifty
Tender processing fee only) through e-payment only.

Last date & time of Up to 05.09.2016 by 11.00AM (IST)


submission of Online
Tender
Page 2 of 12
Period during which hard Before and Up to 11.00 AM on 05.09.2016 in the
copy in original of EMD, Office of the Executive Director (CPG Division),
Cost of Tender Document, 2nd Floor, NBCC Ltd., NBCC Bhawan, Lodhi
e-tender processing fee,
Road, New Delhi-110003
Letter of Acceptance of
tender conditions
unconditional, enlistment
order of the contractor and
other document as per NIT
shall be submitted.
Date & Time of Opening of 05.09.2016 at 11.30 AM
technical Tender

Date & Time of Opening of To be Intimated Later


Financial Tender

Validity of offer 150 days from the date of opening of price tender.

Pre-Tender Meeting & 19.08.2016 at 11.00 AM in the Office of GM (CPG)


Venue NBCC Head Office, 2nd floor, NBCC Bhavan ,Lodhi
Road, New Delhi.

The tender document can be downloaded from website


www.tenderwizard.com/NBCC and www.eprocure.gov.in“Corrigendum, if any, would
appear only on the NBCC web site and not to be published in any News Paper”.

2.0 Minimum Eligibility Criteria:


The interested bidders should meet the following minimum qualifying criteria:

A. Work Experience:

i) Experience of having successfully completed similar works during the last


7 years ending last day of the month previous to the one in which
Tenders are invited:

a. Three similar works each costing not less than 40% of the estimated cost put to
tender
OR.
b. Two similar works each costing not less than 50% of the estimated cost put to
tender
OR
c. One similar work costing not less than 80% of the estimated cost.

“Similar works for Building Works” shall mean “Residential /Non-Residential


Buildings of any no. of storeys”.

Additional Qualifying Criteria:

(1.) For Residential & Non-Residential building work, the bidder should have
completed at least one Similar work of 40% of estimated cost put to tender
fulfilling the following additional height criteria:

a.) Residential / Non-Residential Buildings with Minimum 15 metre height


or 5 Storey Buildings.

Page 3 of 12
ii)The past experience in similar nature of work should be supported by Completion
Certificate(s) duly substantiated with copies of Letter of Award and copies of
Corresponding TDS Certificates (Form 16A). Value of work will be considered equivalent
to the amount of TDS Certificates (Form 16A) or value mentioned in Completion
Certificate, whichever is lower. LOA/Agreement, Completion Certificate, TDS Certificates
must have been issued by the same client.

iii) The value of executed works shall be brought to the current level by enhancing the
actual value of work done at a simple rate of 7% per annum, calculated from the date of
completion to last day of the month previous to the one in which applications are
invited.

iv) Joint-venture or Consortia of firms / companies shall not be allowed and the bidders
should meet the above criteria themselves.

v) Certificates of Subsidiary/Group Companies/ Parental Company/ Own Works:


The companies/firms, who intend to get qualified on the basis of experience of the
subsidiary/Group Companies/parental company/own works, shall not be considered and
vice versa. In case of a Company/firm, formed after merger and/ or acquisition of other
companies/firms, past experience and other antecedents of the merged/ acquired
companies/firms will be considered for qualification of such Company/firm provided such
Company/firm continues to own the requisite assets and resources of the merged/
acquired companies/firms relevant to the claimed experience.

B. Financial Strength:

i) The Average annual financial turnover for last 3 years ending FY 2014-15/15-16 shall be
at least 30% of the estimated cost put to tender. The requisite Turn Over shall be duly
certified by a Chartered Accountant with his Seal/ signatures and registration number.

ii) Net Worth of the company /firm as on 31st March 2015/2016, should be minimum 15% of
the Estimated Cost of work put to tender.

iii) Bank Solvency Certificate issued from Nationalised or any Schedule Bank should be at
least 40% of Estimated Cost of the Project put to tender. The certificate should have been
issued in the current financial year i.e. 2016-17, but within 6 months from original last date of
the submission of the tender.

iv) The Bidder should not have incurred any loss in more than two years during the last five
years ending 31stMarch 2015/2016.

v) The bidder must fulfil the Working Bid Capacity Criteria mentioned in the NIT.

The bidders are required to upload and submit summarised page of Balance Sheet of last
Financial Year (Audited) as on 31.03.2015/2016and also summarised page of Profit &
Loss Account (Audited) for last five years ending on 31.03.2015/2016.

3.0 The intending tenderer must read the terms and conditions of NBCC carefully. He
should only submit his tender if he considers himself eligible and he is in
possession of all the documents required. Information and Instructions for
Tenderers posted on Website(s) shall form part of Tender Document.

4.0 Those intending tenderers/contractors not registered on the website i.e.


www.tenderwizard.com/NBCC mentioned above with M/s ITI/ are required to
get registered beforehand. If needed they can be imparted training on online

Page 4 of 12
tendering process as per details available on the website i.e.
www.tenderwizard.com/NBCC.The intending tenderer must have class-III digital
signature to submit the tender.

5.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted after
uploading the mandatory scanned documents such as a) Demand Draft / Pay
order or Banker`s Cheque towards cost of tender document, b) proof of deposit of
e-Tender Processing Fee, c) Demand Draft/Pay Order or Banker’s Cheque / Bank
Guarantee of any Nationalized or all Commercial Scheduled Bank against EMD &
All other documents shall be as per Notice Inviting e-tender.

6.0 Set of Contract/Tender Documents:

The following documents will constitute set of tender documents:

a) Notice Inviting e-Tender

b) Quoting Sheet for Tenderer

c) (i.) Instructions to Tenderers & General Conditions of Contractforming part of


this tender (Vol-I/April 2016) (ii.) Amendment No. 01 (iii.) Amendment No. 02)

d) Special Conditions of Contract (SCC)

e) Technical Specifications (Vol-II)

f) Bill of Quantities (Vol-III)

g) List of approved makes of materials

h) Tender Drawings (Page 1 to 11)

i) Memorandum Annexure-I

j) Acceptance of Tender Conditions (Annexure-II)

k) Integrity pact (Annexure-III)(To be signed and stamped by the contractors and


scanned copy to be uploaded with the bid)

l) Addendum/Corrigendum, if any- Duly signed by authorized person

m) Pre-bid clarifications, if any

7.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards given in the tender documents and not to stipulate any
deviations.

The bidders are advised to submit complete details with their bids as Technical Bid
Evaluation will be done on the basis of documents uploaded on website by the
bidders with the bids. The information should be submitted in the prescribed
proforma. Bids with Incomplete /Ambiguous information will be rejected.

The Bank Guarantee for EMD submitted by the bidders shall be strictly in the
format prescribed in GCC APRIL 2016. In case, EMD is not found verbatim in the
prescribed format, the bid will be liable for rejection.

Page 5 of 12
8.0 The bidders are advised in their own interest to submit their bid documents well in
advance from last date/time of submission of bids so as to avoid problems which
the bidders may face in submission at last moment /during rush hours.

However, after submission of the tender the tenderer can re-submit revised tender
any number of times but before last time and date of submission of tender as
notified.
9.0 When it is desired by NBCC to submit revised financial tender then it shall be
mandatory to submit revised financial tender. If not submitted then the tender
submitted earlier shall become invalid.

10.0 On opening date, the tenderer can login and see the tender opening process.

11.0 Contractor can upload documents in the form of JPG format and PDF format.

12.0 Contractor to upload scanned copies of all the documents including valid service
tax registration/EPF registration/VAT registration/Sales Tax registration, PAN No.
as stipulated in the tender document.

13.0 If the contractor is found ineligible after opening of tenders, his tender shall
become invalid and cost of tender document and processing fee shall not be
refunded.

14.0 If any discrepancy is noticed between the documents as uploaded at the time of
submission of tender and hard copies as submitted physically by the contractor the
tender shall become invalid and cost of tender document and processing fee shall
not be refunded.

15.0 Notwithstanding anything stated above, NBCC reserves the right to assess the
capabilities and capacity of the tenderer to perform the contract, in the overall
interest of NBCC. In case, tenderer’s capabilities and capacities are not found
satisfactory, NBCC reserves the right to reject the tender.

16.0 Certificate of Financial Turn Over: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Financial
Turnover of last 3 years ending as on 31.03.2015/2016 or for the period as
specified in the tender document. There is no need to upload entire voluminous
balance sheet. However, summarised page of balance sheet (Audited) and
summarised page of Profit &Loss Account (Audited) for last 05 years may be
uploaded and submitted in hard copy also along with Form-C.

17.0 In case of Percentage Rate Tender, Contractor must ensure to quote single
percentage rate. The column meant for quoting rate in figures appears in pink
colour and the moment rate is entered, it turns sky blue. The Rate shall be Quoted
upto 2 Decimals.
In case of Item Rate Tender, price shall be entered against each item in the Bill of
Quantities / Schedule of Quantities. The cost of item against which the contractor
has failed to enter a rate or price shall be deemed to be covered byrates and
prices of other items in Bill of Quantities / Schedule of Quantities andno payment
shall be made for the quantities executed for items against which rate has not
been quoted by the contractor. The column meant for quoting rate in figures
appears in pink colour and the moment rate is entered, it turns sky blue. The Rate
shall be Quoted upto 2 Decimals.
In addition to this, while selecting any of the cells a warning appears that if any cell
is left blank the same shall be treated as “0”. Therefore, if any cell isleft blank and
no rate is quoted by the tenderer, rate of such item shall be treated as “0” (ZERO).

Page 6 of 12
18.0 The tenderer(s) if required, may submit queries, if any, through E-mail and in
writing to the tender inviting authority to seek clarifications within 15 days from the
date of uploading of Tender on website. NBCC will reply only those queries which
are essentially required for submission of bids. NBCC will not reply the queries
which are not considered fit like replies of which can be implied /found in the NIT/
Tender Documents or which are not relevant or in contravention to NIT/Tender
Documents, queries received after 15 days from the date of uploading of Tender
on website, request for extension of time for opening of technical bids, etc.
Technical Bids are to be opened on the scheduled dates. Requests for Extension
of opening of Technical Bids will not be entertained.

For all schedule BOQ items the nomenclature/rates/unit of applicable DSR items
shall be followed. In case of any ambiguity is observed in scheduled BOQ items
relevant DSR item, unit and rate will hold good.

19.0 Integrity Pact (For all contracts valuing Rs.5.00 Crores and above)

19.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender without
signed integrity Pact shall be liable for rejection.

The bidders are requested to download the Integrity Pact as uploaded in the
tender documents duly signed by NBCC and upload the same after duly
signed & stamped by the contractor on e-tendering website.

19.2 Independent External Monitors


(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.

(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC, in
terms of Integrity Pact (IP)-Section 6, which forms part of the tenders/Contracts.
The name of the Independent External Monitor (s) are posted on the NBCC’s
website i.e. www.nbccindia.com
(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors (IEMs)
shall review independently, the cases referred to them to assess whether and to
what extent the parties concerned comply with the obligations under the Integrity
Pact entered into between NBCC and Contractor.

(iv)The Independent External Monitors(IEMs)hastheright to access without


restriction to all Project documentations of the Employer including that provided by
the Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his
Project Documentations. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the Bidder /
Contractor / Sub-Contractors etc. with confidentiality.

20.0 List of Documents to be scanned and uploaded within the period of tender
submission:

a) Demand Draft/Pay Order or Banker’s Cheque/ Bank Guarantee of any


Nationalized or all Commercial Scheduled Bank against EMD.

b) Demand Draft/Pay Order or Banker’s Cheque of any Scheduled Bank towards


cost of Tender Document.

c) Memorandum Annexure-I.
Page 7 of 12
d) Unconditional Letter of Acceptance of Tender Conditions (in original)
(Annexure-II) (On Letter Head of the Applicant/ Bidder).

e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above).

f) Details of Work Experience Certificates - FORM-A.

g) Details of Similar Works - FORM-B.

h) Financial Details- FORM-C.

i) TDS Details of Projects- FORM-D.

j) Bank Solvency Certificate- FORM-E.

k) Documents regarding Net Worth of the Company Firm.Summarised page of


Audited Balance Sheet of last Financial Year(ending 31st March 2015/2016)
duly certified by the chartered accountant, is to be submitted.

l) Form XXV ((Appendix-N) of GCC APRIL 2016- Details of Balance work in


hand.

m) Form XXVI (Appendix-O) of GCC APRIL 2016 – Affidavit duly notarized by


Notary Public on Non Judicial Stamp Paper of Rs. 100 for correctness of
Documents /Information.

n) Appendix-R of GCC APRIL 2016–Details of working bid capacity.

o) Power of Attorney of the person having digital signature for signing/submitting


the tender. This should be supported by Board Resolution (in case of the
Company registered under Companies Act).

p) E-payment Transaction details towards cost of processing fees.

q) Valid service tax registration/ EPF registration/VAT registration/ Sales Tax


registration, PAN NO.

r) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.

s) Pre-bid clarifications, if any.

t) General Information – Form-F

u) Work Experience Certificates consisting of details as mentioned in Form-G


along with Certified Copies of Letter of Award from the client who has
deducted TDS.

v) All TDS Certificates (Form 16A) for all completed works mentioned in Form-
A& Form-D and works pertaining to Additional Qualifying Criteria (if Additional
Qualifying Criteria is mentioned in NIT).

w) Summarised page of Profit & Loss Account (Audited) for last five years
ending on 31.03.2015/2016.

Page 8 of 12
NOTE: All the uploaded documents should be sealed and signed by
Power of Attorney Holder and should be in readable, printable and
legible form failing which the Bids shall not be considered for
evaluation.

21.0 List of Documents to be submitted in hard copy in Technical Bid within the
period of tender submission:

a) Demand Draft/Pay Order or Banker’s Cheque/ Bank Guarantee of any


Nationalized or all Commercial Scheduled Bank against EMD.

b) Demand Draft/Pay Order or Banker’s Cheque of any Scheduled Bank towards


cost of Tender Document.

c) Unconditional Letter of Acceptance of Tender Conditions (in original)


(Annexure-II) (On Letter Head of the Applicant/ Bidder).

d) Form XXVI (Appendix-O) of GCC APRIL 2016 –Affidavit duly notarized by


Notary Public on Non Judicial Stamp Paper of Rs. 100 for correctness of
Documents /Information (In original).

22.0 NBCC Ltd reserves the right to reject any or all tenders or cancel/withdraw the
invitation for bid without assigning any reasons whatsoever thereof. NBCC does
not bind itself to accept lowest tender. The NBCC reserves the right to award the
work to a single party or to split the work amongst two or more parties as deemed
necessary without assigning any reason thereof. The contractor is bound to accept
the portion of work as offered by NBCC after split up at the quoted/ negotiated
rates. No claim of the contractor whatsoever shall be entertained by NBCC on this
account.

23.0 WORKING BID CAPACITY OF CONTRACTOR(S)/AGENCIES


23.1 The Working bid capacity of the contractor should be equal to or more than the
estimated cost of the work put to tender. The Working Bid capacity shall be worked
out by the following formula:
Working Bid Capacity = [AxNx2]-B
Where,
A = Maximum Annual Turnover of the bidder out of the last Three years
(ending 31st March of preceding Financial Year i.e. 2014-15/2015-16). (Form
Appendix-R)
N = Number of years prescribed for completion of work for which bids have
been invited.
B = Value of existing commitments and ongoing works to be completed (for
all the clients of the Bidder) during the period of completion of work for
which bids have been invited. (Form Appendix-N)
23.2 The details submitted by the bidders will be evaluated also considering the
Working Bid Capacity of the Bidder apart from other requirements stated in the
tender documents to determine bidder’s eligibility for the work. In case, the
Working Bid Capacity of the Bidder is lesser than estimated cost of the work put
to tender, his bid shall be cancelled and such a bidder shall not be considered for
opening of Financial Bid/Tender opening even if he has been determined eligible
in other eligibility criteria / tender requirement.

Page 9 of 12
23.3 The Tenderer / Bidder shall submit the details as required in clause 23.1 above in
proforma at Form Appendix-N &Appendix-R. The revised Appendix-N (which is
already a part of GCC APRIL 2016) and newly inserted Appendix-R are enclosed.

24.0 Canvassing in connection with the tender is strictly prohibited, and such
canvassed tenders submitted by the contractor will be liable to be rejected and his
earnest money shall be absolutely forfeited.

25.0 Wherever it is written ‘National Buildings Construction Corporation Limited’, shall be


read & construed as ‘NBCC (India) Limited’.

26.0 In case of any query, please contact Shri M.R. Prabhakar, AGM(Engg)
Ph. No. 011-24367314 Ext. 1207.
Email: mr.prabhakar@nbccindia.com

General Manager
(CPG Division)

Page 10 of 12
Annexure-I

MEMORANDUM

Sl. Description Cl. No. of Values/Description to be Applicable


No. NIT/ITT/ for Relevant Clause(s)
Clauses
of
Contract
(CC)
1) Name of Work Construction of Mini Campus under
package –I for NIT at Narela, Delhi on
behalf of National Institute of
Technology, Delhi (NITD)
2) Client/Owner National Institute of Technology, Delhi
(NITD)
3) Type of Tender Single Percentage rate

4) Earnest Money Deposit NIT Rs 1,27,46,842.00 (Rs. One Crore


Twenty Seven lakhs Forty six
Thousand Eight hundred Forty Two
only)

5) Estimated Cost NIT Rs 12747.00 lacs


6) Time allowed for NIT 18 (Eighteen) Months
Completion of Work

7) Mobilization Advance CC / 4.0 10.00% (Ten Percent) of Contract Value.

8) Interest Rate of CC / 4.0 Simple Interest Rate of 11% (Eleven


Mobilization Advance Percent only) (Per Annum)

9) Schedule of Rates Civil Works : DSR 2014


applicable Sanitary Works : DSR 2014
Electrical Works : DSR 2014
10) Validity of Tender ITT / 8.0 150 (One Hundred Fifty) Days

11) Performance Guarantee CC / 2.0 5.00 % (Five Percent Only) of contract


value within 30 days from the issue of
Letter of Award

12) Security Deposit / SCC/1.0 5.00% (Five Percent Only) of the gross
Retention Money value of each running/final bill.
13) Time allowed for starting ITT / 15.0 The date of start of contract shall be
the work reckoned from 10 days after the date of
issue of letter of Award.

14) Deviation limit beyond CC / 6.0 BUILDIN ANNUAL ROAD


Page 11 of 12
which clause 6.2 & 6.3 G REPAIR WORK
shall apply for all works WORK &
except foundation. MAINTENANC
E OF
BUILDINGS
30% 50% 50%

Note:-The Deviation Limit of Building


Work shall also apply for combined
works(Building and Road)
15) Deviation limit beyond CC / 6.0 BUILDIN ANNUAL ROAD
which clause 6.2 & 6.3 G REPAIR WORK
shall apply for WORK &
foundation work MAINTENAN
CE OF
BUILDINGS
100% NOT NOT
APPLICABLE APPLICA
BLE
Note:-The Deviation Limit of Building
Work shall also apply for combined
works (Building and Road)

16) Escalation CC / 7.0 All rates as per Bill of Quantities (BOQ)


quoted by contractor shall be firm and
fixed for entire contract period as well
as extended period for completion of
the works. No escalation shall be
applicable on this contract.

17) Recovery rate of work CC /71.1 Rs. 20000/- per person per month
force supplied by NBCC (Rupees Twenty Thousand per person
to Contractor per month only).

18) Defect Liability Period CC /38.0 Twelve months from the date of taking
over of the works by the NBCC or client
whichever is later.

19) Applicable GCC GCC forming part of this tender (April


2016) with Amendment No. I & II.

Page 12 of 12

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy