Download as pdf or txt
Download as pdf or txt
You are on page 1of 21

Notice Inviting Tender for Topographical Survey for Command Area of

Yenwe Irrigation Scheme, Myanmar

WAPCOS LIMITED
(A Government of India Undertaking)
(Ministry if Water Resources, River Development and Ganga Rejuvenation)
76-C, Institutional Area, Sector-18, Gurgaon, Haryana
India – 122015
Phone: +91-124-2397391, Fax: +91-124-2399224
Email: commercial@wapcos.gov.in
NO-WAP/INFRA/MYN/11/03

NOVEMBER – 2015
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

WAPCOS LTD.
(A GOVERNMENT OF INDIA UNDERTAKING)

Last date of receipt of bid: 03.12.2015, 3:00 PM

Sub: Notice Inviting Tender for Topographical Survey for Command Area of Yenwe Irrigation
Scheme, Myanmar

WAPCOS Limited, a Government of India Undertaking invites Tenders for appointment of an


Agency for Survey Works for Topographical Survey for Command Area of Yenwe Irrigation
Scheme, Myanmar.

1.0 Eligibility Criteria

i. The bidder should fulfill the following eligibility criteria (proof of each to be submitted):
ii. The Bidder should be a registered company at least for last 5 years as consultancy / survey
firm.
iii. Bidder should have valid PAN Number.
iv. The Bidder should also have Service Tax Number.
v. The Bidder shall possess survey equipment such as Total Station or DGPS and at least 3
independent survey teams headed by suitably qualified survey experts. Proof of purchase
of the equipment shall be enclosed.
vi. Average annual financial turnover in the preceding 3 years, ending 31st March of the
previous financial year, should not be less than ₹ 1,76,00,000/- . (Attach audited financial
statements for the aforesaid 3 years).
vii. Experience of having successfully completed the topographical and alignment survey works
in last 5 years as per the following:

 At least one similar work amounting more than or equal to ₹ 1,40,80,000/-


‘OR’
 At least two similar work amounting more than or equal to ₹ 80,00,000/
‘OR’
 At least three similar work amounting more than or equal to ₹ 64,00,000/-.

Documentary Evidence must be submitted in the form of Work Orders and


Experience Certificates in support of above claims.
Page 2 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Any statement with regard to above qualification criteria without proof will be assumed to be
invalid and agency will be disqualified on that ground. Only agencies fulfilling all the above criteria
will be shortlisted technically.

2.0 Time Schedule

The period of assignment shall be 60 days from the date of issue of Letter of Award by WAPCOS.

3.0 Project Background

Yenwe creek is one of the tributary of Sittaung River . A water impounding dam was constructed
across the Yenwe creek and has catchment area of 306 square miles ( 793 Km2 ) located in
Kyauktaga Township of Bago Region. The storage capacity of Yenwe dam can supply Irrigation
water to 118500 acres (47993 ha) of cultivable land for double cropping of rice and other crops.
Other than Irrigation, hydropower plant was constructed by Department of Hydropower
Implementation.

The details of the planned irrigation network are as given below:

 Command Area 118500 Acre ( 47993 Ha )

Construction activities under the Yenwe Multipurpose Dam Project were started since 2000-2001.
The planned project period is from 2000 - 2001 to 2017 – 2018. The up to date progress of the
project are as follows:
Sl. Progress in
Name of work Completed Year
No Percentage
1. Construction of Dam 100 2006
2. Construction of Diversion Tunnel 100 2004
3. Construction of Spillway 100 2006
4. Construction of Weir 100 2009
5. Construction of Irrigation Network 17.5 -

Page 3 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Sl. Progress up to Remaining


Particulars Quantity
No. March, 2015 Quantity

Earth work 3684682


Excavation of Canal Sud 1052000 Sud 2632682 Sud
1.

Canal Structure 4140 Nos 326 Nos 3814 Nos


2.

(1 Sud = 100 Cu ft)


The current project involves the topographical survey of 10% of command area i.e. about 5000 ha
and alignment & grid plan survey of unconstructed portion of irrigation network. The index map of
the command area showing the alignment of canal network is attached at Plate-1.

3.1 Scope of Work

The scope of work includes the Topographical Survey for Command Area of about 5500 ha of at a
scale of 1:4000 with a 50m x 50 m grid with a contour interval of 0.3 m. The details of identified
patches can be obtained from WAPCOS’ office. The work involves the following activities:

i. Undertaking Field surveys including spot levelling for contouring and updating of
village revenue maps: Single levelling is to be carried out through experienced
surveyors using modern instruments like DGPS and Total Station by taking spot levels
in each survey numbers irrespective of their size at all corners and at the centre of
field. Further spot levels required shall be taken at such points in the fields so that
field distance between any two of the spot levels is not more than 50m in any
direction. Additional spot levels should also be taken for roads, tracks, nallah, drain,
reservoir etc. The survey output should represent the local topography by taking
additional levels for abnormally high or low grounds.

All existing topographical features like Road, Railways, Canals, Tracks, bridges,
culverts, houses, power/ telephone lines, Wells, Temples, Villages, Nallahs, Tanks etc.,
are also to be marked accurately and shown in maps of the concerned area. Some
permanent Bench Marks type ‘A’ are required to be established as per ‘Schedule of
Works’. In addition, the bench marks shall also be marked on permanent structures
available in the vicinity like school building, panchayat building, platform of wells etc.

Page 4 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ii. Digitization of Cadastral/Village Maps: The Contractor shall procure the Cadastral
maps for the command area and transfer the reduced levels to the village data base
and mark the same on the digitized cadastral/village maps. After that contours are to
be marked on the digitized cadastral/village maps by interpolation at 0.3 m (1 foot)
contour interval.

A survey report including Index Map, scope of work, methodology, description of area, list of
Bench Marks, village-wise list of drawings is required to be submitted along with final
drawings. Index maps of the command area should be marked with alignment of all canal
RDs in km, turning point RD, position of canal structures, drains etc. along with following
details:

 All natural features such as reservoir, pond, nallahs, river, forest, hills etc. are to be
shown on survey sheets in distinct colours.
 All man made features such as village, road village tracks, buildings, telephone/
telegraph/ power lines etc. should also be on survey sheets.

SCHEDULE OF WORKS

Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

S.NO. Description of work Unit Quantity

Topographical survey in command area of 2500 ha, in a


grid of 50mx50m (164 ft x 164 ft) and preparation of
contour map on 1:4000 Scale with Contour interval of
0.30 m (1 ft) as the case may be depending on site
1 (i) conditions in soft/hard copies complete, including
connecting GTS Benchmarks by double leveling and
establishment of required number of bench marks in the
ha 2750
area on existing permanent structures and at specified
places Type ‘A’ as approved by employer.
Collection of cadastral maps, verification and updation
of maps, digitization of village/cadastral maps, plotting
1 (ii) of contours and preparation of digitized village/cadastral
maps for planning of (OFD) On-farm Development
works.

Page 5 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Collection of Hydraulic data of all existing structures,


1 (iii)
drains, nalla, water bodies etc in the Command area.
Permanent Bench Mark of size 1300x1300x1250 mm,
PCC M15 with steel/brass plate of size 150 x 100 x 8 mm
2. thick anchored in PC concrete with holdfasting Nos. 5
arrangement with Plate of 25 mm dia rod or as directed
by Engineer-in Charge.
Temporary Benchmarks of size 485x485x450 mm, PCC
M15 with 25 mm dia road at the centre, rod shall be
3. Nos. 50
welded with a plate of 100x100x2 mm at the bottom.
The rod shall be 40 mm above the concrete surface.
(Typical arrangement of permanent and temporary benchmark is attached at Plate-2.)

4.0 Essential Documents


Bidders are required to submit following documents/ certificates:

 Registration, Ownership as well as Constitution and legal status of the Applicant

 Certified copies of the audited Balance sheets for last three years ending 31.3.2015.

 Bankers certificate/working capital certificate from a scheduled bank as on date

 Power of Attorney in Original in favour of the person signing the Bidder covering letter and
price bid.

 PAN No.

 Letter of intent or JV agreement in case of JV

 Name and address of the Bankers for verification

 Certified copies of Income Tax Return forms of last three years

 Tender document fee shall be in the form of Demand Draft/Cheque of ₹ 10,000/- in favour of
WAPCOS Ltd., payable at New Delhi/Gurgaon

 List of Manpower with Qualification & Experience

 CV’s to be included for


Project Manager (Civil Engineer with 15 years’ experience)
Page 6 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Surveyor (Diploma in Surveying from a recognized Institute with 10 years’ experience) – 3


nos.
 List of Survey Equipment & make along with proof of purchase.
Minimum Requirement – (3 nos. Total Stations + 2 nos. DGPS) along with proof of purchase

 Litigation History/Arbitration cases pending with details

Note:
 Agencies not giving the above details shall be liable for rejection.
 Incomplete quotations, conditional quotation and quotations received without tender fee and
quotation received after the stipulated time shall out-rightly be rejected.
 Any conditional bid will be rejected
 In case of any dispute in the award of work or terms & condition of award and execution of
works, the decision of CMD WAPCOS is final and binding on all the parties.

5.0 Tender Fee

Demand Draft/Cheque in favour of WAPCOS Ltd.of ₹ 10,000-, payable at New Delhi/Gurgaon.


.

6.0 Earnest Money

The bidders shall be required to submit an Earnest Money Deposit of ₹ 3,52,000/- in the form of
Demand Draft/Cheque in favor of WAPCOS LIMITED payable at New Delhi/Gurgaon. For the
unsuccessful bidders EMD shall be returned after completion of the selection process. For the
successful bidder the EMD shall be retained as Performance Guarantee. This shall be returned after
successful completion of the assignment.

7.0 Bid Submission

The bidder shall prepare and submit the bid in a sealed cover containing the following documents:

1.) Envelope -A:

(i) Tender Document Fee in the form of Demand Draft/Cheque of ₹ 10,000/- (Rupees
Ten Thousand Five Hundred Only) in favour of WAPCOS Limited payable at New
Delhi/Gurgaon.

Page 7 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

(ii) Earnest Money Deposit in the form of Demand Draft/Cheque of ₹ 3,52,000/- (Rupees
Three Lakh Twenty Thousand Only )in favour of WAPCOS Limited payable at New
Delhi/Gurgaon.

2.) Envelope -B: Technical Proposal consisting of


a. Power of Attorney in Original in favour of the person signing the Bidder covering
letter and price bid
b. Bid submission letter – Annexure I
c. Completed form for Quotation – Annexure-II
d. Registration Certificate, Ownership as well as Constitution and legal status of the
Applicant
e. Company Profile
f. Certified copies of the audited Balance sheets for last three years ending 31.3.2015.
g. Letter of intent or JV agreement in case of JV
h. Bankers certificate/working capital certificate from a scheduled bank as on date
i. PAN No.
j. Name and address of the Bankers for verification
k. Certified copies of Income Tax Return forms of last three years
l. Experience in Similar Assignments (in last 5 years) along with Work
Orders/Certificates –Annexure III
m. CVs of staff to be deployed - Annexure IV
n. List of Equipment(Total station/DGPS) along with supporting documents –
Annexure V
o. Litigation History/Arbitration cases pending with details

3.) Envelope - C:

Financial Proposal consisting of Bill of Quantities and Schedule of Price (duly filled in) -
Annexure VI

All the above sealed covers shall then be put-together in one single envelope and sealed. Violation
of this will result in rejection of the bid. The outer envelope shall be addressed to following
address indicating the contents, the name of work and the date of opening.
Addl. Chief Engineer
WAPCOS Limited
76-C institutional Area, Sector 18
Infrastructure Division , Gurgaon
Ph: +91-124-2397391, E-mail: commercial@wapcos.gov.in

Page 8 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

The following instructions needs to be followed:


 The bid must contain the name, address and place of business of the firm submitting the
bid and must be duly signed and stamped on each page by the bidder with his usual
signature.
 The incomplete bids will be rejected.
 The language used in preparing the bid shall be in English
 In case of any discrepancy in the description in words and figures quoted by bidder,
provisions, quantities or rate in schedule of quantity or omission, the CMD, WAPCOS will
be the final deciding authority with regards to intention of the bid document. The rate
quoted in words will be final for evaluation of bid.

8.0 Award of Work

8.1 The bidder who does not meet the minimum eligibility criteria as per Clause 1.0 and fails to
submit the essential documents as per Clause 4.0 along with the bid shall not be considered for
further evaluation.

 The bidder should be capable of carrying out any other works as deemed necessary.
 The bids shall be evaluated on ‘Least Cost’ basis. The qualified bidder offering the least
cost shall be awarded the work.

8.2 Not-withstanding clause 8 .1 as above WAPCOS reserves the right to accept or reject
any bid and to annul the bidding process and reject all bids, at any time prior to award of
contract, without thereby incurring any liability to the affected bidder(s) or any obligations
to inform the bidder or bidder(s) of the ground of action.

9.0 General Instructions

 Proposal Document shall be a self-contained one and no reference to any previous


submissions will be permitted
 All the pages of the Proposal Document shall be signed and numbered serially e.g. page
number 15 of the document containing total 50 pages shall be numbered as 15/50
 If any information in the Proposal is missing or not clearly specified or found ambiguous, it
will be assumed that the Bidder is not in a position to supply/share the information and
therefore, will be evaluated accordingly
 Proposal Document shall not include any financial conditions and Proposal containing such
conditions shall be liable to be rejected.

Page 9 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

 Any direct or indirect attempt made to influence WAPCOS in deciding the results of the
tender will result in disqualification of the agency
 Submission of Proposal, by itself, does not guarantee any consideration for appointment of
the firm with WAPCOS and the same shall be governed by the qualifying criteria
 WAPCOS reserves the right to reject any or all Proposal documents without assigning any
reason whatsoever.
 If the firm does not commence the Services within the period specified at the time of
agreement or fail to deliver the desired results, WAPCOS may, declare this Agreement to be
null and void, with a prior notice of one week and services of the firm will be terminated. In
case of unsatisfactory performance, WAPCOS shall have the right to terminate the contract
and get the work done from open market at the firm’s risk and cost.
 WAPCOS is not bound to accept any of the bids submitted and reserves the right to reject or
amendments/queries without assigning any reason.
 Joint Venture / Consortium / any kind of association shall be allowed to enhance the
capabilities of the bidder.
 The rate should include all taxes and duties, calibration, insurance, boarding, lodging, food
transportation etc. and nothing extra shall be paid over and above the contract price.
 The Bidder shall be responsible to take all precautions to ensure safety of the public and his
own personnel while working in Myanmar. Further, Bidder will be required to take the
following insurances at their own cost
 Third party liability Insurance
 Workers Compensation Insurance in respect of Bidders personnel
 Any other relevant insurance for public & bidder’s personnel in accordance with the
relevant provisions of the applicable land
 Insurance of all machines and equipments
 The agency shall comply with the provisions of the following acts :
 Contract Labour (Regulation & Abolition) Act, 1970
 Employees Provident Fund Act, 1952 (
 Minimum Wages Act, 1948 (Amended)
 Employer Liability Act, 1938 (Amended)
 Industrial Employment Act, 1946 (Amended)
 Personnel Injuries (Compensation Insurance) Act, 1963 (Amended)

10.0 Termination Clause

In case of unsatisfactory performance by the agency, WAPCOS shall be entitled to terminate the
contract & set the work done at the risk and cost of the Agency.

Page 10 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

11.0 Settlement of Disputes

The parties shall make their best efforts to settle amicably the disputes, if any, arising out or in
connection with this assignment or the interpretation there of. If a dispute arising between the
parties cannot be settled amicably within thirty days the dispute shall be decided by CMD, WAPCOS
subject to a written appeal by the agency to CMD, WAPCOS whose decision shall be final and
binding to the parties hereto.

12.0 Bid Validity

The bid should be valid for two months from the date of submission.

13.0 Time Schedule, Submittals and Payment Schedule

All topographical and alignment survey works including submission of Final Report shall be
completed within 2 Months from the date of award of works, including the period of mobilization.

13.1 Submittals:
Following submittal shall be made as per time schedule given below:
Time of Submission from the
S. No. Description
date of contract
Interim Survey Report (based on
1. preliminary investigations and 15 Days
reconnaissance survey)
2. Draft Topographical Survey Report 45 days
3. Draft Alignment Survey Report 50 days
4. Final Topographical Survey Report 55 days
5. Final Alignment Survey Report 60 days

Page 11 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

13.2 Payment Schedule:

S. No. Submittal Payment Amount


1 Interim Survey Report 10% of contract value
2 Draft Topographical Survey Report 20% of contract value
3 Draft Alignment Survey Report 15% of contract value
4 Final Topographical Survey Report 20% of contract value
5 Final Alignment Survey Report 15% of contract value
On approval of Final Report/Drawings by
6 20% of contract value
the Client

13.3 Variation:

It may be noted that while the estimated quantities of work given in the Schedule of Works has
been estimated as realistically as possible, there could be addition/deletion of quantities to be
executed as and when required during the execution of the works and site conditions. No
change in the quoted rate shall be allowed due to changes in the quantities of works actually
executed and the quantities given in the Schedule of Works. The quantities of actual work done
will form the basis of payments to be made.

Note: Note: Payment shall be made in INR. Payment shall be made after deductions of applicable
taxes, duties etc. All Payments Shall be released after receipt of corresponding payment by WAPCOS
from the client.

14.0 Price Schedule is enclosed as Annexure – VI

For & on behalf of WAPCOS Ltd.,

Addl. Chief Engineer


WAPCOS Limited
76-C institutional Area, Sector 18
Infrastructure Division , Gurgaon
Ph: +91-124-2397391, E-mail: commercial@wapcos.gov.in

Page 12 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE-I
Letter of Proposal
(On Bidder’s Letter Head)
To,
Addl. Chief Engineer
WAPCOS Limited
76-C institutional Area, Sector 18
Infrastructure Division , Gurgaon
Ph: +91-124-2397391, E-mail: commercial@wapcos.gov.in

Sir,

We, the undersigned bidder having read and examined in detail the Technical Specifications and
the Conditions of Contract, do hereby furnish our proposal to carry out the work “Topographical
Survey for Command Area of Yenwe Irrigation Scheme” outlined in the Bidding Schedule.

1. We have read and understood the instructions and the terms and conditions mentioned in
the Bidding documents furnished by you and have thoroughly examined the specifications
laid down by you and are fully aware of nature of the Survey required.
2. We declare that the Services will be rendered strictly in accordance with the Technical
Specifications and other Bid documents.
3. In line with the requirement of the bidding documents, we have enclosed the duly filled-
in item wise Bill of Quantity (BOQ) for the total Bid price indicated above.
4. Terms of Payment:
We are agreeable to the Terms of Payment given in the tender document.
5. We confirm that the price and other terms and conditions of this proposal are valid for a
period of 60 days from the date of opening of the offer.
6. We agree that if this proposal is accepted by you, we will complete the entire work in
accordance with the work Schedule / Time Schedule stipulated.

We hereby declare that only the Company, persons or firms interested in this proposal as
principal or principals are named herein and that no other company, person or firm other than
one mentioned herein have any interest in this proposal or in the contract to be entered into,
if we are awarded this contract, and that this proposal is made without any connection with
any other persons, firm or party likewise submitting a proposal and that this proposal is in all
respect for and in good faith without collusion or fraud.

Date:
Place: Signature: _______________
Name: __________________
Designation:______________
Seal:
Page 13 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE – II
FORM FOR QUOTATION
“Topographical Survey for Command Area of Yenwe Irrigation Scheme”

Bidder’s Proposal Ref. No. & :


Date
Bidder’s Name & Address :
Person to be contacted :
Designation :
Fax No. :
Telephone No. :
E-Mail :

Page 14 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE – III

Experience in Similar Assignments (in last 5 years)

PAGE ____ OF ____

Scope of Services & Work


Name of Name of Project & Value of
Years Order References and
Client Work Status Work
Completion Certificate *

* to be supported by relevant proof.

Page 15 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE – IV

BIO DATA OF STAFF TO BE DEPLOYED

PAGE ____ OF ____

Assigned Position and


No. Name period of Service with Qualification Years of Experience
the Firm
(Detailed CV from each person shall be attached to this list)

Page 16 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE – V

LIST OF FUNCTIONAL EQUIPMENTS PROPOSED TO BE DEPLOYED FOR THE WORK

PAGE ____ OF ____

Item Remarks
Description Brand Model/Make Quantity
No. Owned/Leased/Hired

(Proof of purchase of equipment shall be enclosed with this list)

Page 17 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

ANNEXURE – VI

FORMAT FOR PRICE SCHEDULE

Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Rate (INR) Amount (INR)


S.No. Description of work Qty. Unit (including all (including all
taxes) taxes)
Topographical survey in command
area of 2500 ha, in a grid of
50mx50m and preparation of
contour map on 1:4000 Scale with
Contour interval of 0.3m as the case
may be depending on site conditions
in soft/hard copies complete,
1 (i)
including connecting GTS
Benchmarks by double leveling and
establishment of required number
of bench marks in the area on
existing permanent structures and
at specified places Type ‘A’ as ha
5500
approved by employer.
Collection of cadastral maps,
verification and updation of maps,
digitization of village/cadastral
maps, plotting of contours and
1 (ii)
preparation of digitized
village/cadastral maps for planning
of On-farm Development (OFD)
works.
Collection of Hydraulic data of all
existing structures, drains nalla,
1 (iii)
water bodies etc in the Command
area.
Permanent Bench Mark of size
1300x1300x1250 mm, PCC M15 with
steel/brass plate of size 150 x 100 x
2. 8 mm thick anchored in PC concrete 5 Nos.
with holdfasting arrangement with
Plate of 25 mm dia rod or as directed
by Engineer-in Charge.
Page 18 of 19
NIT for Topographical Survey for Command Area of Yenwe Irrigation Scheme, Myanmar

Temporary Benchmarks of size


485x485x450 mm, PCC M15 with 25
mm dia road at the centre, rod shall
3. 50 Nos.
be welded with a plate of 100x100x2
mm at the bottom. The rod shall be
40 mm above the concrete surface.

Amount in words (INR_________________________________________________)

Note:
1. The quantities mentioned against each item are tentative and may vary significantly. The
employer is at liberty to change the quantities during the course of actual survey. Only actual
quantities of work done will form basis of the payments to be made.
2. The quoted price shall be written both in figures and words and should be inclusive of all
services and taxes.
3. All the survey work should be connected to permanent bench marks.

Signature of bidder
Name and Stamp

Page 19 of 19
PLATE- 1
BRASS PLATE PLATE - 2
400 500 400 80
150 x 100 x 3
150
COVERD BY

500
M 15 M 15
PCC NATURAL PCC
SOIL HOLD FAST
PLATE
1250

100 x 100 x 2
PLATE
300

STEEL PLATE
TEMPORARY BM
1300 150 x 150 x 2

PERMANENT BM
185

150 80 80 150

150
1300

100

400 B.M. 400


485
500
TOP PLAN OF TEMPORARY BM

1300

TYPICAL ARRANGEMENT OF
TOP PLAN OF PERMANENT BM PERMANENT BENCH MARK (PBM)
& TEMPORARY BENCH MARK (TBM)

You might also like