Government of India Ministry of Water Resources, River Development and Ganga Rejuvenation Central Ground Water Board Bhujal Bhawan, NH-IV, Faridabad – 121 001

E-Tender for Geophysical Investigations, Exploratory Drilling, Chemical Analysis of water sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies in 11 Districts of Bundelkhand (except Lalitpur & Jhansi Districts)

e-Tender Inquiry Number : NIET No. 17/2016-17/MMS (2nd Call)

TENDER DOCUMENT

INDEX

Section Contents Page

Section I. Notice Inviting e-Tenders (NIT) 3-5

Section II. Instructions to Bidders (ITB) 6-17

Section III. General Conditions of Contract (GCC) 18-45

Section IV. Special Conditions of Contract (SCC) 46-49

Section V. Scope of Work and Technical Specifications 50-107

Section VI. Region Wise Distribution of Work 108-109

Section VII. Bill of Quantities and Summary of Packages 110-111

Section VIII. Tentative List of Locations 112-228

Section IX. Formats for Submission of Data 229-251

Section X. Drawings 252-263

Section XI. Bidding Data 264-267

Section XII. Formats for Qualification Information 268-271

Section XIII. Bank Guarantee Form for EMD 272-273

Section XIV. Bank Guarantee Form for Performance Security 274-275

Section XV. Tender Acceptance Form 276-277

Section XVI. Instructions for Online Submission of Tenders 278-281

Section XVII. Safety Code 282-291

Section XVIII. Model Rules for the Protection of Health and Sanitary 292-297 Arrangements for Workers Section XIX. Contractor’s Labour Regulations 298-303

Section XX. Checklist 304-305

Page2

SECTION I

NOTICE INVITING TENDERS

(NIT)

Page3

Government of India Ministry of Water Resources, River Development and Ganga Rejuvenation Central Ground Water Board Bhujal Bhawan, NH-IV, Faridabad – 121 001 Phone: 0129-2477180/ 2477175 Email: [email protected]

NIET- 17/2016-17/MMS

NOTICE INVITING TENDERS (National Competitive Bidding)

For and on behalf of President of India, Chairman, Central Ground Water Board, invites online bids under two-bid system (technical bid and price bid) at CPP portal http://eprocure.gov.in/eprocure/app from eligible and qualified bidders for Geophysical Investigations, Exploratory Drilling, Chemical Analysis of water sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies in 11 Districts of Bundelkhand (except Lalitpur & Jhansi District)

Name of Package Region Estimated Cost in INR EMD in INR Bundelkhand NR Lucknow & NCR Bhopal 39,12,03,666.00 49,25,000.00

Critical Dates Date Time 1 Dates of Online Publication of Tender Documents 02.11.2016 1200 Hrs. in CPP portal 2 Dates of Tender Document Download Start 02.11.2016 1200 Hrs.

3 End 17.11.2016 1500 Hrs.

4 Deadline for seeking further information/ 07.11.2016 1300 Hrs. clarifications through email

5 Date of Pre-Bid Meeting 08.11.2016 1500Hrs.

6 Dates of Online Submission of Tender Start 12.11.2016 1000 Hrs.

7 End 17.11.2016 1700 Hrs.

8 Deadline for Physical Submission of Cost of Tender 17.11.2016 1700 Hrs. Documents and EMD/ Bid Security 9 Time and Date for Opening of Technical Bid 18.11.2016 1000 Hrs.

10 Time and Date for Opening of Financial Bid for Will be communicated online responsive Bids after technical evaluation

1 Interested tenderer may obtain further information about these requirements from the above office during working hours or through email and/or from the websites http://cgwb.gov.in and https://eprocure.gov.in/eprocure/app

2 Tender documents may be downloaded from the above websites. The bidders must pay non- refundable fee of Rs. 5000 (Rupees Five Thousand) only in the form of Account Payee

Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee, from any of the

Page4

commercial bank in India, in favour of Drawing & Disbursing Officer, Central Ground Water Board, payable at Faridabad on or before the deadline fixed.

3 All tenders must be accompanied with EMD/ Bid Security as mentioned in Para 1 in favour of Drawing & Disbursing Officer, Central Ground Water Board, payable at Faridabad, in the manner prescribed in bidding documents, on or before the deadline fixed.

4 In the event of any of the above mentioned tender opening date being declared as a holiday/ closed day for the purchase organization, the tenders will be opened on the next working day at the appointed time.

5 Bids shall be received online only at the website of CPP portal https://eprocure.gov.in/eprocure/app

6 Aspiring bidders who have not enrolled/ registered in CPP portal are advised to enroll/ register before participating through the portal. The portal enrolment is free of cost. The bidders are advised to go through the instructions provided at Annexure A: ‘Instructions for online bid submission’.

7 The bidders will be at liberty to be present either in person or through an authorised representative, who must carry ‘Bid Acknowledgement Receipt’, at the time of opening of bid or can view the bid opening event online at their remote end.

Superintending Engineer (MMS-I)

Page5

SECTION II

INSTRUCTIONS TO BIDDERS (ITB)

Page6

SECTION II

INSTRUCTIONS TO BIDDERS (ITB)

1. General

The Employer wishes to receive bids for carrying out different activities for data generation under Aquifer Mapping in 11 districts of Bundelkhand area of M.P and U.P (except Jhansi and Lalitpur district). Throughout these bidding documents, the terms bid and tender and their derivatives (bidder/tenderer, bid/tendered, bidding/tendering, etc.) are synonymous.

1.1 The Employer has issued these tender enquiry documents for carrying out different activities for data generation under Aquifer Mapping in 11 districts of Bundelkhand area of M.P and U.P (except Jhansi and Lalitpur district) as mentioned in Section–V: “Scope of Work and Technical Specifications”, which also indicates, interalia, the Region-wise Distribution of Works and Tentative List of Locations.

1.2 This section (Section II: “Instructions to Bidders”) provides the relevant information as well as instructions to assist the prospective tenderers in preparation and submission of tenders. It also includes the mode and procedure to be adopted by the Employer for receipt and opening as well as scrutiny and evaluation of tenders and subsequent placement of contract.

1.3 Before formulating the tender and submitting the same to the Employer, the tenderer should read and examine all the terms, conditions, instructions etcetera contained in the tender documents. Failure to provide and/ or comply with the required information, instructions etcetera incorporated in these tender documents may result in rejection of its tender.

2 Eligibility Criteria of Bidder

2.1 This invitation to bid is open to any bidder meeting of the following requirements :

(a) The bidder shall not be affiliated with a firm or entity that has provided consulting services related to the works to the Employer during the preparatory stages of the Works or of the Project of which the works form a part. (b) A bidder shall be qualified for the contract as notified by the Employer in subsequent clauses. (c) The bidder shall provide such evidence of their continued eligibility satisfactory to the Employer.

2.2 Any PSU of Central / State Government or any Contractor registered with Central or State Government or the Central Ground Water Authority (CGWA) having sufficient experience of drilling for exploitation of natural resources, carrying out Geophysical Investigations or “similar works” in the past under any Central/ State Government Organization/ Government Undertaking/ Private Organization are eligible to participate in the tender.

A self attested copy in respect of valid registration/ enlistment with the respective authorities is to be submitted.

2.3 Average annual financial turnover during the last three years, ending 31st March of the previous financial year should be at least 30% of the estimated cost.

Page7

2.4 The bidder should have experience of having successfully completed similar works during last seven years ending last day of month previous to the one in which tenders are invited:

(a) Three similar completed works costing not less than the amount equal to 40% of the estimated cost. or, (b) Two similar completed works costing not less than the amount equal to 50% of the estimated cost. or, (c) One similar completed work costing not less than the amount equal to 80% of the estimated cost. or, (d) Sum total of similar completed works costing not less than the amount equal to 100% of the estimated cost in a single financial year.

(e) Similar works are defined as : (i) Geophysical Investigations: Having conducted Vertical Electrical sounding, Ground Transient Electromagnetic Method and 2-D Resistivity imaging. If all the item has been converted to one unit i.e. VES/TEM which is approximately=440 No which is also equivalent to 530 line Km of 2-D Resistivity Imaging. So the bidder must have done/completed 10% of any of the item i.e. for VES /TEM at least 44 No or 2-D Resistivity imaging 53 line Km. (ii) Drilling and construction of tubewells/borewells : Any work in which drilling for exploration /exploitation of natural resources is a component of the scope of work and have constructed wells equal to at least 10% of the total wells in soft/hard rock formation under this tender. The depth of drilling in these 10% wells shall be 200m in hard rock/150m in soft rock formation.

(f) The value of the executed work shall be brought to the current costing level by enhancing the actual value of works at simple rate of 7% per annum calculated from the date of completion to last date of submission of bid.

(g) The tenderer shall submit details of works executed by them in last 7 years for qualification of work ecperiences criteria, documentary proof such as work completion certificate and other document from the client clearly indicating the nature/scope of work, contract number, contract amount and actual date of completion of such works. Rig/equipment deployment/copy of work work order cannot be considered as work completion certificate or part completion certificate is to be submitted. Part completion certificate should clearlt indicate the details of work completed in all respects, e.g. if in a contract 100 wells are to be dug and bidder has completed 20 wells, the partcompletion should clearly indicate that 20 wells have been completed. Receipt of payment of work executed will not be treated as part completion, e.g. if bidde has received payment say 50% of the value of contract that will not be taken as 50% completion of working, unless part completion certificate clearly indicating the works completed is submitted. Part completion certificate should clearly indicate contract number, details of works completed in all respect, value of the works completed in all respect. (h) The work done for private/Government clients documents establishing receipt of payment for such works shall be submitted. For this purpose TDS certificate or Form 26 AS of Income Tax department or copy of Bank statement or any other document clearly indicating name of organization making payment, amount of payment shall be submitted.

2.5 The bidder will be required to employ at least three experienced civil/agricultural engineer for conducting soil infiltration tests and interpretation of results, an undertaking to this effect shall be furnished along with bid.

Page8

2.6 The bidder must submit an undertaking for carrying out chemical analysis of water samples from any NABL accredited lab/labs. The Lab/labs shall have combined capacity of analyzing at least 300 water samples in a month.

2.7 The eligibility criteria mentioned in clause 2.3 and clause 2.4 shall be applicable in respect of total estimated cost.

2.8 In case of a consortium, certified copy of the agreement between various partners shall be submitted with the tender clearly identifying the parts and components of the system for which the concerned partner is responsible for execution. However, each of the partners of the consortium will be jointly responsible for execution and completion of the works. .9 2.9 The consortium will identify a lead partner who will be authorized to execute the contract with the department. All financial transactions and liabilities shall rest with the lead partner.

2.10 In case of consortium each member of the consortium should fulfil a minimum of 15% of the qualifying criteria mentioned in clause 2.3 and clause 2.4. w.r.t. the scope of works limited to the extent for which the concerened partner is responsible as a member of consortium.

2.11 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: (a) made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or (b) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etcetera.

2.12(c) Tenderer/members of consortium will be required to submit following documents:-

(d) (a) Self-attested copy of valid registration/enlistment with the respective authorities. (e) (Referance: Clause 2.2 of eligibility criteria).

(f) (b) Turnover for last three years duly certified by Chartered Accountant. (Referance: Clause 2.3 of eligibility criteria). (c) Copy of completion certificate indicating the contract number, amount of the contract and the date of completion in support of details of work submitted by the bidder, duly certified by the competent authority of the respective organization to be submitted. (Referance: Clause 2.4 of eligibility criteria). (d) The work done for private/Government clients documents establishing receipt of payment in respect of details of works submitted by him. Form 26 AS of Income Tax returns or copy of Bank statement or any other document clearly indicating name of firm/organizations, payment received be submitted. (Referance: Clause 2.4 of eligibility criteria). (e) Following documents duly certified by the organization under whom the work has been executed shall be submitted (i) Document in support of number of pilot holes drilled upto depth of 200m in case of hard rock. (ii) Document in support of number of pilot holes drilled upto the depth of 150m in soft rock (iii)Document in support of number geophysical investigations as defined in similar works. (f) Scanned copy of EMD: As per clause 13 of Section-II (ITB). (g)Scanned copy of tender fee as per para 2 of Section-I (NIT).

Page9

Note : Documents listed above at Clause 2.12 are to be mandatorily submitted online along with the bid.

2.13 Non-submission of any document listed in eligibility criteria, will lead to rejection of the bid of the bidder.

2.14 The eligibility of the bidder shall be decided only as per Section-II Clause 2 Eligibility Criteria of Bidder (Clause 2.1 to 2.12), irrespective of whatsoever elsewhere is mentioned in the tender document.

3 Cost of Bidding Document/ Tendering Expense

3.1 The tenderer shall bear all costs and expenditure incurred and/ or to be incurred by it in connection with its tender including preparation, mailing and submission of its tender and for subsequent processing the same. The Employer will, in no case be responsible or liable for any such cost, expenditure regardless of the conduct or outcome of the tendering process.

4 One Bid per Bidder

4.1 Each bidder shall submit only one bid either by himself or as a partner in a Joint Venture.

4.2 The bidder must quote for all the items BOQs, failing which his bid will be considered non- responsive.

5 Site Visit

5.1 The bidder is advised to visit and examine the site of work and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the Bid and entering into a contract for construction of the wells. The costs of visiting the site shall be at the bidder's own expense. 6 Contents of Bidding Documents

6.1 In addition to Section I: “Notice inviting Tender” (NIT) the tender enquiry documents include: Section II: Instructions to Bidders (ITB) Section III: General Conditions of Contract (GCC) Section IV: Special Conditions of Contract (SCC) Section V: Scope of Work and Technical Specifications Section VI: Region-wise Distribution of Work Section VII: Bill of Quantities and Summary of Packages Section VIII: Tentative List of Locations Section IX: Formats for Submission of Data Section X: Drawings Section XI: Bidding Data Section XII: Formats for Qualification Information Section XIII: Bank Guarantee Form for EMD Section XIV: Bank Guarantee Form for Performance Security Section XV: Tender Acceptance Form Section XVI: Instructions for Online Submission of Tenders Section XVII: Safety Code Section XVIII: Model Rules for the Protection of Health and Sanitary Arrangement for Workers Section XIX: Contractor’s Labour Regulations Section XX: Checklist

7 Pre-Bid Meeting and Clarification of Bidding Documents

Page10

7.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at the office of Central Ground Water Board, Ministry of Water Resources, River Development and Ganga Rejuvenation, Government of India, Bhujal Bhawan, NH-IV, Faridabad-121001 on 08.11.2016 at 15:00 hours.

7.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

7.3 The bidder is requested to submit any questions in writing/ FAX/ e-mail to reach the Employer latest by 07.11.2016 at 13:00 hours.

7.4 Any modification of the bidding documents listed in Clause 6.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum/ Corrigendum and the same will be available in the web site and not through the minutes of the pre-bid meeting.

7.5 A tenderer requiring any clarification or elucidation on any issue of the tender enquiry documents may take up the same with the Employer in writing or by fax/ e-mail provided that such request is received by the critical date mentioned in Para 1 of Section I (Notice Inviting Tenders). The Employer will publish the response to such queries on CPP portal prior to the prescribed date of submission of tender.

7.6 To assist in the examination, evaluation and comparison of bids, the Employer may at its discretion, ask any bidder for clarification of its bid, including breakdown of unit, rate. The request for clarification and the response shall be in writing, but no change in the price or substance of the bid shall be sought or offered or permitted.

8 Amendments to Bidding Documents

8.1 At any time prior to the deadline for submission of tenders, the Employer may, for any reason deemed fit by it, modify the tender enquiry documents by issuing suitable amendment(s) to it.

8.2 Such an amendment will be notified through websites http://cgwb.gov.in and https://eprocure.gov.in/eprocure/app and will be binding on them. The tenderers are advised to visit these websites from time to time till the bid submission end date and take note of amendment(s) before uploading their tender.

8.3 In order to provide reasonable time to the prospective tenderers to take necessary action in preparing their tenders as per the amendment, the Employer may, at its discretion extend the deadline for the submission of tenders and other allied time frames, which are linked with that deadline.

9 Language of the Bid

9.1 The tender submitted by the tenderer and all subsequent correspondence and documents relating to the tender exchanged between the tenderer and the Employer, shall be written in the English language.

9.2 The tender submitted by the tenderer and all subsequent correspondence and documents relating to the tender exchanged between the tenderer and the Employer, may also be written in the Hindi language, provided that the same are accompanied by English translation, in which case, for purpose of interpretation of the tender, the English translations shall prevail.

10 Bid Prices

Page11

10.1 Unless stated otherwise in the bidding document, the contract shall be for the whole Work based on the unit rates and prices in the Bill of Quantities submitted by the bidder. The bidder shall fill in rates for all items of the Work described in the Bill of Quantities.

10.2 Prices payable to the contractor as stated in the contract are firm and not subject to adjustment during the performance of the contract. Prices quoted shall be inclusive of all taxes, duties, service charges etc. Service tax will be reimbursed to the contractor on production of documentary evidence to that effect clearly establishing the fact that the taxes have been paid to the appropriate authority. CGWB will reimburse Service Tax payable if any on the bill by the contractor to the authorities concerned and it will be the responsibility of the contractor to pay such amount only if contractor is liable to pay Service Tax under relevant act/rule/orders of Government of India/ State Government.

11 Currency of Bid and Payment

11.1 The tenderer shall quote only in Indian Rupees.

12 Bid Validity

12.1 If not mentioned otherwise in the ITB, the tenders shall remain valid for acceptance for a period of 120 days (one hundred and twenty days) after the date of tender opening prescribed in the tender document. In case last date of submission of bid has been extended, 120 days shall be counted from the extended date. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

12.2 If any tenderer withdraws his tender before the said period, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money.

12.3 In exceptional cases, the tenderers may be requested by the Employer to extend the validity of their tenders up to a specified period. Such request(s) and responses thereto shall be conveyed by post or by fax/ email followed by post. The tenderers, who agree to extend the tender validity, are to extend the same without any change or modification of their original tender and they are also to extend the validity period of the EMD accordingly. A tenderer, however, may not agree to extend its tender validity without forfeiting its EMD.

12.4 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for the Employer, the tender validity shall automatically be extended up to the next working day.

13 Bid Security/ Earnest Money Deposit (EMD)

13.1 Pursuant to ITB clauses 6.1 the tenderer shall furnish along with its tender, earnest money for amount as shown in the NIT. The earnest money is required to protect the Employer against the risk of the tenderer’s unwarranted conduct as amplified under sub-clause 13.7 below.

13.2 The earnest money shall be denominated in Indian Rupees.

Page12

13.3 The earnest money shall be furnished in one of the following forms:

(a) Account Payee Demand Draft (b) Fixed Deposit Receipt (c) Banker’s cheque and (d) Bank Guarantee

The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any commercial bank in India, in favour of the authority specified in the Para 4 of NIT. In case of bank guarantee, the same is to be provided from any commercial bank in India as per the format specified under Section XIII in these documents.

13.5 The earnest money shall be valid for a period of 60 (sixty) days beyond the validity period of the tender.

13.6 Unsuccessful tenderers’ earnest moneys will be returned to them without any interest, after expiry of the tender validity period, but not later than thirty days after conclusion of the resultant contract. Successful tenderer’s earnest money will be returned without any interest, after receipt of performance security from that tenderer.

13.7 Earnest money of a tenderer will be forfeited, if the tenderer withdraws or amends its tender or impairs or derogates from the tender in any respect, withdraws its tender, or fails to sign the contract within the period of validity of its tender. The successful tenderer’s earnest money will be forfeited if it fails to furnish the required performance security within the specified period.

14 Bid Submission

14.1 Tenders shall be received online only at the website of CPP portal http://eprocure.gov.in/eprocure/app. All the scanned copies of documents comprising the bid shall be serially numbered and mentioned in the checklist provided in section XX which should be the first document of the bid.

14.2 The hard copy of the technical bid with all documents uploaded online shall be sent through registered post/ courier/ by hand so as to reach the Employer within 5 days from the date of opening of technical bid to facilitate tender evaluation process as sometimes the scanned copies of documents are not legible. In case any discrepancy is observed between the text of the original copy uploaded online and that in the hard copy of the same tender set submitted by registered/ speed post/ courier/ by hand, the text of the uploaded copy shall prevail.

14.3 The tenderer, after submitting its tender, is permitted to alter/ modify its tender within the deadline for submission of tenders.

14.4 No tender should be withdrawn after the deadline for submission of tender and before expiry of the tender validity period. If a tenderer withdraws the tender during this period, it will result in forfeiture of the earnest money furnished by the tenderer in its tender.

Page13

14.5 Documents Comprising the Tender The tender to be submitted by tenderer shall contain the following documents, duly filled in, as required:

Cover 1 (Technical Bid) (a) Scanned copy of Tender Fee and EMD (b) Documentary evidence, as necessary in terms of clauses 2 and 16.3 establishing that the tenderer is eligible to submit the tender and, also, qualified to perform the contract if its tender is accepted. (c) Tender Acceptance Letter (d) Scanned copy of VAT/ CST Registration/ TIN/ TAN/ PAN (e) Mandate form as per prescribed format for electronic clearing service

Cover 2 (a) Financial Bid

14.6 A tender, which does not fulfil any of the above requirements and/ or gives evasive information/ reply against any such requirement, shall be liable to be ignored and rejected.

14.7 The tender shall either be typed or written in indelible ink and the same shall be signed by the tenderer or by a person(s) who has been duly authorized to bind the tenderer to the contract. The letter of authorization shall be by a written power of attorney, which shall also be furnished along with the tender.

14.8 The tender shall be duly signed at the appropriate places as indicated in the tender documents and all other pages of the tender including printed literature, if any shall be initialled by the same person(s) signing the tender. The tender shall not contain any erasure or overwriting, except as necessary to correct any error made by the tenderer and, if there is any such correction; the same shall be initialled by the person(s) signing the tender.

15 Bid Opening

15.1 The Employer will open the tenders at the specified date and time and at the specified place as indicated in the Para 1 of NIT (Section I). In case the specified date of tender opening falls on/ is subsequently declared a holiday or closed day for the Employer, the tenders will be opened at the appointed time and place on the next working day.

15.2 The bidders will be at liberty to be present either in person or through an authorised representative, who must carry ‘Bid Acknowledgement Receipt’, at the time of opening of bid or can view the bid opening event online at their remote end. The tender opening official(s) will prepare a list of the representatives attending the tender opening. The list will contain the representatives’ names and signatures and corresponding tenderers’ names and addresses.

15.3 The technical bids shall be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to parameters prescribed in the tender document. Thereafter, in the second stage, the financial bids of only the technically acceptable offers (as decided in the first stage) shall be opened for further scrutiny and evaluation.

16 Examination of Bids and Determination of Responsiveness

Page14

16.1 Scrutiny and Evaluation of Tenders Tenders will be evaluated on the basis of the terms and conditions already incorporated in the tender enquiry document, based on which tenders have been received and the terms, conditions mentioned by the tenderers in their tenders. No new condition will be brought in while scrutinizing and evaluating the tenders.

16.2 Preliminary Scrutiny of Tenders The tenders will first be scrutinized to determine whether they are complete and meet the essential and important requirements, conditions as prescribed in the tender enquiry document. The tenders that do not meet the basic requirements are liable to be treated as unresponsive and ignored.

The following are some of the important aspects, for which a tender may be declared unresponsive and ignored:

(a) Tender is unsigned. (b) Tenderer is not eligible. (c) Tender validity is shorter than the required period. (d) Required Tender Fee and EMD have not been provided. (e) Tenderer has not agreed to give the required performance security. (f) Tenderer has not agreed to essential condition(s) specially incorporated in the tender enquiry.

16.3 Documents Establishing Tenderer’s Eligibility and Qualifications The documentary evidence needed to establish the tenderer’s qualifications shall fulfil the following requirements:

(a) Self attested copy in respect of valid registration/ enlistment with relevant authorities as mentioned in clause 2.2. (b) Deleted (c) Self attested copy of ‘Acceptance of Tender’/ ‘Notice of Award’/ ‘Contract’ of similar works, as defined in clause 2.3, during the last seven years (ending on the last day of the month previous to the one in which the tenders are invited) and ‘Work Completion Certificate’ from the Employer for those works/ documents establishing receipt of payment for such works. (d) List of wells constructed by the contractor where depth of pilot hole drilling is 150 m (for alluvial formation)/ 200m (for hard rock formation) or more with supporting documents in the format prescribed in Section XII(4). (e) Deleted

16.4 Tenderer’s Capability to Perform the Contract The Employer, through the above process of tender scrutiny and tender evaluation will determine to its satisfaction whether the tenderer, whose tender has been determined as the lowest evaluated responsive tender is eligible, qualified and capable in all respects to perform the contract satisfactorily.

16.5 The above mentioned determination will, interalia, take into account the tenderer’s financial, technical and execution capabilities for satisfying all the requirements of the Employer as incorporated in the tender document. Such determination will be based upon scrutiny and examination of all relevant data and details submitted by the tenderer in its tender as well as such other allied information as deemed appropriate by the Employer.

16.6 Contacting the Employer From the time of submission of tender to the time of awarding the contract, if a tenderer needs to contact the Employer for any reason relating to this tender enquiry and/ or its tender, it should do so only in writing.

Page15

16.7 In case a tenderer attempts to influence the Employer in the Employer’s decision on scrutiny, comparison and evaluation of tenders and awarding the contract, the tender of the tenderer shall be liable for rejection in addition to appropriate administrative actions being taken against that tenderer, as deemed fit by the Employer.

17 Award Criteria

17.1 Subject to ITB clause 17.2, the contract will be awarded to the lowest evaluated responsive tenderer decided by the Employer.

17.2 Employer’s Right to Accept Any Tender and to Reject Any or All Tenders The Employer reserves the right to accept in part or in full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring any liability, whatsoever to the affected tenderer or tenderers.

17.3 Variation of Quantities at the Time of Award At the time of awarding the contract, the Employer reserves the right to increase or decrease, the quantities of works up to a maximum of 20% without any change in the unit price and other terms and conditions quoted by the tenderer.

18 Notification of Award and Signing of Agreement

18.1 Before expiry of the tender validity period, the Employer will notify the successful tenderer(s) in writing, by registered/ speed post or by email/ fax (to be confirmed by registered/ speed post) that its tender for works, also briefly indicating there in the essential details like description, specification and quantity of the works and related services and corresponding prices are accepted. The successful tenderer must furnish to the Employer the required performance security within twenty-one days from the date of this notification. Relevant details about the performance security have been provided under GCC Clause 3under Section III.

18.2 Issue of Contract Promptly after notification of award, the Employer will mail the contract form (as per Section XIV) duly completed and signed, in duplicate, to the successful tenderer by registered/ speed post.

18.3 Within 21 (twenty-one) days from the date of the contract, the successful tenderer will return the original copy of the contract, duly signed and dated, to the Employer by registered/ speed post.

18.4 Non-Receipt of Performance Security and Contract by the Employer Failure of the successful tenderer in providing performance security and/ or returning contract copy duly signed in terms of ITB clause 18.1, 18.2 and 18.3 above shall make the tenderer liable for forfeiture of its EMD and, also, for further actions by the Employer against it.

18.5 Failure of the successful Tenderer to furnish the performance Security shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid security, in which event the employer may make the award to the next lowest evaluated Tenderer or call for new tenders.

18.6 Return of E M D The earnest money of the successful tenderer and the unsuccessful tenderers shall be returned to them without any interest, whatsoever, in terms of ITB Clause 13.6.

Page16

18.7 Publication of Tender Result The result of technical evaluation, financial evaluation and award of contract shall be uploaded on CPP portal.

19 Dispute Resolution Mechanism

19.1 The method of dispute resolution is as indicated in the bidding document.

20 Corrupt and Fraudulent Practices

20.1 It is expected that bidders/suppliers/contractors under this contract observe the highest standard of ethics during the procurement and execution of this contract. In pursuance of this policy, the employer (a) Defines for purpose of these provisions, the terms set forth below as follows: i. ‘Corrupt practice’ means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution, and ii. ‘Fraudulent practice’ means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the employer, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid process at artificial non-competition levels and to deprive the employer of the benefits of free and open competition. (b) Will reject a proposal for award of work if he determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for contract in question. Bidders shall be aware of the provision stated in clause 4.3 of the general condition of the contract.

Page17

SECTION III

GENERAL CONDITIONS OF CONTRACT

(GCC)

Page18

SECTION III

GENERAL CONDITIONS OF CONTRACT

1 Definition and Interpretation

1.1 Definition

In this Contract, unless the context requires otherwise, the following terms shall have the meaning ascribed to them hereunder: (i) Works or work means the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional. (ii) Site means the land/or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which work is to be executed under the contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the contract. (iii) The Contractor means the individual, firm or company, whether incorporated or not, undertaking the works and includes the legal representative of such individual, or the successors of such firm or company and the permitted assignees of such individual, firm or company. (iv) The expression President, Government or Government of India means the President of India and his successors in office. (v) The Employer means the Officer who is authorized and signs the contract on behalf of the President of India and shall be in-charge of the work. (vi) The Engineer means the officer who shall supervise the work on behalf of the Employer. (vii) Accepting Authority means the authority mentioned in Bidding Data. (viii) Accepted Risks are risks due to riots (other than those on account of contractor’s employees), war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any acts of Government, damage from aircraft, acts of God such as earthquake, lightening and unprecedented floods, and other causes over which the contractor has no control and accepted as such by the Accepting Authority or causes solely due to use or occupation by Government of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to Employer’s faulty design of works. (ix) Market Rate shall be the rate as decided by the Employer on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Bidding Data to cover all overheads and profits. (x) Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the bid papers or the standard Schedule of Rates of the Government mentioned in Bidding Data hereunder, with the amendments thereto issued up to the date of receipt of the bid. (xi) Bid Amount means the value of the entire work as stipulated in the letter of award.

1.2 Interpretation

(i) The Contract means and includes the documents forming the bids and acceptance thereof and the formal agreement executed between the competent authority on behalf of the President of India and the bidders, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Employer and all these documents taken together, shall be deemed to form one contract and shall be complementary to one another.

(ii) Where the context so requires, words imparting the singular only also include the plural

Page19

and vice versa. Any reference to masculine gender shall whenever required include feminine gender and vice versa. (iii) Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof or of the contract. (iv) The original Contract shall remain with the Employer. The contractor shall be furnished, free of cost one certified copy of the contract documents together with all drawings as may be forming part of the bidding documents except standard specifications, Schedule of Rates and similar other printed and published documents. None of these documents shall be used for any purpose other than that of this contract.

1.3 Discrepancies & Adjustment of Errors

The several documents forming Contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing and figured dimensions in preference to scale and special conditions in preference to General Conditions. In the case of discrepancy between the schedule of Quantities, the Specifications and/or the Drawings, the following order of preference shall be observed:

(i) Description of Schedule of Quantities. (ii) Particular Specification and Special Condition, if any. (iii) Drawings. (iv) Technical Specifications. (v) Indian Standard Specifications of B.I.S.

If there are varying or conflicting provisions made in any one document forming part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of the document and his decision shall be final and binding on the Contractor. Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not vitiate the Contract or release the Contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the contract.

1.4 Sufficiency of Tender

The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender information for the works and of the rates and prices quoted in the Schedule of Quantities, which rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the proper completion and maintenance of the works.

1.5 Signing of Contract

The successful bidder, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign and execute the Contract consisting of: (i) the invitation for bids, all the documents including drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto, and (ii) Standard Form as mentioned in Bidding Data consisting of: a) Various standard clauses with corrections up to the date along with annexures thereto. b) Safety Code. c) Model Rules for the protection of health, sanitary arrangements for workers employed; and

d) Contractor’s Labour Regulations.

Page20

1.6 Works to be carried out

The work to be carried out under the Contract shall, except as otherwise provided in these conditions, include all labour, materials, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. The descriptions given in the Schedule of Quantities shall, unless otherwise stated, be held to include wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and for the full and entire execution and completion of the work as aforesaid in accordance with good industry practice and recognized principles.

2 General Obligations

2.1 Work not to be Sublet and Action in Case of Insolvency or Attempt to influence contract:

The contract shall not be assigned or sublet without the prior written approval of the Employer. If the contractor shall assign or sublet his contract, or attempt to do so, or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly or indirectly, before or after the execution of the contract be given, promised or offered by the contractor, or any of his servants or agent or associate to any public officer or person in the employ of Government in any way relating to his office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Employer shall have power to adopt the course specified in Clause 8.3 hereof in the interest of Government and in the event of such course being adopted, the consequences specified in the said Clause shall ensue.

2.2 Changes in Contractor’s organization to be approved:

Where the contractor is a partnership firm, the previous approval in writing of the Employer shall be obtained before any change is made in the constitution of the firm. Where the Contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the Contractor enters into any partnership agreement where-under the partnership firm would have the right to carry out the works undertaken by the Contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in contravention of Clause 2.1 hereof and the same action may be taken, and the same consequences shall ensue as provided in the said Clause.

2.3 Contractor to Indemnify Government Against Patent Rights:

The Contractor shall fully indemnify and keep indemnified the Employer against any action, claim or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights or Intellectual Property Rights and shall pay any royalties which may be payable in respect of any article or part thereof included in the contract. In the event of any claims made under or action brought against the Employer, in respect of any such matters as aforesaid, the contractor shall be notified thereof and the contractor shall be at liberty, at his own expense, to settle any dispute or to conduct any litigation that may arise therefrom, provided that the contractor shall not be liable to indemnify the Employer if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by the Employer in this behalf.

2.4 Withholding and Lien in Respect of Sums Due from Contractor:

(i) Whenever any claim or claims for payment of a sum of money arises out of or under the

Page21

contract or against the contractor, the Employer or the Government shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any deposited by the contractor and for the purpose aforesaid, the Employer or the Government shall be entitled to withhold the security deposit, if any, furnished as the case may be and also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the contractor, the Employer or the Government shall be entitled to withhold and have a lien to retain to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which may at any time thereafter become payable to the contractor under the same contract or any other contract with the Employer or the Government or any contracting person through the Employer pending finalization of adjudication of any such claim.

It is an agreed term of the contract that the sum of money or moneys so withheld or retained under the lien referred to above by the Employer or Government will be kept withheld or retained as such by the Employer or Government till the claim arising out of or under the contract is determined by the arbitrator (if the contract is governed by the arbitration clause) or by the competent court, as the case may be and that the contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the contractor. For the purpose of this clause, where the contractor is a partnership firm or a limited company, the Employer or the Government shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/limited company as the case may be, whether in his individual capacity or otherwise.

(ii) Government shall have the right to cause an audit and technical examination of the works and the final bills of the contractor including all supporting vouchers, abstract, etc., to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed to have been done by him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of over-payment and it shall be lawful for Government to recover the same from him in the manner prescribed in sub-clause (i) of this clause or in any other manner legally permissible; and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by Government to the contractor, without any interest thereon whatsoever. Provided that the Government shall not be entitled to recover any sum overpaid, nor the contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between Engineer on the one hand and the contractor on the other under any term of the contract permitting payment for work after assessment by the Employer.

Any sum of money due and payable to the contractor (including the security deposit returnable to him) under the contract may be withheld or retained by way of lien by the Employer or the Government or any other contracting person or persons through Employer against any claim of the Employer or Government or such other person or persons in respect of payment of a sum of money arising out of or under any other contract made by the contractor with the Employer or the Government or with such other person or persons.

It is an agreed term of the contract that the sum of money so withheld or retained under this clause by the Employer or the Government will be kept withheld or retained as such by the Employer or

the Government or till his claim arising out of the same contract or any other contract is either

Page22

mutually settled or determined by the arbitration clause or by the competent court, as the case may be and that the contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the contractor.

2.5 Levy/ Taxes Payable By The Contractor:

(i) Sales Tax or any other tax on materials in respect of this contract shall be payable by the Contractor and the Employer shall not entertain any claim whatsoever in this respect. (ii) The Contractor shall deposit royalty and obtain necessary permit for supply of the red bajri, stone, kankar, etc. and other materials from local authorities. (iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the Employer and does not any time become payable by the contractor to the State Government or Local authorities in respect of any material used by the contractor in the works then in such a case, it shall be lawful to the Employer and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from the dues of the contractor.

2.6 Conditions for Reimbursement of Levy/Taxes, if Levied after Receipt of Tenders

All tendered rates shall be inclusive of all taxes and levies payable under respective statutes. However, pursuant to the Constitution (46th Amendment) Act, 1982, if any further tax or levy is imposed by Statute, after the last stipulated date for the receipt of tender including extensions if any and the contractor thereupon necessarily and properly pays such taxes/levies, the contractor shall be reimbursed the amount so paid, provided such payment, if any, is not, in the opinion of the Employer (whose decision shall be final and binding on the contractor) attributable to delay in execution of work within the control of the contractor. The contractor shall keep books of accounts and other documents for the purpose of this condition as may be necessary to clearly arrive at such amounts and shall allow inspection of the same by a duly authorized representative of the Employer and further shall furnish such other information/ document as the Employer may require from time to time.

2.7 If the Relation Working in the Department:

The Contractor shall not be permitted to tender for works with the Employer office in which his near relative is posted as Divisional Accountant or as an officer in any capacity as Engineer. He shall also intimate the names of persons who are near relatives to any Gazetted Officer in the department or in the Ministry who are working with him in any capacity or are subsequently employed by him. Any breach of this condition by the Contractor shall render him liable to be removed from the approved list of contractors of the Department. If, however, the contractor is registered in any other department, he shall be debarred from tendering for any breach of this condition.

NOTE: By the term “near relatives” is meant wife, husband, parents and grand parents, children and grand children, brothers and sisters, uncles, aunts and cousins and their corresponding in-laws. 2.8 Prohibition to Work as Contractor

No engineer of gazetted rank or other gazetted officer employed in engineering or administrative duties in an engineering department of the Government of India shall work as a Contractor or employee of a Contractor for a period of two years after his retirement from government service without the previous permission of Government of India in writing. This contract is liable to be cancelled if either the Contractor or any of his employees is found at any time to be such a person who had not obtained the permission of Government of India as aforesaid, before submission of

the tender or engagement in the contractor's service, as the case may be.

Page23

2.9 Provisions of the Apprentices Act to be Complied with

The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer may, in his discretion, cancel the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

3.0 Security for performance:

3.1 Performance Guarantee:

(i) The Contractor shall submit an irrevocable Performance Guarantee of 5% (Five percent) of the contract price in addition to other deposits mentioned elsewhere in the contract for his proper performance and due fulfilment of the terms and conditions of the Contract, (not withstanding and/or without prejudice to any other provisions in the contract) within period specified in Bid Data from the date of issue of letter of acceptance. This period can be further extended by the Employer up to a maximum period as specified in bidding data on written request of the contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Employer. This guarantee shall be in the form of Cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled bank/Banker's Cheque/Demand Draft/Pay Order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank in accordance with the form annexed hereto. In case a fixed deposit receipt is furnished by the contractor to the Government as part of the performance guarantee and the Bank is unable to make payment against the said fixed deposit receipt when demanded, the loss caused thereby shall fall on the contractor and on demand the contractor shall forthwith furnish additional acceptable security to the Government to make good the deficit. (ii) The Performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days thereafter. In case the time for completion of work gets enlarged, the Contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the work by the competent authority, the performance guarantee shall be returned to the Contractor, without any interest. (iii) The Employer shall not make a claim under the performance guarantee except for amounts to which the Employer is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the Contract) in the event of: a) Failure by the Contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Employer may claim the full amount of the Performance Guarantee. b) Failure by the Contractor to pay the Employer any amount due, either as agreed by the contractor or determined under any of the Clauses/ Conditions of the Contract, within 30 days of the service of notice to this effect by Employer. (iv) In the event of the Contract being determined or rescinded under provision of any of the Clause/ Condition of the Contract, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the Employer. All compensations or the other sums of money payable by the Contractor under the terms of this contract may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising therefrom, or from any sums which may be due to or may become due to the Contractor by the Employer on any account whatsoever and in the event of his Security Deposit being reduced by reason of any such deductions or sale as aforesaid, the

Contractor shall within 10 days make good in cash or fixed deposit receipt tendered by the

Page24

State Bank of India or by Scheduled Banks or Government Securities (if deposited for more than 12 months) endorsed in favour of the Employer, any sum or sums which may have been deducted from, or raised by sale of his security deposit or any part thereof. The security deposit shall be collected from the running bills of the Contractor at the rates mentioned above and the Earnest money if deposited in cash at the time of tenders will be treated a part of the Security Deposit.

Note-1: Government papers tendered as security will be taken at 5% (five per cent) below its market price or at its face value, whichever is less. The market price of Government paper would be ascertained by the Employer at the time of collection of interest and the amount of interest to the extent of deficiency in value of the Government paper will be withheld if necessary. Note-2: Government Securities will include all forms of Securities mentioned in rule No. 275 of the G.F. Rules except fidelity bond. This will be subject to the observance of the condition mentioned under the rule against each form of security.

(v) The performance Guarantee shall be continuous and revolving for the whole of the warranty period. In case, the Bank Guarantee is invoked during the warranty period, the Bank Guarantee shall be replenished by an equal amount within 15 days by the contractor.

3.2 Recovery of Security Deposit:

In the alternative to deposit of Performance Guarantee under clause 3.1, the Employer may, in its discretion which is final, agree to deduct a sum at the rate of 10% of the gross amount of each running bill of the Contractor till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the bid value of the work. Such deductions will be made and held by Government by way of Security Deposit unless he/they has/have deposited the amount of Security at the rate mentioned above in cash or in the form of Government Securities or fixed deposit receipts.

4 Execution of Work

4.1 Works To Be Executed In Accordance With Specifications, Drawings, Orders Etc.:

The Contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner both as regards materials and otherwise in every respect in strict accordance with the specifications. The Contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work signed by the Employer and the Contractor shall be furnished free of charge one copy of the contract documents together with specifications, designs, drawings and instructions as are not included in the standard specifications specified in Bidding Data or in any Bureau of Indian Standard or any other, published standard or code or, Schedule of Rates or any other printed publication referred to elsewhere in the contract.

The contractor shall comply with the provisions of the contract and with the care and diligence execute and maintain the works and provide all labour and materials, tools and plants including for measurements and supervision of all works, structural plans and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the contract. The Contractor shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction.

4.2 Deviations/Variations Extent and Pricing:

The Employer shall have power (i) to make alteration in, omissions from, additions to, or

substitutions for the original specifications, drawings, designs and instructions that may appear to

Page25

him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the Contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the Employer and such alterations, omissions, additions or substitutions shall form part of the contract as if originally provided therein and any altered, additional or substituted work which the Contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the Contractor on the same conditions in all respects including price on which he agreed to do the main work except as hereafter provided.

The time for completion of the works shall, in the event of any deviations resulting in additional cost over the tendered value sum being ordered, be extended, if requested by the Contractor, as follows:

(i) In the proportion which the additional cost of the altered, additional or substituted work, bears to the original tendered value plus (ii) 25% of the time calculated in (i) above or such further additional time as may be considered reasonable by the Employer.

In the case of extra item(s) the Contractor may within fifteen days of receipt of order or occurrence of the item(s) claim rates, supported by proper analysis, for the work and the Employer shall within one month of the receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the Contractor, determine the rates on the basis of the market rates and the Contractor shall be paid in accordance with the rates so determined.

In the case of substituted items, the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the aforesaid para.

(i) If the market rate for the substituted item so determined is more than the market rate of the agreement item (to be substituted) the rate payable to the Contractor for the substituted item shall be the rate for the agreement item (to be substituted) so increased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted). (ii) If the market rate for the substituted item so determined is less than the market rate of the agreement item (to be substituted) the rate payable to the contractor for the substituted item shall be the rate for the agreement item (to be substituted) so decreased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted).

In the case of contract items, substituted items, contract cum substituted items, which exceed the limits laid down in Bidding Data, the contractor may within fifteen days of receipt of order or occurrence of the excess, claim revision of the rates, supported by proper analysis, for the work in excess of the abovementioned limits, provided that if the rates so claimed are in excess of the rates specified in the schedule of quantities the Employer shall within one month of receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the contractor, determine the rates on the basis of the market rates and the contractor shall be paid in accordance with the rates so determined. The provisions of the preceding paragraph shall also apply to the decrease in the rates of items for the work in excess of the limits laid down in Bidding Data, and the Employer shall after giving notice to the contractor within one month of occurrence of the excess and after taking into consideration any reply received from him within fifteen days of the receipt of the notice, revise the rates for the work in question within one month of the expiry of the said period of fifteen days having regard to the market rates. The Contractor shall send to the Employer once every three months an up to date account giving

complete details of all claims for additional payments to which the Contractor may consider himself

Page26

entitled and of all additional work ordered by the Employer which he has executed during the preceding quarter failing which the Contractor shall be deemed to have waived his right. However, the Employer may authorize consideration of such claims on merits.

(i) For the purpose of operation deviation limit as provided in the Bidding Data, the following works shall be treated as works relating to foundation: (ii) For buildings, compound walls plinth level or 1.2 meters (4 feet) above ground level whichever is lower excluding items of flooring and D.P.C. but including base concrete below the floors. (iii) For abutments, piers, retaining walls of culverts and bridges, walls of water reservoirs the bed of floor level. (iv) For retaining walls where floor level is not determinate 1.2 meters above the average ground level or bed level.

For Roads all items of excavation and filling including treatment of sub-base. Any operation incidental to or necessarily has to be in contemplation of tenderer while filing tender, or necessary for proper execution of the item included in the Schedule of quantities or in the schedule of rates mentioned above, whether or not, specifically indicated in the description of the item and the relevant specifications, shall be deemed to be included in the rates quoted by the tenderer or the rate given in the said schedule of rates, as the case may be. Nothing extra shall be admissible for such operations.

4.3 Action in Case Work not Done as per Specifications:

All works under or in course of execution or executed in pursuance of the contract shall at all times be open and accessible to the inspection and supervision of the Employer, his authorized subordinates in charge of the work and all the superior officers, officer of the Quality Control Organization of the Department and of the Chief Technical Examiner’s Office, and the Contractor shall, at all times, during the usual working hours and at all other times at which reasonable notice of the visit of such officers has been given to the Contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing, present for that purpose. Orders given to the Contractor’s agent shall be considered to have the same force as if they had been given to the Contractor himself. If it shall appear to the Employer or his authorized subordinates in-charge of the work or to the Engineer in charge of Quality Control or his subordinate officers or to the Chief Technical Examiner or his subordinate officers, that any work has been executed with unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance with the contract the Contractor shall, on demand in writing which shall be made within six months of the completion of the work from the Employer specifying the work, materials or articles complained of notwithstanding that the same may have been passed, certified and paid for forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost. In the event of the failing to do so within a period specified by the Employer in his demand aforesaid, then the Contractor shall be liable to pay compensation at the same rate as under clause 8.2 of the contract (for non-completion of the work in time) for this default. In such case the Employer may not accept the item of work at the rates applicable under the contract but may accept such items at reduced rates as the competent authority may consider reasonable during the preparation of on account bills or final bill if the item is so acceptable without detriment to the safety and utility of the item and the structure or he may reject the work outright without any payment and/or get it and other connected and incidental items rectified, or removed and re-executed at the risk and cost of the Contractor. Decision of the Employer to be conveyed in

writing in respect of the same will be final and binding on the Contractor.

Page27

4.4 Contractor Liable For Damages, Defects During Defects liability period:

If the Contractor or his working staff or servants shall break, deface, injure or destroy any part of building in which they may be working, or any building, road, road kerb, fence, enclosure, water pipe, cables, drains, electric or telephone post or wires, trees, grass or grassland, or cultivated ground contiguous to the premises on which the work or any part is being executed, or if any damage shall happen to the work while in progress, from any cause whatever or if any defect, shrinkage or other faults appear in the work within the period as specified in the Bidding Document after a certificate final or otherwise of its completion shall have been given by the Employer as aforesaid arising out of defect or improper materials or workmanship the Contractor shall upon receipt of a notice in writing on that behalf make the same good at his own expense or in default the Engineer cause the same to be made good by other workmen and deduct the expense from any sums that may be due or at any time thereafter may become due to the Contractor, or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof. The security deposit of the Contractor shall not be refunded before the expiry defects liability period after the issue of the certificate final or otherwise, of completion of work, or till the final bill has been prepared and passed whichever is later. In case of Maintenance and Operation works of E&M services, the security deposit deducted from Contractors shall be refunded within one month from the date of final payment or within one month from the date of completion of the maintenance contract whichever is earlier.

4.5 Contractor Shall Supply Tools & Plants, etc:

The Contractor shall provide at his own cost all materials , plant, tools, appliances , implements, ladders, cordage, tackle, scaffolding and temporary works required for the proper execution of the work, whether original, altered or substituted and whether included in the specifications or other documents forming part of the contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Employer as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage thereof to and from the work. The Contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works, and counting, weighing and assisting the measurement for examination at any time and from time to time of the work or materials. Failing his so doing, the same may be provided by the Employer at the expense of the Contractor and the expenses may be deducted, from any money due to the Contractor, under this contract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of a sufficient portions thereof.

4.6 Employment of Technical Staff and Employees:

Contractors Superintendence, Supervision, Technical Staff & Employees (i) The contractor shall provide all necessary superintendence during execution of the work and all along thereafter as may be necessary for proper fulfilling of the obligations under the contract. The contractor shall immediately after receiving letter of acceptance of the Bid and before commencement of the work, intimate in writing to the Employer the name(s), qualifications, experience, age, address(s) and other particulars along with certificates of the principal technical representative to be in charge of the work and other technical representative(s) who will be supervising the work. Minimum requirement of such technical representative(s) and their qualifications and experience shall not be lower than specified in Bidding Document. The Employer shall within 3 days of receipt of such communication intimate in writing his approval or otherwise of such representative(s) to the contractor. Any such approval may at any time be withdrawn and in case of such withdrawal, the contractor shall appoint another such representative(s) according to the

provisions of this clause. Decision of the bid accepting authority shall be final and binding

Page28

on the contractor in this respect. Such a principal technical representative and other technical representative(s) shall be appointed by the contractor soon after receipt of the approval from Employer and shall be available at site before start of work. All the provisions applicable to the principal technical representative under the clause will also be applicable to other technical representative(s). The principal technical representative and other technical representative(s) shall be present at the site of work for supervision at all times when any construction activity is in progress and also present himself/themselves, as required, to the Employer and/or his designated representative to take instructions. Instructions given to the technical representative(s) shall be deemed to have the same post as if these have been given to the contractor. The principal technical representative(s) shall be actually available at site fully during all stages of execution of work, during recording/checking/test checking of measurement of works and whenever so required by the Employer and shall also note down instructions conveyed by the Employer or his designated representative(s) in the Site Order Book and shall affix his/their signature(s) in token of noting down the instructions and in token of acceptance of measurements/checked measurements/test checked measurements. The representative(s) shall not look after any other work. Substitutes, duly approved by Employer of the work in similar manner as aforesaid shall be provided in event of absence of any of the representative(s)by more than two days. If the Employer, whose decision in this respect is final and binding on the contractor, is convinced that no such technical representative(s) is/are effectively appointed or/is/are effectively attending or fulfilling the provision of this clause, a recovery (non-refundable) shall be effected from the contractor as specified in Bidding Data and the decision of the Employer as recorded in the Site Order Book and measurements recorded, checked/test checked in Measurement Books shall be final and binding on the contractor. Further if the contractor fails to appoint a suitable principal technical representative and/or other technical representative(s) and if such appointed persons are not effectively present or are absent by more than two days without duly approved substitute or do not discharge their responsibilities satisfactorily, the Employer shall have full powers to suspend the execution of the work until such date as a suitable other technical representative(s) is/are appointed and the contractor shall be held responsible for the delay so caused to the work. The contractor shall submit a certificate of employment of the technical representative(s) along with every on account bill/final bill and shall produce evidence if at any time so required by the Employer. (ii) The contractor shall provide and employ on the site only such technical assistants as are skilled and experienced in their respective fields and such foremen and supervisory staff as are competent to give proper supervision to the work. The contractor shall provide and employ skilled, semiskilled and unskilled labour as is necessary for proper and timely execution of the work. The minimum strength of trained and certified workers shall be 5 % of the total strength employed. The accepted certification shall be granted by government authorize organizations. (iii) The Employer shall be at liberty to object to and require the Contractor to remove from the works any person who in his opinion misconducts himself, or is incompetent or negligent in the performance of his duties or whose employment is otherwise considered by the Employer to be undesirable. Such person shall not be employed again at works site without the written permission of the Employer and the persons so removed shall be replaced as soon as possible by competent substitutes.

5.0 Materials and Machineries

5.1 Materials to be Provided by the Contractor : The Contractor shall, at his own expense, provide all materials, required for the works other than those which are stipulated to be supplied by the Employer. The Contractor shall, at his own expense and without delay; supply to the Employer samples of

materials to be used on the work and shall get these approved in advance. All such materials to be

Page29

provided by the Contractor shall be in conformity with the specifications laid down or referred to in the contract. The Contractor shall, if requested by the Employer furnish proof, to the satisfaction of the Employer that the materials so comply. The Employer shall within thirty days of supply of samples or within such further period as he may require intimate to the Contractor in writing whether samples are approved by him or not. If samples are not approved, the Contractor shall forthwith arrange to supply to the Employer for his approval fresh samples complying with the specifications laid down in the contract. When materials are required to be tested in accordance with specifications, approval of the Employer shall be issued after the test results are received. The Contractor shall at his risk and cost submit the samples of materials to be tested or analyzed and shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and materials finally accepted by the Employer. The Contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of materials. The contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as the Employer may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Employer and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications. The Employer or his authorized representative shall at all times have access to the works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the works and the Contractor shall afford every facility and every assistance in obtaining the right to such access. The Employer shall have full powers to require the removal from the premises of all materials which in his opinion are not in accordance with the specifications and in case of default, the Employer shall be at liberty to employ at the expense of the Contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The Employer shall also have full powers to require other proper materials to be substituted thereof and in case of default, the Employer because the same to be supplied and all costs which may attend such removal and substitution shall be borne by the Contractor.

5.2 Dismantled Material Government Property: The Contractor shall treat all materials obtained during dismantling of a structure, excavation of the site for a work, etc. as Government’s property and such materials shall be disposed off to the best advantage of Government according to the instructions in writing issued by the Employer.

5.3 Arrangement for Water for Construction:

The contractor(s) shall make his/their own arrangements for water required for the work and nothing extra will be paid for the same. This will be subject to the following conditions:

(i) That the water used by the Contractor(s) shall be fit for construction purposes to the satisfaction of the Engineer. (ii) The Engineer shall make alternative arrangements for supply of water at the risk and cost of contractor(s) if the arrangements made by the contractor(s) for procurement of water are in the opinion of the Engineer, unsatisfactory.

Water if available may be supplied to the contractor by the Employer subject to the following conditions:

(i) The water charges @ 1% shall be recovered on gross amount of the work done. (ii) The contractor(s) shall make his/their own arrangement of water connection and laying of

pipelines from existing main source of supply.

Page30

(iii) The Department do not guarantee to maintain uninterrupted supply of water and it will be incumbent on the contractor(s) to make alternative arrangements for water at his/their own cost in the event of any temporary break down in the Government water main so that the progress of his/their work is not held up for want of water. No claim of damage or refund of water charges will be entertained on account of such break down. Where there is no piped water supply arrangement and the water is taken by the Contractor from the wells or hand pump constructed by the Government, no charge shall be recovered from the Contractor on that account except the costs of pumping out such water, power, diesel, water pumps etc. The Contractor shall, however, draw water at such hours of the day that it does not interfere with the normal use for which the hand pumps and wells are intended. He will also be responsible for all damage and abnormal repairs arising out of his use, the cost of which shall be recoverable from him. The Employer shall be the final authority to determine the cost recoverable from the Contractor on this account and his decision shall be binding on the Contractor. The Contractor shall be allowed to construct temporary wells in Government land for taking water for construction purposes only after he has got permission of the Employer in writing. No charges shall be recovered from the contractor on this account, but the contractor shall be required to provide necessary safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service lines. He shall be responsible for any accidents or damage caused due to construction and subsequent maintenance of the wells and shall restore the ground to its original condition after the wells are dismantled on completion of the work.

5.4 Use of Asphaltic Material:

(i) The Contractor agrees and undertakes to make arrangement for the supervision of the work by the firm supplying the tar or bitumen used. (ii) The Contractor shall collect the total quantity of tar or bitumen required for the work as per standard formula, before the process of painting is started and shall hypothecate it to the Employer. If any bitumen or tar remains unused on completion of the work on account of lesser use of materials in actual execution for reasons other than authorized changes of specifications and abandonment of portion of work, a corresponding deduction equivalent to the cost of unused materials as determined by the Employer shall be made and the material return to the Contractors. Although the materials are hypothecated to Government, the Contractor agrees and undertakes the responsibility for their proper watch, safe custody and protection against all risks. The materials shall not be removed from site of work without the consent of the Employer in writing. (iii) The Contractor shall be responsible for rectifying defects noticed within a year from the date of completion of the work and the portion of the security deposit relating to asphaltic work shall be refunded after the expiry of this period. 6.0 Measurement and Payment

6.1 Measurements of Work Done:

Engineer shall, except as otherwise provided, ascertain and determine by measurement the value in accordance with the contract of work done. All measurement of all items having financial value shall be entered in Measurement Book and/or level field book so that a complete record is obtained of all works performed under the contract. All measurements and levels shall be taken jointly by the Engineer or his authorized representative and by the contractor or his authorized representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer and the contractor or their representatives in token of their acceptance. If the contractor objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by both the parties. If for any reason the contractor or his authorized representative is not available and the work of

recording measurements is suspended by the Engineer or his representative, the Engineer shall not

Page31

entertain any claim from contractor for any loss or damages on this account. If the contractor or his authorized representative does not remain present at the time of such measurements after the contractor or his authorized representative has been given a notice in writing three (3) days in advance or fails to countersign or to record objection within a week from the date of the measurement, then such measurements recorded in his absence by the Engineer or his representative shall be deemed to be accepted by the Contractor. The contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for measurements and recording levels. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the specifications notwithstanding any provision in the relevant Standard Method of measurement or any general or local custom. In the case of items which are not covered by specifications, measurements shall be taken in accordance with the relevant standard method of measurement issued by the Bureau of Indian Standards and if for any item no such standard is available then a mutually agreed method shall be followed. The Contractor shall give not less than seven days’ notice to the Employer or his authorized representative in-charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before the same is covered up or placed beyond the reach of measurement and shall not cover up and place beyond reach of measurement any work without consent in writing of the Employer or his authorized representative in-charge of the work who shall within the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of measurements without such notice having been given or the Employer’s consent being obtained in writing the same shall be uncovered at the Contractor’s expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. Employer or his authorized representative may cause either themselves or through another officer of the department to check the measurements recorded jointly or otherwise as aforesaid and all provisions stipulated herein above shall be applicable to such checking of measurements or levels. It is also a term of this contract that recording of measurements of any item of work in the measurement book and/or its payment in the interim, on account or final bill shall not be considered as conclusive evidence as to the sufficiency of any work or material to which it relates nor shall it relieve the Contractor from liabilities from any over measurement or defects noticed till completion of the defects liability period.

6.2 Intermediate Payment:

No payment shall be made for work, estimated to cost Rs. Two Lakh or less till after the whole of the work shall have been completed and certificate of completion given. For works estimated to cost over Rs. Two Lakh, the interim or running account bills shall be submitted by the Contractor for the work executed on the basis of such recorded measurements on the format of the Department in triplicate on or before the date of every month fixed for the same by the Employer. The Contractor shall not be entitled to be paid any such interim payment if the gross work done together with net payment/adjustment of advances for material collected, if any, since the last such payment is less than Rs. Two Lakh, in which case the interim bill shall be prepared on the appointed date of the month after the requisite progress is achieved. Employer shall arrange to have the bill verified by taking or causing to be taken, where necessary, the requisite measurements of the work. In the event of the failure of the Contractor to submit the bills, Engineer shall prepare or cause to be prepared such bills in which event no claims whatsoever due to delays on payment including that of interest shall be payable to the Contractor. Payment on account of amount admissible shall be made by the Employer certifying the sum to which the Contractor is considered entitled by way of interim payment at such rates as decided by the Employer. The amount admissible shall be paid by 14th working day after the day of presentation of the bill by the Contractor to the Engineer

together with the account of the material issued by the department, or dismantled materials, if any.

Page32

In the case of works outside the headquarters of the Employer, the period of 14 working days will be extended to 21 working days. All such interim payments shall be regarded as payment by way of advances against final payment only and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the Employer relating to the work done or materials delivered forming part of such payment, may be modified or corrected by any subsequent such certificate(s) or by the final certificate and shall not by itself be conclusive evidence that any work or materials to which it relates is/are in accordance with the contract and specifications. Any such interim payment, or any part thereof shall not in any respect conclude, determine or affect in any way powers of the Employer under the contract or any of such payments be treated as final settlement and adjustment of accounts or in any way vary or affect the contract. Pending consideration of extension of date of completion, interim payments shall continue to be made as herein provided without prejudice to the right of the Employer to take action under the terms of this contract for delay in the completion of work, if the extension of date of completion is not granted by the competent authority.

6.3 Completion Certificate And Completion Plans:

Within ten days of the completion of the work, the Contractor shall give notice of such completion to the Employer and within thirty days of the receipt of such notice the Employer shall inspect the work and if there is no defect in the work, shall furnish the Contractor with a final certificate of completion, otherwise a provisional certificate of physical completion indicating defects (a) to be rectified by the contractor and/or (b) for which payment will be made at reduced rates, shall be issued. But no final certificate of completion shall be issued, nor shall the work be considered to be complete until the contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitary arrangements required for his/their work people on the site in connection with the execution of the works as shall have been erected or constructed by the contractor(s) and cleaned off the dirt from all wood work, doors, windows, walls, floor or other parts of the building, in, upon, or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and not until the work shall have been measured by the Employer. If the contractor shall fail to comply with the requirements of this Clause as to removal of scaffolding, surplus materials and rubbish and all huts and sanitary arrangements as aforesaid and cleaning off dirt on or before the date fixed for the completion of work, the Employer may at the expense of the contractor remove such scaffolding, surplus materials and rubbish etc., and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and the contractor shall have no claim in respect of scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof. When the annual repairs and maintenance of works are carried out, the splashes and droppings from white washing, colour washing, painting etc., on walls, floor, windows, etc. shall be removed and the surface cleaned simultaneously with the completion of these items of work in the individual rooms, quarters or premises etc. where the work is done without waiting for the actual completion of all the other items of work in the contract. In case the Contractor fails to comply with the requirements of this clause, the Employer shall have the right to get this work done at the cost of the Contractor either departmentally or through any other agency. Before taking such action, the Employer shall give ten days notice in writing to the contractor.

6.4 Payment of Final Bill:

The final bill shall be submitted by the Contractor in the same manner as specified in interim bills within one months of physical completion of the work or within one month of the date of the final certificate of completion furnished by the Employer whichever is earlier. No further claims shall be made by the Contractor after submission of the final bill and these shall be deemed to have been

waived and extinguished. Payments of those items of the bill in respect of which there is no dispute

Page33

and of items in dispute, for quantities and rates as approved by Employer, will, as far as possible be made within a period of three months, the period being reckoned from the date of receipt of the bill by the Engineer, complete with account of dismantled materials.

6.5 Release of Security Deposit after Labour Clearance:

Security Deposit of the work shall not be refunded till the Contractor produces a clearance certificate from the Labour Officer. As soon as the work is virtually complete the Contractor shall apply for the clearance certificate to the Labour Officer under intimation to the Employer. The Employer, on receipt of the said communication, shall write to the Labour Officer to intimate if any complaint is pending against the Contractor in respect of the work. If no complaint is pending, on record till after 3 months after completion of the work and/or no communication is received from the Labour Officer to this effect till six months after the date of completion, it will be deemed to have received the clearance certificate and the Security Deposit will be released if otherwise due.

6.6 Secured Advance on non-Perishable Materials:

The Contractor, on signing an indenture in the form to be specified by the Employer, shall be entitled to be paid during the progress of the execution of the work up to 75% of the assessed value of any materials which are in the opinion of the Employer non-perishable, non-fragile and non- combustible and are in accordance with the contract and which have been brought on the site in connection therewith and are adequately stored and/or protected against damage by weather or other causes but which have not at the time of advance been incorporated in the works. When materials on account of which an advance has been made under this sub-clause are incorporated in the work, the amount of such advance shall be recovered/ deducted from the next payment made under any of the clause or clauses of this contract. Such secured advance shall also be payable on other items of perishable nature, fragile and combustible with the approval of the Employer provided the Contractor provides a comprehensive insurance cover for the full cost of such materials. The decision of the Employer shall be final and binding on the contractor in this matter. No secured advance, shall however, be paid on high-risk materials such as ordinary glass, sand, petrol, diesel etc.

6.7 Compensation During Warlike Situation:

The work (whether fully constructed or not) and all materials, machines, tools and plants, scaffolding, temporary buildings and other things connected therewith shall be at the risk of the Contractor until the work has been delivered to the Employer and a certificate from him to that effect obtained. In the event of the work or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequence of hostilities or warlike operation (i.e. war, border skirmishes, invasion, act of foreign enemies, rebellion, revolution, insurrection of military or usurped powers, or civil war, action against terrorist/ militants), the Contractor shall, when ordered (in writing) by the Employer to remove any debris from the site, collect and properly stack or remove in store all serviceable materials salvaged from the damaged work and shall be paid at the contract rates in accordance with the provision of this agreement for the work of clearing the site of debris, stacking or removal of serviceable material and for reconstruction of all works ordered by the Employer, such payments being in addition to compensation up to the value of the work originally executed before being damaged or destroyed and not paid for. In case of works damaged or destroyed but not already measured and paid for, the compensation shall be assessed by the Employer. The Contractor shall be paid for the damages/destruction suffered and for the restoring the material at the rate based on analysis of rates tendered for in accordance with the provision of the contract. The certificate of the Employer regarding the quality and quantity of materials and the purpose for which they were collected shall be final and binding on all parties to this contract.

Provided always that no compensation shall be payable for any loss in consequence of hostilities or

Page34

warlike operations (a) unless the contractor had taken all such precautions against air raid as are deemed necessary by the A.R.P. Officers or the Employer (b) for any material etc. not on the site of the work or for any tools, plant, machinery, scaffolding, temporary building and other things not intended for the work. In the event of the contractor having to carry out reconstruction as aforesaid, he shall be allowed such extension of time for its completion as is considered reasonable by the Employer.

7.0 Observance of Labour Regulation

7.1 Recovery Of Compensation Paid To Workmen: In every case in which by virtue of the provisions sub-section (1) of Section 12, of the Workmen’s Compensation Act, 1923, Government is obliged to pay compensation to a workman employed by the contractor, in execution of the works, Government will recover from the contractor, the amount of the compensation so paid; and, without prejudice to the rights of the Government under sub-section (2) of Section 12, of the said Act, Government shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by Government to the contractor whether under this contract or otherwise. Government shall not be bound to contest any claim made against it under sub-section (1) Section 12, of the said Act, except on the written request of the contractor and upon his giving to Government full security for all costs for which Government might become liable in consequence of contesting such claim.

7.2 Ensuring Payment and Amenities To Workman, If Contractor Fails:

In every case in which by virtue of the provisions of the Contract Labour (Regulation and Abolition) Act, 1970, and of the Contract Labour (Regulation and Abolition) Central Rules, 1971, Government is obliged to pay any amounts of wages to a workman employed by the contractor in execution of the works, or to incur any expenditure in providing welfare and health amenities required to be provided under the above said Act and the rules under Clause 7.10 or under the Contractor’s Labour Regulations, or under the Rules framed by Government from time to time for the protection of health and sanitary arrangements for workers employed by Contractors, Government will recover from the contractor, the amount of wages so paid or the amount of expenditure so incurred; and without prejudice to the rights of the Government under sub-section(2) of Section 20, and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition) Act, 1970, Government shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by Government to the contractor whether under this contract or otherwise Government shall not be bound to contest any claim made against it under sub- section (1) of Section 20, sub-section (4) of Section 21, of the said Act, except on the written request of the contractor and upon his giving to the Government full security for all costs for which Government might become liable in contesting such claim.

7.3 Labour Laws to be Complied

The Contractor shall obtain a valid licence under the Contract Labour (R&A) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules 1971, before the commencement of the work, and continue to have a valid license until the completion of the work. The contractor shall also abide by the provisions of the Child Labour (Prohibition and Regulation) Act, 1986. The contractor shall also comply with the provisions of the building and other Construction Workers (Regulation of Employment & Conditions of Service) Act, 1996 and the building and other Construction Workers Welfare Cess Act, 1996. Any failure to fulfil these requirements shall attract the penal provisions of this contract arising out of the resultant non-execution of the work. No labour below the age of fourteen years shall be employed on the work.

7.4 Payment of Wages:

Page35

(i) The Contractor shall pay to labour employed by him either directly or through sub- contractors, wages not less than fair wages as defined in Contractor’s Labour Regulations or as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970 and the contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable. (ii) The Contractor shall, notwithstanding the provisions of any contract to the contrary, cause to be paid fair wage to labour indirectly engaged on the work, including any labour engaged by his subcontractors in connection with the said work, as if the labour had been immediately employed by him. (iii) In respect of all labour directly or indirectly employed in the works for performance of the contractor’s part of this contract, the Contractor shall comply with or cause to be complied with the contractor’s Labour Regulations made by Government from time to time in regard to payment of wages, wage period, deductions from wages recovery of wages not paid and deductions unauthorisedly made, maintenance of wage books or wage slips, publication of scale of wages and other terms of employment, inspection and submission of periodical returns and all other matters of the like nature or as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable. (iv) (a) The Employer concerned shall have the right to deduct from the moneys due to the contractor any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non-fulfillment of the conditions of the contract forth benefit of the workers, non- payment of wages or of deductions made from his or their wages which are not justified by their terms of the contract or non-observance of the Regulations. (b) Under the provision of Minimum Wages (Central) Rules 1950, the contractor is bound to allow to the labours directly or indirectly employed in the works one day rest for 6 days continuous work and pay wages at the same rate as for duty. In the event of default, the Employer shall have the right to deduct the sum or sums not paid on account of wages for weekly holidays to any labours and pay the same to the persons entitled thereto from any money due to the contractor by the Employer concerned.

(v) The contractor shall comply with the provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947, Maternity Benefits Act, 1961, and the Contractor’s Labour (Regulation and Abolition) Act 1970, or the modifications thereof or any other laws relating thereto and the rules made thereunder from time to time. (vi) The contractor shall indemnify and keep indemnified Government against payments to be made under and for the observance of the laws aforesaid and the Contractor’s Labour Regulations without prejudice to his right to claim indemnity from his sub-contractors. (vii) The laws aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this contract. (viii) Whatever is the minimum wage for the time being, or if the wage payable is higher than such wage, such wage shall be paid by the Contractor to the workmen directly without the intervention of Jamadar and that Jamadar shall not be entitled to deduct or recover any amount from the minimum wage payable to the workmen as and by way of commission or otherwise. (ix) The contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by the Jamadar from the wage of workmen.

7.5 Arrangement for Safety Provisions

In respect of all labour directly or indirectly employed in the work for the performance of the

Page36

Contractor’s part of this contract, the Contractor shall at his own expense arrange for the safety provisions as per. Safety Code framed from time to time and shall at his own expense provide for all facilities in connection therewith. In case the Contractor fails to make arrangement and provide necessary facilities as aforesaid, he shall be liable to pay a penalty of Rs.500/- for each default and in addition the Employer shall be at liberty to make arrangement and provide facilities as aforesaid and recover the costs incurred in that behalf from the Contractor.

7.6 Submission Of Labour Return

The contractor shall submit by the 4th and 19th of every month, to the Engineer a true statement showing in respect of the second half of the preceding month and the first half of the current month respectively:

(1) the number of labourers employed by him on the work, (2) their working hours, (3) the wages paid to them, (4) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them, and (5) the number of female workers who have been allowed maternity benefit according to Clause 7.8 and the amount paid to them.

Failing which the Contractor shall be liable to pay to Government, a sum not exceeding Rs.500/- for each default or materially incorrect statement. The decision of the Employer shall be final in deducting from any bill due to the Contractor the amount levied as fine and be binding on the contractor.

7.7 Rules Framed By Govt. To Be Complied

In respect of all labour directly or indirectly employed in the works for the performance of the Contractor's part of this contract, the Contractor shall comply with or cause to be complied with all the rules framed by Government from time to time for the protection of health and sanitary arrangements for workers employed by the contractors.

7.8 Leave And Pay Regulations

Leave and pay during leave shall be regulated as follows: 1. Leave: (i) in the case of delivery - maternity leave not exceeding 8 weeks, 4 weeks up to and including the day of delivery and 4 weeks following that day, (ii) in the case of miscarriage – up to 3 weeks from the date of miscarriage. 2. Pay: (i) in the case of delivery - leave pay during maternity leave will be at the rate of the women’s average daily earnings, calculated on total wages earned on the days when full time work was done during a period of three months immediately preceding the date on which she gives notice that she expects to be confined or at the rate of Rupee one only a day whichever is greater. (ii) in the case of miscarriage - leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time work was done during a period of three months immediately preceding the date of such miscarriage. 3. Conditions for the grant of Maternity Leave: No maternity leave benefit shall be admissible to a woman unless she has been employed for a total period of not less than six months immediately preceding the date on which she

proceeds on leave.

Page37

4. The contractor shall maintain a register of Maternity (Benefit) in the Prescribed Form , and the same shall be kept at the place of work.

7.9 Default of any of the Provisions of Contractors’ Labour Regulations

In the event of the contractor(s) committing a default or breach of any of the provisions , Contractor’s Labour Regulations and Model Rules for the protection of health and sanitary arrangements for the workers as amended from time to time or furnishing any information or submitting or filing any statement under the provisions of the above Regulations and Rules which is materially incorrect, he/they shall, without prejudice to any other liability, pay to the Govt. a sum not exceeding Rs500/- for every default, breach or furnishing, making, submitting, filing such materially incorrect statements and in the event of the contractor(s) defaulting continuously in this respect, the penalty may be enhanced to Rs.200/- per day for each day of default subject to a maximum of 5 per cent of the estimated cost of the work put to tender. The decision of the Employer shall be final and binding on the parties. Should it appear to the Engineer that the contractor(s) is/ are not properly observing and complying with the provisions of the Contractor’s Labour Regulations and Model Rules and the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour ( R& A) Central Rules 1971, for the protection of health and sanitary arrangements for work-people employed by the contractor(s) (hereinafter referred as “the said Rules”) the Employer shall have power to give notice in writing to the contractor(s) requiring that the said Rules be complied with and the amenities prescribed therein be provided to the work-people within a reasonable time to be specified in the notice. If the contractor(s) shall fail within the period specified in the notice to comply with and/ observe the said Rules and to provide the amenities to the work-people as aforesaid, the Employer shall have the power to provide the amenities hereinbefore mentioned at the cost of the contractor(s). The contractor(s) shall erect, make and maintain at his/their own expense and to approved standards all necessary tents and sanitary arrangements required for his/their work-people on the site in connection with the execution of the works, and if the same shall not have been erected or constructed, according to approved standards, the Employer shall have power to give notice in writing to the contractor(s) requiring that the said tents and sanitary arrangements be remodelled and/or reconstructed according to approved standards, and if the contractor(s) shall fail to remodel or reconstruct such huts and sanitary arrangements according to approved standards within the period specified in the notice, the Employer shall have the power to remodel or reconstruct such huts and sanitary arrangements according to approved standards at the cost of the contractor(s).

7.10 Provision Of Tents, Water Supply to the Labourer

The contractor(s) shall at his/their own cost provide his/their labour with following facilities a) Sufficient numbers of tents. b) Sufficient numbers of latrines and urinals covered by tents. c) Sufficient quantity of water for drinking and other purposes. d) Proper drainage and sanitation.

7.11 Removal of Contractor’s Employee

The Employer may require the contractor to dismiss or remove from the site of the work any person or persons in the contractors’ employ upon the work who may be incompetent or misconduct himself and the contractor shall forthwith comply with such requirements.

8.0 Operation of contract

8.1 Time and Extension for Delay

Page38

The time allowed for execution of the Works as specified in the Bidding data or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of the works shall commence from such time period as mentioned in letter of acceptance or from the date of handing over of the site whichever is later. If the Contractor commits default in commencing the execution of the work as aforesaid, Government shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money & performance guarantee absolutely.

As soon as possible after the Contract is concluded the Contractor shall submit a Time and Progress Chart and get it approved by the Employer. It shall indicate the forecast of the dates of commencement and completion of various trades of sections of the work and may be amended as necessary by agreement between the Employer and the Contractor and further to ensure good progress during the execution of the work, the contractor shall in all cases complete the work as per the schedule.

If the work(s) be delayed by:

(i) force majeure events, or (ii) abnormally bad weather, or (iii) serious loss or damage by fire, or (iv) civil commotion, local commotion of workmen, strike (excluding by Party’s employees) or lockout (excluding by Party’s employees), affecting any of the trades employed on the work , or (v) delay on the part of other contractors or tradesmen engaged by Employer in executing work not forming part of the Contract, or (vi) any other cause which, in the absolute discretion of the authority mentioned in Bidding Data is beyond the Contractor’s control and not brought about at the instance of the Contractor claiming to be affected by such event.

then upon the happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Employer but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Employer to proceed with the works. Request for rescheduling of work and extension of time, to be eligible for consideration, shall be made by the Contractor in writing within fourteen days of the happening of the event causing delay on the prescribed form. The Contractor may also, if practicable, indicate in such a request the period for which extension is desired. In any such case the authority mentioned in Bidding Data may give a fair and reasonable extension of time. Such extension shall be communicated to the Contractor by the Employer in writing, within 2 months of the date of receipt of such request. Non application by the contractor for extension of time shall not be a bar for giving a fair and reasonable extension by the Employer and this shall be binding on the contractor.

8.2 Compensation For Delay

If the contractor fails to maintain the required progress in terms of clause 8.1 or to complete the work and clear the site on or before the contract or extended date of completion, he shall, without prejudice to any other right or remedy available under the law to the Government on account of such breach, pay as agreed compensation the amount calculated at the rates stipulated below as the competent authority (whose decision in writing shall be final and binding) may decide on the amount of tendered value of the work for every completed day/ week (as applicable) that the progress remains below that specified in Clause 8.1 or that the work remains incomplete. This will also apply to items or group of items for which a separate period of completion has been

specified.

Page39

Compensation @ 1.0 % per week of delay for delay of work to be computed on per day basis for repairs work up to Rs. 10 Lakh and for all other works 0.5% of the contract value per week of delay subject to maximum of 10% of contract value. Provided always that the total amount of compensation for delay to be paid under this Condition shall not exceed 10% of the Bid Value of work or of the Bid Value of the item or group of items of work for which a separate period of completion is originally given. The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other contract with the Government.

8.3 When Contract Can Be Determined

Subject to other provisions contained in this clause, the Employer may, without prejudice to his any other rights or remedy against the Contractor in respect of any delay, inferior workmanship, any claims for damages and/or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases:

(i) If the contractor having been given by the Employer a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in an inefficient or otherwise improper or un-workmanlike manner shall omit to comply with the requirement of such notice for a period of seven days thereafter. (ii) If the contractor being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle the court to make a winding up order. (iii) If the contractor has, without reasonable cause, suspended the progress of the work or has failed to proceed with the work with due diligence so that in the opinion of the Employer (which shall be final and binding) he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of seven days from the Employer. (iv) If the contractor fails to complete the work within the stipulated date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Employer. (v) If the contractor persistently neglects to carry out his obligations under the contract and/or commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Employer. (vi) If the contractor commits any acts mentioned in Clause2.1 hereof; or (vii) If the work is not started by the contractor within 1/8th of the stipulated time. When the contractor has made himself liable for action under any one or more of the cases aforesaid, the Employer on behalf of the President of India shall have powers:

a) To determine or rescind the contract as aforesaid (of which termination or rescission notice in writing to the contractor under the hand of the Employer shall be conclusive evidence). Upon such determination or rescission, the Earnest Money Deposit, Security Deposit already recovered and Performance Guarantee under the contract shall be liable to be forfeited and shall be absolutely at the disposal of the Government/ the Employer. b) After giving notice to the contractor to measure up the work of the contractor and to take such whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to another contractor to complete the work. The

contractor, whose contract is determined or rescinded as above, shall not be

Page40

allowed to participate in the tendering process for the balance work.

In the event of above courses being adopted by the Employer, the contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract. And in case action is taken under any of the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this contract unless and until the Employer has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.

8.4 Foreclosure of Contract due to Abandonment or Reduction In Scope of Work

If at any time after acceptance of the bid, the Employer/ Government shall decide to abandon or reduce the scope of the works for any reason whatsoever and hence not require the whole or any part of the works to be carried out, the Employer shall give notice in writing to that effect to the contractor and the contractor shall act accordingly in the matter. The contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works.

The contractor shall be paid at contract rates full amount for works executed at site and, in addition, a reasonable amount as certified by the Engineer for the items hereunder mentioned which could not be utilised on the work to the full extent in view of the foreclosure:

(i) Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporary labour huts, staff quarters and site office; storage accommodation and water storage tanks. (ii) Government shall have the option to take over contractor’s materials or any part thereof either brought to site or of which the contractor is legally bound to accept delivery from suppliers (for incorporation in or incidental to the work) provided, however, Government shall be bound to take over the materials or such portions thereof as the contractor does not desire to retain. For materials taken over or to be taken over by Government, cost of such materials as detailed by Engineer shall be paid. The cost shall, however, take into account purchase price, cost of transportation and deterioration or damage which may have been caused to materials whilst in the custody of the contractor. (iii) Reasonable compensation for transfer of T & P from site to contractor’s permanent stores or to his other works, whichever is less. If T & P are not transported to either of the said places, no cost of transportation shall be payable. (iv) Reasonable compensation for repatriation of contractor’s site staff and imported labour to the extent necessary.

The contractor shall, if required by the Engineer furnish to him books of account, wage books, time sheets and other relevant documents and evidence as may be necessary to enable him to certify the reasonable amount payable under this condition.

The reasonable amount of items on (i), (iii) and (iv) above shall not be in excess of 2% of the cost of the work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as per accepted bid less the cost of work actually executed under the contract and less the cost of contractor’s materials at site taken over by the Government as per item (ii) above. Provided always that against any payments due to the contractor on this account or otherwise, the Employer shall be entitled to recover or be credited with any outstanding balances due from the contractor for

advance paid in respect of any tool, plants and materials and any other sums which at the date of

Page41

termination were recoverable by the Government from the contractor under the terms of the contract.

8.5 Cancellation Of Contract In Full Or Part

If Contractor: (i) at any time makes default in proceeding with the works or any part of the work with the due diligence and continues to do so after a notice in writing of 7 days from the Employer; or (ii) commits default to complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Employer; or (iii) fails to complete the works or items of work with individual dates of completion, on or before the date(s) of completion, and does not complete them within the period specified in a notice given in writing in that behalf by the Employer; or (iv) shall offer or give or agree to give to any person in Government service or to any other person of his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other contract for Government; or (v) shall enter into a contract with Government in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to the Accepting Authority/Employer; or (vi) shall obtain a contract with Government as a result of wrong tendering or other non- bonafide methods of competitive tendering; or (vii) being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors; or (viii) being a company, shall pass a resolution or the Court shall make an order for the winding up of the company, or a receiver or manager on behalf of the debenture holders or otherwise shall be appointed or circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or manager; or (ix) shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days; or (x) assigns, transfers, sublets (engagement of labour on a piece-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer sublet or otherwise parts with the entire works or any portion thereof without the prior written approval of the Accepting Authority;

The Accepting Authority may, without prejudice to any other right or remedy which shall have accrued or shall accrue hereafter to Government, by a notice in writing to cancel the contract as a whole or only such item of work in default from the Contract.

The Employer shall on such cancellation by the Accepting Authority have powers to:

(i) take possession of the site and any materials, constructional plant, implements, stores,

etc., thereon; and/or

Page42

(ii) carry out the incomplete work by any means at the risk and cost of the contractor.

On cancellation of the contract in full or in part, the Employer shall determine what amount, if any, is recoverable from the contractor for completion of the works or part of the works or in case the works or part of the works is not to be completed, the loss or damage suffered by Government. In determining the amount, credit shall be given to the contractor for the value of the work executed by him up to the time of cancellation, the value of contractor’s materials taken over and incorporated in the work and use of plant and machinery belonging to the contractor. Any excess expenditure incurred or to be incurred by Government in completing the works or part of the works or the excess loss or damages suffered or may be suffered by Government as aforesaid after allowing such credit shall without prejudice to any other right or remedy available to Government in law be recovered from any moneys due to the contractor on any account, and if such moneys are not sufficient, the contractor shall be called upon in writing and shall be liable to pay the same within 30 days. If the contractor shall fail to pay the required sum within the aforesaid period of 30 days, the Employer shall have the right to sell any or all of the contractors’ unused materials, constructional plant, implements, temporary buildings, etc. and apply the proceeds of sale thereof towards the satisfaction of any sums due from the contractor under the contract and if thereafter there be any balance outstanding from the contractor, it shall be recovered in accordance with the provisions of the contract. Any sums in excess of the amounts due to Government and unsold materials, constructional plant, etc., shall be returned to the contractor, provided always that if cost or anticipated cost of completion by Government of the works or part of the works is less than the amount which the contractor would have been paid had he completed the works or part of the works, such benefit shall not accrue to the contractor.

8.6 Termination Of Contract After Death Of Contractor

Without prejudice to any of the rights or remedies under this contract if the Contractor dies, the Divisional Officer on behalf of the President of India shall have the option of terminating the contract without compensation to the Contractor.

9.0 Dispute Resolution Mechanism

Except where otherwise provided in the contract, all questions and disputes relating to the meaning of the specifications, design, drawings and instructions here-in before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter:

9.1 Dispute Resolution Board

If any dispute arises between the Employer and the Contractor in connection with, or arising out of, the Contract or the execution of the Works, whether during the execution of the Works or after their completion and whether before or after the repudiation or other termination of the Contract, including any disagreement by either party with any action, inaction, opinion, instruction, determination, certificate or valuation of the Engineer, the matter in dispute shall, in the first place, be referred to the dispute resolution board here in after called “the board.”

The board shall comprise of members as defined in the bidding data. The board at its discretion

Page43

may co-opt any other officer if in its opinion it may help in resolving the dispute. Either party may refer a dispute to the Board. The board shall give a decision in writing within 30 days of reference of dispute.

Either party may refer a written decision of the board. If neither party refers the disputes to arbitration within 30 days, the board’s decision will be final and binding.

Employer at its discretion may change any of the member of the board.

9.2 Arbitration

Any dispute in respect of which the recommendation, if any, of the dispute resolution board has not become final and binding shall be finally settled in accordance with the provisions of the Arbitration and Conciliation Act, 1996 or any statutory modifications or re-enactment thereof and the rules made there under and for the time being in force. The arbitrator shall have full power to open up, review and revise any decision, and any recommendation of the conciliator related to the dispute. A Sole Arbitrator shall be appointed by the appointing authority as defined in contract data within 30 days of receipt of request from either party. If the arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason whatsoever, another arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with same reference from the stage at which it was left by his predecessor. It is a term of this contract that the arbitrator shall adjudicate only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and in all cases the arbitrator shall give reasons for the award. If any fees is payable to the arbitrator, these shall be paid equally by both the parties. It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counterstatement of claims. The venue of the arbitration shall be such place in India as may be fixed by the arbitrator in his sole discretion. Neither party shall be limited in the proceedings before such arbitrator to the evidence or arguments put before the conciliator for the purpose of obtaining its recommendation/decision. No recommendation shall disqualify conciliator or Employer from being called as a witness and giving evidence before the arbitrator on any matter whatsoever relevant to the dispute.

10 Miscellaneous provisions

(i) “Nothing contained in this Contract shall be construed as establishing or creating between the Parities, a relationship of master and servant or principal and agent. (ii) Any failure or delay on the part of any Party to exercise right or power under this Contract shall not operate as waiver thereof. (iii) The Contractor/Consultant shall notify the Employer/ the Government of India of any material change in their status, in particular, where such change would impact on performance of obligations under this Contract. (iv) Each member/constituent of the Contractor/Consultant, in case of a consortium, shall be jointly and severally liable to and responsible for all obligations towards the Employer/Government for performance of works/services including that of its Associates/Sub Contractors under the Contract. (v) The Contractor/Consultant shall at all times indemnify and keep indemnified the Employer/Government of India against all claims/damages etc. for any infringement of any Intellectual Property Rights (IPR) while providing its services under the Project. (vi) The Contractor/Consultant shall at all times indemnify and keep indemnified the Employer/Government of India against any claims in respect of any damages or compensation payable in consequences of any accident or injury sustained or suffered by

its (the Contractor’s/Consultant’s) employees or agents or by any other third Party

Page44

resulting from or by any action, omission or operation conducted by or on behalf of the Contractor/Consultant. (vii) The Contractor/ Consultant shall at all times indemnify and keep indemnified the Employer/Government of India against any and all claims by Employees, Workman, Contractors, sub-contractors, suppliers, agent(s), employed engaged or otherwise working for the Contractor, in respect of wages, salaries, remuneration, compensation or the like. (viii) All claims regarding indemnity shall survive the termination or expiry of the Contract. (ix) It is acknowledged and agreed by all Parties that there is no representation of any type, implied or otherwise, of any absorption, regularization, continued engagement or concession or preference for employment of persons engaged by the (Contractor/Consultant) for any engagement, service or employment in any capacity in any office or establishment of the Government of India or the Employer.

11 Laws Governing the Contract:

This contract shall be governed by the Laws of India for the time being in force.

Page45

SECTION IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

Page46

SECTION IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special conditions of contract shall apply for this Contract. These special conditions will modify/ substitute/ supplement the corresponding General Conditions of Contract (GCC) incorporated in Section II. The corresponding GCC clause numbers have also been indicated.

In case of any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

S. GCC Clause Subject SCC Provision No. Number Matter 1. 1.1 Definition The definition of ‘Works’ includes: (a) Geophysical Investigations: Gradient Resistivity Profiling with Vertical Electrical sounding, Vertical Electrical sounding, Ground Transient Electromagnetic Method and 2-D Resistivity imaging. (b) Drilling and construction of tubewells/borewells : Any work in which drilling for exploration /exploitation of natural resources is a component of the scope of work (c) Chemical Analysis of water sample : Analysis of Basic parameters and Heavy Metals in Ground water samples. (d) Micro Level Hydrological Data Acqisition including Ground Water Quality: Collection of hydrogeological data for principal aquifer, information like well location (village, coordinates), well type, well use, well dimensions, pumping duration in a day, nos. of pumping days/ month, pumping discharge, aquifer tapped. Ground water quality monitoring for determining the important parameters using portable water quality Kit. (e) Soil Infiltration studies: Determination of soil infiltration rate.

and submission of reports as per formats prescribed under Section V: Scope of Work and Technical Specifications. The definition of ‘Contractor’ includes Consortium/ Joint Venture of maximum six legal entities.

2. 1.5 Signing of In addition to safety code provided in Section XVII, the guidelines Contract issued by Honourable Supreme Court in case No. WP(C) 36/2009 on 11.02.2010 shall be applicable for this contract.

3. 3.1 Performance The Performance Security/Guarantee shall be 10% of the Contract Guarantee Price. The Performance Security shall be valid up to the stipulated date of completion plus twelve months thereafter.

4. 3.2 Recovery of Not applicable for this contract Security Deposit

Page47

5. 4.3 Action in Case Read ‘twelve months’ in place of ‘six months’ Work Not Done as per Specification

6. 4.6 Employment The contractor will have to employ at least one groundwater of Technical professional with minimum qualification of graduate degree in Staff and engineering/ master’s degree in geosciences with minimum 3 Employees years of experience in Geophysical Investigations, Drilling and construction of tubewells/borewells, Chemical Analysis of water sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies, interpreting / analysing related data and preparation of reports. In the event if contractor fails to employ the technical staff, recovery at the rate of Rs 2000 per day will be made from the bills submitted. In the event if contractor fails to employ the technical staff the contract is also liable to be terminated.

7. 5.1 Materials to Advance samples need not be submitted for approval unless be Provided by specifically asked for. However, no well construction materials the Contractor such as pipes, screens, and gravel shall be used in construction unless inspected and approved by Engineer-In-Charge.

S. GCC Clause Subject SCC Provision No. Number Matter 8. 5.3 Arrangement The water used for preparing mud for drilling shall be of TDS not for Water for more than 500 mg/ litre. Construction

9. 5.4 Use of Not applicable Asphaltic Material

10. 6 Measurement May be read with Clause 18 under Section V: Scope of Work and and Payment Technical Specifications.

11. 6.6 Secured Not applicable Advance on Non- perishable Materials

12. 6.7 Compensation Not applicable During Warlike Situation

13. 7.6 Submission of Not applicable Labour Returns

Page48

14. 8.2 Compensation In case the contractor does not achieve a particular milestone for Delay mentioned above the percentage/ amount shown against that milestone shall be withheld, to be adjusted against the compensation levied at the final grant of extension of time. Withholding of this amount on failure to achieve a milestone, shall be automatic without any notice to the contractor. However, if the contractor catches up with the progress of work on the subsequent milestone(s), the withheld amount shall be released. In case the contractor fails to make up for the delay in the subsequent milestone(s), percentage/amount mentioned against each milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be payable on such withheld amount.

15. 8.4 Foreclosure of Not applicable Contract Due to Abandonment or Reduction in Scope of Work 16. 9.1 Dispute The Dispute Resolution Board shall comprise Resolution i) The concerned Member, CGWB under whose jurisdiction Board the work is being executed ii) The FAO, CGWB iii) The Regional Director, CGWB where work is being executed

17. 9.2 Arbitration The Chairman, CGWB shall appoint the Arbitrator.

Page49

SECTION V

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

Page50

SECTION V

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS 1 General

The Contractor shall have to furnish in writing to the concerned Executive Engineer, CGWB, a programme of drilling of wells within a week of handing over the pin pointed sites to the Contractor.

For the purpose of drilling approach road, water for drilling, crew, camp and other infrastructure, preparation of the site and placing the rig at the site etc, are to be arranged by the drilling contractor at his own cost.

Technical problems during drilling like jamming of drill string, damages to bits/ hammer/ drill rods/ stoppage of work due to unforeseen reasons etc would be the responsibility of the drilling contractor and no compensation of any kind would be paid by the department. In case the well could not be completed and had to be abandoned due to contractor’s fault, no payment will be made for that well. In case the well is abandoned due to geological condition such poor discharge, inadequate depth of good quality bearing formation, etc, duly certified by site officer and on approval of Regional Director, payment for executed works will be made. The decision of Executive Engineer will be binding on contractors in deciding whether the well is abandoned due to contractor’s fault or due to geological formation.

Drilling Fluid / Bentonite Mud / Drilling Foam required for drilling and for efficient removal of cuttings, to reach the targeted depth and saving borehole from collapsing will be the responsibility of the contractor.

2 Scope of Work and Overview

2.1 Scope of Work

(A) Alluvial Formations:

The scope involves drilling of pilot hole; collection of samples including water samples for chemical analysis and preparation of litholog; electrical logging; preparation of composite log; design of well assembly; enlargement of hole size by reaming; lowering of well assembly; gravel shrouding; development and testing of exploratory and observation wells.

(B) Hard Rock Formations:

The scope involves drilling and casing of overburden; drilling in hard rock up to the targeted depth; identification of depth of each fracture; assessment of yield after encountering of each fracture; development and testing of exploratory and observation wells.

The contractor shall be required to carry out all of the following works:

Exploratory Drilling: Drilling and construction of exploratory wells/ observation wells as per Tables in Packages, conducting electrical logging, development and conducting preliminary yield of wells, conducting pumping test and data analysis, preparation of basic data reports along with site location map, and submission to CGWB in prescribed format (Annexure- VIII to XV ) in triplicate along with well diagram with complete details of reaming diameter, well assembly size and depth, gravel packing depth, cement sealing depth, clay packing depth etc.

Page51

The details of all the activities to be carried out by the contractor including methodology to be adopted and reporting formats are discussed in section 3.0 to 17.0. The region wise/state wise list of location showing the location has been provided in Annexure VII. 3. Construction of Exploratory and Observation Wells

The number of Exploratory wells, Observation wells to be constructed in various formations (Soft rock, Hard rock) is shown in the Regionwise Distribution of Work (Section VI). The sizes of Pilot holes, reaming sizes, assembly designs, are to be strictly as per the actual requirements guided by BOQs (Section VII). Formation strata samples should be collected after proper washing adopting standard procedure for sample collection for every 3 m or in the event of change in formation. The bottom of assembly should be provided with bail plug. The depth of blank pipe and slotted pipe with bail plug (well assembly) will be decided by the Engineer-In-Charge according to the formation encountered during drilling. After lowering the well assembly back washing should be carried out, the graded pea gravel of size 2 mm to 3.35 mm should be packed properly in the annular space between the well assembly and borehole up to the ground level. The bill of quantity should contain only the final reamed size of well and its depth and hence rate should be quoted for final reamed size and its depth only i.e. the final reamed rate deemed to cover the intermediate reaming sizes . The reaming with intermediate sizes should not be included in the bill of quantity. In case of higher consumption of gravel due to adverse geological formation like cavern formation, enlargement of reamed hole due to caving, the same should be certified by Engineer-In-Charge and it should be duly approved by Regional Director concerned. A pair of clamps made of 75cm x 15cm MS plate of 9 mm thick should be provided and fixed around the casing with proper nuts and bolts which is finally reinforced in the cement concrete. Pumping tests such as Step Drawdown Test and Aquifer Performance Tests should be carried out using Submersible pump/ VT pump of adequate capacity creating sufficient drawdown. After carrying out test, analysis of data using approximate procedures based on geological formation and aquifer type should be carried for evaluating aquifer parameters such as Specific yield, Transmissivity, Storativity etc. Water sample should be collected during pumping test in 1litre Teflon coated bottles using standard procedures. BDR along with litholog, logging data and report, pumping test data and report etc along with well diagram incorporating all details should be submitted. On completion of well, Mud pit should be filled up and hardened and brought to previous natural condition. The well should be provided with well cap using MS plate of minimum thickness 6mm and protection box made of 16 gauge GI sheet. A concrete platform should be provided around the well as per the specification given in the tender.

In respect of wells in Hard rocks, the Engineer In charge will decide the actual casing length at site based on overburden encountered. Lithologs samples should be collected after proper washing adopting standard procedure for sample collection for every 3m or in the event of change in formation. Also Preliminary Yield Test (PYT) should be conducted as per instruction of site officer on encountering each fracture with substantial discharge. For conducting PYT, 75mm dia M.S Pipe (Eduction pipe) up to 1m above bottom level of drilling and 25mm dia airline should be lowered inside eduction pipe up to 1m above bottom level of eduction pipe. 20mm MS/ PVC pipe should be lowered for measuring water level and using water level sounders, the water level should be measured. Slug test has to be conducted on need based, on instruction of site geologist. Aquifer parameter test with full recovery should be conducted where EW and OW are constructed or as per instruction of site officer in high discharge well. A pair of clamps made of 75cm x 15cm MS plate of 9 mm thick should be provided and fixed around the casing with proper nuts and bolts which is finally embedded in the cement concrete. In the well with discharge more than 3 litres per sec, Pumping tests such Aquifer Performance tests should be carried out. Pumping tests such Step drawn test and Aquifer Performance tests should be carried out using Submersible pump of adequate capacity creating sufficient draw down. After carrying out test, analysis of data using approximate procedures based on geological formation and aquifer type should be carried for evaluating aquifer parameters such as Specific yield, Transmissivity, etc. Water sample should be collected during pumping test and drilling in 1 litre Teflon coated bottles using standard procedures. BDR along with litho log, logging data and

report, pumping test data and report etc should be submitted. Also well diagram with details such as

Page52

overburden drilling dia and it depth, casing pipe lowered and its dia and depth, naked bore dia, depth at which fractures encountered, static water level, V notch discharge on encountering each fractures and depth, position of part assembly and its size and depth clay packing, cement sealing, concrete platform etc should be submitted. The well should be provided with well cap using M.S plate of minimum thickness 6mm and protection box made of 16 gauge GI sheet. A concrete platform should be provided around the well as per the specification given in the tender. Schematic diagram of well is given in Annexure V. On completion of well, the site around the well should be brought to previous natural condition

4 Methodology / Approach

4.1 Process /Methodology Involved In Construction Of Wells In Alluvium Up To 150 M Depth

Exploratory Wells

(i) Site selection and pinpointing of site (ii) Shifting of Rig (iii) Site preparation (iv) Pilot hole drilling (using 8½¨ RR Bit/ Drag Bit) (v) Sample collection & preparation of litholog (vi) Bore hole logging (Resistivity/Natural Gamma) (vii) Determining size of gravel packing (viii) Preparation of Composite log using data of (5) & (6) above (ix) Designing of Well assembly (x) Reaming of Bore hole ( by using appropriate size of RR bits based on recommended well assembly size, giving a margin for minimum 3” thickness gravel packing ) (xi) Lowering of well assembly (xii) Back washing, shrouding of gravel and Clay packing (cement sealing, if required) (xiii) Verticality test of well (xiv) Development of well by air compressor/ pumping (xv) Pumping Test a. SDT b. APT c. Water sample collection for analysis of Basic & Heavy metals under guidance of site Hydrogeologist/ Chemist. (xvi) Construction of platform, well capping and installation of protection box (xvii) Preparation of Basic Data Report & submission (xviii) Handing over of well

Observation Wells

(i) Pinpointing of site (ii) Shifting of Rig (iii) Site preparation (iv) Pilot hole drilling (using 8½¨ RR Bit/ Drag Bit) (v) Sample collection & Litholog (vi) Bore hole logging (Resistivity/Natural Gamma) (need based) (vii) Preparation of Composite log using data of (v) & (vi) above (need based) (viii) Designing of Well assembly (ix) Reaming of Borehole ( by using appropriate size of RR bits based on recommended well assembly size, giving a margin for minimum 100 mm thickness gravel packing ) (x) Lowering of well assembly

(xi) Back washing, shrouding of gravel and clay packing (cement sealing , if required)

Page53

(xii) Development of well by air compressor (xiii) Construction platform, well capping and installation of protection box (xiv) Preparation of Basic Data Report (xv) Handing over of well

4.2 Process/ Methodology Involved In Construction Of Wells In Hard Rock Up To 200 M Depth

Exploratory Wells

(i) Site selection and pinpointing of site (ii) Shifting of Rig (iii) Site preparation (iv) Overburden drilling (using Button Bit/ RR Bit) (v) Installation of casing pipe in the overburden and surface grouting. (vi) Telescopic Drilling using DTH method up to targeted depth (vii) Measurement of yield using V notch/ volumetric method after encountering each fracture zone and simultaneous water sample collection and quality analysis for individual fracture zone (viii) Sample collection and preparation of litholog (ix) PYT/ Slug test (need based) (x) Development by air compressor (xi) Verticality test of well (xii) Electrical logging/ calliper logging (need based) (xiii) Pumping Test if yield is more than 3 lps a. APT b. Water sample collection (xiv) Construction of platform, well capping and installation of protection box (xv) Preparation of Basic Data Report (xvi) Handing over of well

Observation Wells

(xvii) Pinpointing of site (xviii) Shifting of Rig (xix) Site preparation (xx) Overburden drilling (using Button Bit/RR Bit) (xxi) Installation of casing in the overburden and surface grouting. (xxii) Telescopic Drilling using DTH method up to target depth (xxiii) Measurement of yield using V notch/volumetric method after encountering each fracture zone and simultaneous water sample collection and quality analysis for individual fracture zone (xxiv) Sample collection and preparation of litholog (xxv) Development by air compressor (xxvi) Verticality test of well (xxvii) Pumping Test if yield is more than 3 lps a. APT b. Water sample collection (xxviii) Electrical logging/ calliper logging (xxix) Construction of platform , well capping and installation of protection box (xxx) Preparation of Basic Data Report (xxxi) Handing over of well

5 Casing

Page54

(i) M.S Casing pipes/ slotted pipe as specified in above should confirm to the specification given below. (ii) BIS marked steel tubes plain ended for water wells of type ERW conforming to Table No 3 of IS: 4270/2001 (third revision). (iii) A length of 0.50 m of casing pipe should be left above the ground level. (iv) MS Casing pipe should be installed perfectly vertical on the consolidated rock basement in such a manner that there should not be leakage of air during drilling. The annular space between the casing and the borehole wall should be grouted with cement slurry to avoid entry of local foreign material in the borehole in consolidated formations. The annular space above gravel pack may be filled with local clay in case of Soft rock formation. (v) Well cap should be securely sealed to the pipe after bore hole is checked by the Engineer-In- Charge. The well cap should be fabricated as per the provided specifications by CGWB.

6 Well Development

In respect of borehole drilled in hard rock formations, well should be washed/ developed using compressor thoroughly after completion the drilling operation till clear water comes. In respect of tubewells constructed in the soft rock formations, well should be washed/ developed using compressor of minimum pressure of 1034 kPa (150 psi) and discharge of 17 cubic meter per minute (600 cfm) thoroughly after lowering of well assembly and gravel shrouding till clear water comes. Hourmeter reading of engine calibrated to 1500 rpm. Sufficient length of airline (minimum 25mm dia) should be lowered inside the eduction pipe so that the bottom of air line inside the eduction pipe is minimum 95m below static water level. No payment will be made if hourmeter is not working.

7 Construction of Platform, Well Cap, Protection Box and Display BOARD

After the completion of well in all respects described above, the contractor shall fabricate and install well cap using MS plate of minimum thickness 6mm, make platform around well, and install Display Board and Protection Box as described in the Drawings in Annexure II and Annexure III respectively.

8 Data Collection

Drilling contractor will

(i) Maintain a drill time log for every meter of drilling for wells drilled in hard rock formation and every 3 m for wells drilled in soft rock formations (ii) Measure discharge over 90º V notch plate during drilling on every increase/ decrease of yield at various depths for wells drilled in hard rock formations. (iii) Collect formation samples of minimum 500 g mass at an interval of 3m or change of formation during drilling and properly pack in polythene bags and label with date/ depth/ location. (iv) Collect 1 litre water sample during the following stages : a. For every water-bearing zone encountered for wells drilled in hard rock formations. b. After development is complete and during test for wells drilled in soft rock formations

Necessary arrangements are to be made for verification by Engineer-In-Charge for checking of depth of borehole, length of casing, static water level, discharge and any other requirement as shall be felt necessary from time to time. A guest tent should be pitched at the site during drilling/ testing and provided with table and chairs for the Engineer-In-Charge.

9 Gravel Packing of Tubewell

After the tube well assembly has been placed in position in soft rock formation/ boulder formation,

Page55

the good quality gravel has to be shrouded in the annular space between the well pipe and the borehole. The gravel size shall be decided by the CGWB (depending upon the grain size of formation) and gravel should be of rounded to sub-rounded shape and shall be supplied by the Contractor. Before shrouding, it must be got approved from Engineer-In-Charge. The annular spaces between assembly and bore hole wall shall be gravel packed (up to the designed cement seal, if required). After gravel packing (cement sealing is to be done, if required, and above the cement seal entire annular space shall be filled with local clay/drill cuttings). A check of the verticality of the housing pipe and necessary correction should be made at this stage.

10 Verticality Test The well assembly shall be placed vertically inside the borehole. Verticality test as per IS: 2800 (Part 2) -1979 must be arranged by the Contractor with standard equipments at his cost. In case of deviation beyond the permissible limit, the well will be treated as vertically out. In that case payment will be restricted to the cost of material used in well construction as per BOQ.

11 Successful and Unsuccessful Well Success of well will be decided by the Engineer-In-Charge. In case of non-availability of minimum thickness of aquifer capable of yielding expected discharge, the bore hole may be abandoned and payment based on actual work carried out will be made at quoted rates. The tube well abandonment committee will be constituted by respective Regional Director and will consist of two officers of hydrogeological discipline and one officer of engineering discipline.

12 Aquifer Performance Test (APT)

The contractor has to carry out the APT in order to determine Transmissivity, Specific Yield/ Storativity in wells through pumping test method.

12.1 Objective of Work

Aquifer parameters like Transmissivity, Storativity and Specific Capacity are one of the important factors that control groundwater flow in unconfined/confined aquifer. Its value is utilized in groundwater resources estimation and in aquifer response modelling for formulation of management plan under aquifer mapping project.

12.2 Methodology/ Approach

Transmissivity, Storativity may be determined by by conducting APT in wells having discharge more than 3 lps. Method/Procedure for determining the aquifer parameters:

Conducting pumping test on existing wells tapping unconfined aquifer

(i) This method is to be used for conducting test in predominantly unconsolidated and semi- consolidated subject to availability of wells for the purpose. The test shall be conducted with main well (pumping well) having one pumping well and at least one observation well at a distance of 5 to 10 m from the pumping well. (ii) VT/ Submersible pump of adequate capacity should be lowered to desired depth (in consultation with the Engineer-In-Charge) and should create substantial drawdown. (iii) Pre-test trial pumping needs to be carried out to assess the sustainability of wells for long duration pumping (till pumping water level stabilizes or up to 1000 min whichever is earlier). (iv) Pre pumping water level is to be measured in the pumping well and all observation well(s)

(v) The main well is to be pumped at a constant discharge for long duration and water level in

Page56

both pumping and observation wells are measured periodically (Annexure-IX a and IX b) (vi) Recovery water level is to be recorded as per data sheet (Annexure-IX c and IX d) after stopping of the pump until the pumped water level reaches static water level or 90% of the static water level.

The data recorded shall be analysed by using suitable methods for unconfined, semi confined and confined aquifers like Jacob’s straight line, Theis’ method and Curve matching method.

12.3 Technical Specifications

Area/ Method Details For Alluvial/ Sedimentary areas, (i) Pre-test trial pumping needs to be carried out to assess subject to availability (Pumping the sustainability of wells for long duration pumping. test method) Wells that can sustain long duration pumping should only be selected. Lowering of suitable capacity submersible pump. (ii) Water level of nearby dugwells (if available) should be similar to pumping and observation wells. (iii) The main well should be pumped at a constant discharge continuously for a long duration till the third segment of type curve is attained or 10000 min whichever is earlier. (iv) The test has to be repeated after 24 hrs in the event of any breakdown/ interruption of pumping during test. (v) Analysis by suitable method.

12.4 Submission of reports in the prescribed formats

The following reports are required to be submitted by the contractor in the format prescribed in relevant Annexure in hard as well as soft copies:

For Alluvial/Sedimentary areas

(i) Test Site details – (Annexure-XIV) (ii) Raw Pumping data sheet in case of Alluvial/Sedimentary areas- (Annexure-IX a to IXd) (iii) Processed graph sheet (iv) Calculation details and results (v) Consolidated statement of test (Annexure Xa ) For hard rock areas

(i) Well inventory data in original (ii) Processed graph sheet (iii) Calculation details and results (iv) Consolidated statement of test (Annexure- Xb)

13 Preliminary yield Test (PYT)

The contractor has to carry out the PYT in order to determine aquifer parameter (Transmissivity, Specific capacity) in wells having discharge more than 1 lps and less than 3 lps.

13.1 Objective of Work

Page57

Aquifer parameters like Transmissivity and Specific Capacity are one of the important factors that control groundwater flow in unconfined/confined aquifer. Its value is utilized in groundwater resources estimation and in aquifer response modelling for formulation of management plan under aquifer mapping project.

13.2 Methodology/ Approach

Transmissivity may be determined by conducting Preliminary Yield Test in wells having discharge more than 1 lps and less than 3 lps.

Method/ Procedure:

(i) For conducting PYT, 75mm dia GI/ MS/ PVC Pipe (Eductor pipe) up to 1m above bottom level of drilling and 25mm dia airline should be lowered inside eduction pipe up to 1m above bottom level of eductor pipe. 20 mm GI/ MS/ PVC pipe should be lowered for measuring water level and using water level sounders, the water level should be measured. (ii) Pre pumping water level is to be measured in the pumping well. (iii) The well is to be pumped at a constant discharge for long duration (100 min) and water level during recuperation (recovery) should be are measured periodically (Annexure-IX e). The discharge should be measured using 90º V Notch (iv) Recovery water level is to be recorded as per data sheet (Annexure-IX e) after stopping the pump until the pumped water level reaches static water level or 90% of the static water level.

The data recorded shall be analysed by using Jacob straight line method.

14 Slug Test

The contractor shall conduct slug test in existing bore wells/ tubewells

14.1 Objective of Work

To conduct slug tests in identified low-yielding bore/ tube wells for estimation of apparent Transmissivity of the aquifer tapped. The data collected shall be used as an input for characterization of aquifers under the National Aquifer Mapping Program (NAQUIM) of CGWB

14.2 Methodology/ Approach

Slug tests is to be conducted in low-yielding bore wells/tube wells (having well diameter <=254mm), where conventional aquifer performance tests cannot be conducted due to constraints of yield. The contractor shall identify the wells for conducting the slug tests in a grid pattern in consultation with CGWB. In this method, a known volume or Slug of water (maximum 20 litre) is instantaneously injected into the well and the water level is measured at periodic intervals till the pre-injection water level returns to the pre-injection level or for a pre-determined period, whichever is less.

Procedure for conducting slug test:

(i) Collect and record all available information (depth, diameter, yield, aquifer type, lithology etc.) about the tube well / bore well to be tested (ii) Measure the static water level before the injection of slug. (iii) Inject a known volume (slug) of water (not more than 20 litres) into the bore well/tube well. (iv) Measure the water level at closely spaced intervals (once every minute up to 10 minutes, once every 2 minutes up to 20 minutes and then on once every 5 minutes till completion). (v) Continue recording depth/time measurements until the water level returns to pre-injection

level or a sufficient number of readings have been made to clearly show a trend on a plot of

Page58

water level recovery versus the logarithm of time. (vi) Estimate the value of change in head (H0) in response to injection of slug (H0). Compute also the change in water levels (H) for each subsequent measurement. (vii) Compute the values of H/H0 for each measurement.

Analysis of Data

Field data generated need to be analysed using standard methods (i) For Unconfined aquifer - Hvorslev method (1951)/Bouwer and Rice method (1976). (ii) For confined aquifers - Cooper et al (1967) method

14.3 Technical Specifications

(i) Slug test is to be conducted in borewells/tubewells (having well diameter <=254mm) in grid pattern. (ii) Conducting test with slug injection (20 litres) (iii) Slug injected should be of potable water quality. (iv) Recording water level data in periodic time steps (minute recording up to 10 min, 2 minute recordings upto 20 minutes and then on 5 minute recordings till completion)

Analysis of data generated using following method for unconfined aquifer by (i) Hvorslev method(1951) and (ii) Bouwer and Rice method (1976)

For Confined aquifer by - Cooper et al (1967)

Submission of report in prescribed format (Hard and Soft copy) containing

(i) Site location details – (Annexure-XI) (ii) raw data sheet - (Annexure-XII) (iii) Processed graph sheet (iv) Calculation details and results (v) Consolidated statement of slug test (Annexure-XIII)

15 Mode of Measurement

The Contractor shall be paid on actual measurement of finished work on the basis of quoted rates. The Contractor shall be eligible for payment of full length drilling of bore hole irrespective of the design of tube well assembly provided the more drilling necessitated in search of a suitable aquifer and as per the advise of Engineer- In-Charge.

16 The Surrounding Area After Well Completion

The area surrounding the well site has to be levelled, pits to be filled and the area to be restored to the original condition i.e. as before start of drilling operation.

17 Handing Over of Tubewell

The tube well must be properly handed over to the CGWB on completion.

18 Monitoring and Measurement of Work

18.1 The monitoring and measurement of different activities for exploratory drilling shall be as specified in

below table

Page59

S. No. Parameter Monitoring Mechanism / Measurement Criteria 1) Location of site Site selection report(s) duly signed by the representatives of contractor, state government and CGWB. 2) Depth/ Diameter of pilot Sounding should be carried out in the presence of the Engineer- hole In-Charge 3) Inspection of assembly Pipes used for assembly, screen pipes, gravel etc. should be pre- pipes, screen pipes, inspected and approved by Engineer-In-Charge gravel etc. as per specification 4) Litholog/ Electrical log/ Verification/ validation by the Regional office Composite log/ Well Design 5) Installation of well Should be carried out in the presence of Engineer-In-Charge assembly and gravel shrouding 6) Development of well Actual measurement of time should be based on engine Hour running/ sand content of water, will be verified by Engineer-In- Charge 7) Testing of well Actual measurement of time/ water levels should be carried out by the contractor in the presence of Engineer- In-Charge. Analysis and Aquifer parameters evaluation report to be prepared by the contractor and to be validated by the Regional office 8) Well capping/ Physical inspection by the Engineer- In-Charge construction of platform and installation of protection box PS: The contractor will report to the Engineer-In-Charge at specific time of 1100 hours via e-mail/ phone the daily progress at each site and submit status report on weekly basis to Executive Engineer and Regional Director.

18.2 Preparation and Submission of BDR

The contractor is required to prepare the basic data report (BDR) for all the wells as per the format provided in Annexure-XV. The BDR for each of the well shall be submitted to CGWB in soft as well as hard copy (in triplicate).

18.3 Specification and Drawings

The specifications for drilling and construction of wells shall be as specified in the bill of quantities. The drawings for Display Board and Display Board platform is provided in Annexure II and Annexure III respectively.

19 Milestone/ Deliverables

19.1 The integrated work should be completed on or before 270 days from the Notification of Award.

19.2 Milestone for integrated work are as follows:

Page60

Time Cumulative Amount to be withheld in case since progress of of non-achievement of

award Works to be milestone

of work completed (in days) in terms of total value

Milestone of contract 1 30 10% 10% of the cumulative value of 2 60 25% work to be completed at each 3 90 40% milestone 4 120 60% 5 150 80% 6 180 100%

Page61

Technical specification and BOQ of Gradient Resistivity Profiling with Vertical Electrical Sounding and Vertical Electrical Sounding

Objective: Under the Aquifer Mapping scheme of Ground Water Management and Regulation, CGWB proposes to carryout Gradient Resistivity Profiling (GRP) and Vertical Electrical Sounding (VES) in the 11 districts in Bundelkhand area of MP ( Chhatarpur, Damoh, Datia, Panna, Sagar & Tikamgarh) and UP (Banda, Chitrakoot, Hamirpur, Jalaun and Mahoba). The area of Budelkhand is mainly occupied by Hard Rock formations. In hard rock area fractures are unevenly distributed. The GRP may help to delineate fracture zone/lineament. The objective of GRP is to select favourable location (i.e. low resistivity zones) for conducting VES. GRP is conducted to obtain the lateral variation of resistivity along a profile line. VES is conducted to know the depth vise resistivity variation of sub-surface geological formations and these resistivity values will be correlated in term of lithological units so as to delineate the aquifer geometry in the area. Vertical Electrical Sounding will provide the geo-electrical models in term of Resistivity and thickness of different layers. Scope of Work: Geophysical Survey: GRP and VES are to be conducted at tentative locations shown in the list of sites at Annexure-V (A & B). Interpretation of data, its compilation & digitization and submission to CGWB in prescribed format as provided in the Annexure-I, II, III & IV of the tender document. Methodology: Electrical resistivity survey technique is penetrating current into the Ground by one pair of electrodes and developed potential measured by another pair of electrodes. The Schlumberger configuration will be adopted for conducting the GRP and VES. In Schlumberger configuration, the entire four electrodes are collinear with respect to each other. GRP: In GRP, a pair of current electrodes should be planted apart 900 m. The central one-third space between the current electrodes (i.e. 300 m :150 m both sides from centre of current electrodes) can be scanned at regular station intervals of 5 m by keeping potential electrodes smallest possible spacing, preferable distance between potential electrodes should be 10 m. The total scanning coverage will be 300 m profile. The GRP line should be across probable linear structure/lineament, and centre of current electrodes may fall on centre of probable weaker part of linear structure. The data to be plotted between apparent resistivity verses distance on simple graph and low resistivity zone should be marked on the profile for conducting VES. The formula for GRP survey for measuring the resistivity as follows.

Or a = K. R, R = V/I Where a= Apparent resistivity K= Geometric Constant

2 l = distance between the potential electrodes V = Potential observed, I= Current input

Page62

2L = distance between the potential electrodes R= Resistance X = distance between the centre of the current electrodes and centre of potential electrodes

VES: In VES Current electrodes are increased gradually from center, and the apparent resistivity will be measured using the Resistivity meter for each separation of the current electrodes. The Apparent resistivity verses separations of current electrodes are plotted on double logarithm scale to interpret the true resistivity with depth.

a = K. R where R = V/I 2 2 K= π {(AB/2) - (MN/2) }/ MN Where a= Apparent resistivity, K= Geometric Constant AB= Current Electrode spacing MN = Potential Electrode spacing

Approach for conducting Gradient Resistivity Profiling (GRP) and Vertical Electrical Sounding (VES): For conducting GRP and VES by Schlumberger configuration, the following steps are to be taken.  The contractor will collect the area details from CGWB where GRP and VES are to be conducted.  The GRP should be conducted first and subsequently VES should be conducted on low resistivity zone observed on GRP profile line.  Investigators should be aware of local geologic and hydro geologic condition of the area.  The contractor should have microprocessor based resistivity meter for measuring the apparent resistivity having facilities for transferring the digital data in storage devices.  The contractor will inform well in advance to CGWB representative regarding the work plan, detail of Resistivity meter and about the Investigator who will conduct the GRP&VES. GRP & VES will be conducted for minimum of current electrode separation of 900 and 600 meters respectively for hard rock formation.  The contractor must ensure that all the four electrodes should be collinear and straight line for all the observation points.  The direction of Electrodes alignment and spot location of VES & centre of GRP must be taken for every GRP&VES by the GPS.  The contractor should plot the GRP&VES data during investigation to avoid the creation of erratic data.  The contractor will send the generated GRP&VES data along with location, alignment of electrodes and further work plan through email weekly.  The report should contain GRP & VES location map, GRP&VES data, interpretation result, Plotted GRP & VES curves, VES position on GRP profile, cross sections, fence diagram, inferred lithology and finding.

Qualification of the service provider The service provider should have at least 5 years experience in conducting the geophysical investigation preferable ISO certify firm for geophysical work. Data generation in field its interpretation and preparation of report should be done by qualified subject expert with minimum Post - Graduate qualification in Physics or Geology or Geophysics. The service provider should have

healthy turnover in this field.

Page63

Technical Specification:

A. In consolidated hard rock formation (Depth information 200): GRP & VES should be conducted by reputed brand micro-processor based AC/DC Resistivity Meter and adopting Schlumberger Electrodes configuration.

GRP: For GRP, a pair of current electrodes should be kept apart 900 m. The central one-third space between the current electrodes (i.e. 300 m :150 m both sides from centre of profile) can be scanned at regular station intervals of 5 m for smallest possible spacing of potential electrodes preferable to 10 m. The total profile line coverage will be 300 m. The GRP should be conducted across the centre of probable linear structure/lineament/fracture etc. The data to be plotted between apparent resistivity verses distance on graph and low resistivity zone should be marked within 300 m on GRP line for conducting VES.

VES: The VES should be conducted just after completion of GRP survey on the same GRP profile where low resistivity zone observed within 300 m to avoid any ambiguity. In VES, the position of half of the Current Electrodes from center to be as follows: 1, 2, 3, 4, 5, 6, 8, 10, 15, 20, 25, 30, 35, 40, 50, 60, 70, 80, 90, 100, 110, 120, 130, 140, 160, 180, 200, 220, 240, 260, 280, 300 m. Potential Electrodes separation should not be more than 1/5 times of total Current Electrodes separation. B. In Marginal Alluvial (Depth information 200 m): VES should be conducted by reputed brand micro-processor based AC/DC Resistivity Meter and by adopting Schlumberger Electrodes configuration.

VES: In VES, the position of half of the Current Electrodes from center to be as follows: 1, 2, 3, 4, 5, 6, 8, 10, 15, 20, 25, 30, 35, 40, 50, 60, 70, 80, 90, 100, 110, 120, 130, 140, 160, 180, 200, 220, 240, 260, 280, 300 m. Potential Electrodes separation should not be more than 1/5 times of total Current Electrodes separation. Data interpretation: The GRP data should be plotted on simple graph sheet and data interpretation is made on the basis of ‘low’ and ‘high’ resistivity zones. For VES, data interpretation should be done by licensed software’s (Direct inversion or Iterative technique interpretation), Curve matching or partial curve matching technique. Digitization: GRP and VES location map, Plotted curves, 2D section and fence diagram should be digitized as compatible with GIS platform i.e. *.shp file format. These diagrams should be also produced in JPEG format. Report: Include the following items: Introduction, Objective, Principle, Methodology, Standardization of resistivity layers parameters with existing available borehole lithological /Geophysical log data, Interpretation, Inference,

Recommendations, Conclusion, field data (As per the annexure-I & II) and its interpretation (as

Page64

per the annexure-II), Plotted Curve and location map and interpreted results of all the VES data as per the annexure III. Time period and milestone for above activities  Pre field preparation may be completed within 10 days after the award of work. The digital data of completed GRP & VES may be submitted weekly through mail. The final report should be submitted as per tender term and condition.  All the GRP with VES and VES data collection, data interpretation and submission of reports in soft & Hard copies prescribed in the tender document shall be completed within 120 days.  The 35% GRP with VES and VES shall be completed in the first 40 days, 35% GRP with VES and VES in the next 40 days and remaining 30% GRP with VES and VES in the last 40 days. The milestones are given in following table.

Milestone Number of GRP with VES and VES including Period of completion in days submission of report to CGWB 1 35% 40 days 2 35% 40 days 3 30% 40 days

Mechanism for validation/verification of deliverables The following steps are to be taken for the validation and verification. a. The validation/verification of the work will be done by weekly submitted GRP with VES & VES data and data submitted along with final report. b. Random checking of 5 % of total number of GRP with VES & VES during the time of field investigation by CGWB or third party. It will be arranged by the contractor without extra payments. If not found in order, the payment of the contractor will be withheld.

Page65

Annexure- I GRP DATA SHEET

Location: Block: Distt: Toposheet Number: Geology: Coordinate in degree decimal: RL: ………m amsl Direction of GRP line: Current electrode separation: Potential Electrode Separation: Station Interval: Name of Observer: Date: Station Distance K (Geometrical factor) R (Resistance) in Ohm Apparent Resistivity in No. in m Ohm-m

1 0 2 5 3 10 ......

...... 61 300

Remarks: Current and potential electrodes separation as per technical specification.

Authorized Signatory

Page66

Annexure- II VES DATA SHEET

Location: Block: Distt: Toposheet Number: Geology: Coordinate in degree decimal: RL: ………m amsl Direction of Schlumberger Array: Name of Observer: Date:

Sl. AB/2 (m) MN/2 (m) K R Apparent No Distance of half of Distance of half of (Geometrical (Resistance) Resistivity in the current the Potential factor) in Ohm Ohm-m electrodes electrodes 1. 2. 3. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ......

Remarks: The Distance between AB/2 and MN/2 should be as per the technical specification.

Authorized Signatory

Page67

Annexure- III

Format for Interpreted VES results: VES Unique Id

Depth range ( m bgl) Thickness Resistivity Inferred Inferred fracture / From To (m) ( ohm –m) lithology contact at depth/range in m

Authorized Signatory

Annexure-IV

Sl.N Unique Locatio Lat. Lon Layers Parameters Fractures depth o. Id of n g. or range VES Rho Rho Rho …… h1 h2 … 1 2 3 …. … …

Authorized Signatory

Page68

SCHEDULE OF QUANTITIES TABLE-1 Geophysical Surveys (VES data generation) Data interpretation, Digitization and Report submission (as per clause 3.4 of scope of work and technical specification ) GRP with VES Qty. of VES in no. Schedule (one unit) in no. No. Name of Region Remarks Hard rock Marginal Alluvium A. NCR Bhopal 674 0 The tentative location of sites where GRP with VES and B. NR Lucknow 228 258 VES are proposed to be Total 902 258 carried out is given at Annexure-V (A to B). TENTATIVE ESTIMATE FOR GRP &VES AND VES IN BUNDELKHAND

Sl. Description of Total Tentative Earnest Cost of Period of No Work Quantity Estimated Money Tender completion Cost Deposit (Rs.) Document ( Rs.) (Rs) 1. GRP with VES (one 902 2,70,60,000/- 120 days unit) 2. VES (Electrical 258 33,54,000/- (Electricalmethod) method)

Schedule wise quantity of GRP with VES and EMD

No. of GRP with VES (one unit) EMD *Schedule Estimated Cost in (INR) No. Name of Region (INFORMATION UPTO INR (Tentative) DEPTH OF 200M) Hard rock A. NCR Bhopal 674 2, 02, 20,000 /- B. NR, Lucknow 228 68,40,000/- Total 902 2, 70,60,000/-

Schedule wise quantity of VES and EMD No. of VES EMD *Schedule Name of (INFORMATION UPTO Estimated Cost in (INR) No. Region DEPTH OF 200M) INR (Tentative) Marginal Alluvium A. NCR Bhopal 0 0 B. NR, Lucknow 258 33,54,000/- Total 258 33,54,000/-

Page69

BOQ for GRP with VES

Sl. Items Quantity Tentative Amount No. Unit Rate 1 GRP with VES (one unit) data generation 902 30000/- 2,70,60,000/- Data interpretation Digitization Report submission (as specified in technical specification)

BOQ for VES

Sl. Items Quantity Tentative Amount No. Unit Rate 1 VES data generation 258 13000/- 33,54,000/- Data interpretation Digitization Report submission (as specified in technical specification)

Page70

Technical Specification and BOQ of Ground TEM in Bundelkhand

Objective: National Aquifer Mapping (NAQUIM) project is a multidisciplinary scientific approach wherein a combination of geologic, geophysical, hydrogeologic, hydrologic, and quality data are integrated to characterize the quantity, quality, geometry and distribution of aquifer system in all terrains of country and produce it in the form of map having point specific information about groundwater conditions and make it easily accessible to stakeholder. The TEM survey results will provide the subsurface information in terms of resistivity variation with depth.

Scope of Work: Conducting ground Transient Electromagnetic Method (TEM) surveys in different hydrogeological setup for getting resistivity variation with depth to delineate the aquifer zones in different hydrgeological formation at a point where sufficient space are not available for conducting conventional geophysical surveys. So, TEM is proposed in Bundelkhand for specific locations.

Methodology: In Ground TEM method, current pulses are sent through a large square loop laid on the ground. The decay of current at the end of each pulse generates a magnetic field that diffuses into the earth. Eddy currents induced by this time-varying magnetic field generate, in turn, secondary magnetic fields in the electrically conductive earth. The amplitude and rate of decay of these secondary fields are measured at the surface and analysed in terms of the variation of electrical resistivity with depth, in a manner analogous to that of electrical resistivity sounding.

Approach for conducting Transient Electromagnetic Method Surveys (TEM):

For conducting Ground Transient Electromagnetic (TEM) surveys, following approach has to be followed:  The contractor will collect and confirm the area details to conduct the TEM surveys at predefined location.  The contractor must inform well in advance to CGWB authority regarding the work plan in detail.  The contractor should have qualified geophysicist to perform the geophysical data generation and interpretation.  The contractor should have reputed company make TEM equipment with facility to store and transfer the data.  The contractor should provide generated data along with GPS location through email within a week.

Qualification of the service provider

The service provider should have at least 5 years experience in conducting the geophysical

investigation preferable ISO certify firm for geophysical work. Data generation in field its

Page71

interpretation and preparation of report should be done by qualified subject expert with minimum Post - Graduate qualification in Physics or Geology or Geophysics. The service provider should have healthy turnover in this field.

Technical Specification:

The TEM equipments having at least capacity of 10A current and loop size of transmitter should be not less than 1600 m2. The soft copy of raw TEM data collected in field should be provided in recorded format as well as coma delimited *.csv Excel file format. TEM data must be processed with reputed software to get resistivity variation with depth. Data interpretation: The TEM data interpretation should be done by reputed and licensed software. Digitization: The TEM location map, location coordinates, elevation, Plotted curves, 2D section and fence diagram should be digitized as compatible with GIS platform i.e. *.shp file format. These diagrams should be also produced in JPEG format. Report include the following items: There should be one report containing Introduction, Objective, Principal and methodology, Correlation of inferred layer parameter with existing borehole lithology and deriving resistivity ranges for different lithological units. Interpretation, results of individual TEM, Inference, Recommendations, Conclusion, field data.

Time period and milestone for above activities  The preparation for conducting TEM and approaching to the area may be completed within 10 days after the award of the work. The digital data and curves of completed TEM may be submitted weekly through mail. The final report should be submitted as specified in the tender term and condition.  All the TEM data collection, data interpretation and submission of reports in soft & Hard copies prescribed in the tender document shall be completed within 90 days.  The 30% TEM shall be completed in the first 30 days, 35% TEM in the next 30 days and remaining 35% TEM in the last 30 days. The milestones are given in following table.

Milestone Number of TEM including submission of report to Period of completion in days CGWB 1 30% 30 days 2 35% 30 days 3 35% 30 days

Mechanism for validation/verification of deliverables

The following steps are to be taken for the validation and verification.

c. The validation/verification of the work will be done by weekly submitted TEM data and data submitted along with final report. d. Random checking of 5 % of total number of TEM during the time of field investigation by CGWB or third party. It will be arranged by the contractor without extra payments. If not found in

order, the payment of the contractor will be withheld.

Page72

Annexure I Sample Format Ground TEM DATA SHEET

Location: Block: Distt: Toposheet Number: Geology: TEM Unique ID: Longitude in Degree Decimal: Latitude in Degree Decimal: RL: ………m amsl Transmitter Loop size in m2: Location of receiver: Date: A. Data Sheet Sl. dB/dt (V/m2) Time (s) No

1. 2. 3. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ......

B. Curve of dB/dt (V/m2) verses Time (s) C. Curve of Resistivity verses depth

Signature and stamp of Authorized signatory

Page73

Annexure II

Format for Interpreted TEM results: TEM Unique Id Depth range ( m bgl) Thickness Resistivity Inferred Lithology and From To (m) ( ohm –m) fracture (in case of hard rock formation)

Signature and stamp of Authorized signatory

Annexure III Format for consolidated all TEM interpretation result Sl.N Unique Locatio Lat. In Long. In Layers Parameters o. Id of n degree degree Rho1 Rho2 … h1 h2 … TEM decimal decimal … … ….

Signature and stamp of Authorized signatory

Page74

Tentative estimate for Ground TEM in Bundelkhand

Sl. Description of Total Estimated Earnest Cost of Period of No Work Quantity Cost Money Tender completion Tentative Deposit Document ( Rs.) (Rs.) (Rs) 1. Geophysical 73 no. 7,30,000/- surveys using GTEM method

Schedule wise quantity of Ground TEM and EMD

No. of Ground TEM Estimated Schedule Cost(Tentative) in EMD (INR) Name of Region Marginal Alluvium / No. Hard rock INR

A. NCR Bhopal 58 5,80,000/-

B. NR, Lucknow 15 1,50,000/-

Total no. of Ground TEM 73 no. 7,30,000/-

BOQ for TEM

Sl. Items Quantity Tentative Amount No. unit rate 1 Ground TEM data generation 73 10000/- 7,30,000/- Data interpretation Digitization Report submission (as specified in technical specification)

Page75

Technical Specification and BOQ of 2- D Resistivity Imaging

Objective: National Aquifer Mapping (NAQUIM) project is a multidisciplinary scientific approach wherein a combination of geologic, geophysical, hydrogeologic, hydrologic, and quality data are integrated to characterize the quantity, quality, geometry and distribution of aquifer system in all terrains of country and produce it in the form of map having point specific information about groundwater conditions and make it easily accessible to stakeholder. The objectives of these techniques are to obtain the sub-surface resistivity to delineate the aquifer geometry in the area.

Scope of Work:

2-D resistivity imaging is conducted in different complex hydro-geological setup for getting 2-D resistivity section with depth of the subsurface and presentation in graphical form.

Methodology:

The 2D resistivity imaging is the state-of-the-art technique available to map the vertical and lateral variations in lithofacies and thus define the continuity of aquifers. The limitation of VES is that it gives only point information and does not map the lateral changes in the sub- surface resistivities. A more accurate model of the subsurface is a two-dimensional (2D) model where the resistivity changes in vertical as well as horizontal directions along the survey line. Resistivity imaging equipment is measure variations in the electrical resistivity of the subsurface lithological layers by applying electric currents through multi-electrodes. The survey data is to be processed by software to produce graphical/image 2D- sections of the resistivity variation of subsurface electrical layers with depth. Unit electrode spacing is to be determined by configuration parameters that include profile length, desired resolution and targeted depth penetration.

Approach for conducting Electrical Resistivity Imaging: For conducting resistivity imaging, the Gradient and Wenner both configurations will be used in resistivity and IP mode for the survey on same profile line for getting the sub-surface resistivity data.  The contractor will collect and confirm the area details to conduct the resistivity imaging at predefined location across the lineament.  The contractor must inform well in advance to CGWB representative regarding the work plan in detail.  Investigators should make himself aware with the local geologic and hydrogeologic condition of area.  The contractor should have qualified geophysicist to perform the geophysical data generation and interpretation.  The contractor should have microprocessor based resistivity imaging system having attached data storing device.

 The 2-D resistivity imaging will be conducted with 120 electrodes with 10 m spacing.

Page76

 The orientation of imaging line must be mentioned.  The contractor should provide generated data along with GPS location through email within two days.  The contractor must ensure that all the 120 electrodes should be collinear. Qualification of the service provider

The service provider should have at least 3 years experience in conducting the geophysical investigation preferable ISO certify firm for geophysical work. Data generation in field its interpretation and preparation of report should be done by qualified subject expert with minimum Post - Graduate qualification in Physics or Geology or Geophysics. The service provider should have healthy turnover in this field.

Technical Specification: Data generation in hard rock/marginal alluvium formation by reputed micro-processor based resistivity imaging equipments having minimum 250 watt power with 2.5 A current. Both Gradient and Wenner configuration in Resistivity and IP mode will be used with minimum 120 electrodes with 10 m electrodes spacing for the same profile line across the probable lineament.  The soft copy of raw data of 2D-Imaging collected in field should be provided in recorded format as well as, coma delimited *.csv Excel file. Resistivity imaging data must be processed with repute software to produce graphical colored 2D -sections depth verses resistivity of subsurface electrical layers.  Location of 2-D imaging line on map along with latitude, longitude, orientation/direction and Elevation of imaging line.  Report include the following items: There should be one report containing Introduction, Objective, Principal and methodology, Correlation of inferred resistivity 2D-section with existing borehole lithology and deriving resistivity ranges for different lithological units. Location map, Interpretation of individual 2-D imaging site, Inference, Recommendations, Conclusion, raw field data.

Time period and milestone for above activities The preparation for conducting Imaging and approaching to the area may be completed within 10 days after the award of work. The digital data in recorded format of completed Imaging and processed 2D resistivity image along with location may be submitted weekly through mail. The final report should be submitted within time period specified in the tender document.

All the 2D-Imaging data collection, data interpretation and submission of reports in soft & Hard copies prescribed in the tender document shall be completed within 90 days.

The 30% 2D-Imaging shall be completed in the first 30 days, 35% 2D-Imaging in the next 30 days and remaining 35% 2D-Imaging in the last 30 days. The milestones are given in

following table.

Page77

Milestone Number of 2D-Imaging including submission of Period of completion in days report to CGWB 1 30% 30 days 2 35% 30 days 3 35% 30 days

Mechanism for validation/verification of deliverables

The following steps are to be taken for the validation and verification. e. The validation/verification of the work will be done by weekly submitted Resistivity Imaging raw data and processed 2D image. It will be tallied with final data submitted along with final report. f. Random checking of 5 % of total number of 2-D Resistivity Imaging during the time of field investigation by CGWB or third party. It will be arranged by the contractor without extra payments. If not found in order, the payment of the contractor will be withheld.

Page78

Annexure I Sample Format

2-D RESISTIVITY IMAGING DATA

Location: Block: Distt: Toposheet Number: Geology: Unique ID: Profile Line in Km:……………. FROM …….. (Lat/long in Degree Decimal) TO ………… (Lat/long in Degree Decimal) Direction of Profile line: RL: From ………m amsl To …….……m amsl Date: Electrodes configuration used for profile: A. Comprehensive field data in Excel sheet and *.dat files

B. 2-D plotted Images of 1. Measured apparent Resistivity Pseudo section 2. Calculated apparent Resistivity Pseudo section 3. Inverse model resistivity section

Signature of Authorized Signatory

Page79

SCHEDULE OF QUANTITIES TABLE-1 Geophysical Surveys (2D-Imaging data generation) Data interpretation and Report submission (as per clause 3.4 of scope of work and technical specification )

2D-Imaging (Line Km) Schedule No. Name of Region Remarks Hard rock/Marginal Alluvium

A. NCR Bhopal 78 The tentative location where 2D-Imaging is B. NR Lucknow 54 proposed to be carried out is given at Total Line Km of 2D-Imaging 132 Annexure-II (A to B).

Tentative Estimate for 2D Resistivity Imaging in Bundelkhand

Sl. No Description of Work Total Tentative Estimated Earnest Cost of Period of Quantity Cost Money Tender completion ( Rs.) Deposit (Rs.) Document (Rs) 1 Geophysical surveys 132 3,30,00,000/- using 2-D Imaging line Km 90 days method

Schedule wise quantity of 2-D Imaging and EMD

Line Km of 2-D Imaging Estimated Cost EMD *Schedule Name of Region in INR (INR) No. (UPTO DEPTH OF 200M) Hard rock / Marginal Alluvium (Tentative)

A. NCR Bhopal 78 1,95,00,000/-

B. NR, Lucknow 54 1,35,00,000/-

Total Line Km of Imaging 132 line Km 3,30,00,000/-

BOQ for 2D Resistivity Imaging Sl. Items Quantity Unit rate(tentative) Amount No. 1 2 – D Resistivity Imaging 3,30,00,000/- Data acquisition, 132 line 2,50,000 interpretation and report Km

Page80

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS BOQ for Analysis of Basic Parameters in Ground Water Samples for Bundelkhand Region GENERAL

In pursuance of Aquifer mapping scheme of Ground Water Management and Regulation, Central Ground Water Board proposes to carry out ground water sampling and its Analysis in 11 districts in Bundlekhand area of Madhya Pradesh & Utter Pradesh (Except Jhansi & Lalitpur). The activities of analysis of ground water samples (Collected by CGWB from selected wells) is proposed to be carried out The technical Specifications covers the activities to be carried out related to chemical analysis of water samples. This shall include collection of water samples from CGWB Regional office, analysis and computerization of data and handing over to CGWB in the prescribed format. The functional requirements are given below in respect of each activity. The contractor shall ensure that the fundamental requirements enunciated hereunder are not compromised. The bidder shall fulfil the following criteria:- a) NABL accredited labs of Indian institutions / agencies / firms with experience of water testing & having successfully conducted in the past similar analytical work of water resources sector under any Central / State Govt. Organization / Govt. Undertaking / Private Organisation. b) At least, two similar assignments relating to Water Resource Sector undertaken during the last 10 years. c) Having sound infrastructure facilities & financial capabilities for conducting such studies. d) Having qualified professionals and supporting staff with relevant experience in the field of water quality analysis

SCOPE OF WORK AND OVERVIEW The contractor presently shall be required to carry out following works:

I. Collection of ground water samples from Regional Office of CGWB situated at places mentioned in the schedules and Chemical analysis for basic parameters viz pH, Electrical Conductivity (EC), Carbonates, Bicarbonates, Chlorides, Sulphates, Fluoride, Nitrate, Phosphate, Total Hardness , Calcium, Magnesium, Sodium, Potassium, & Silica. II. Validation and reporting of ground water quality data following the uniform protocol on water quality monitoring available on website http://www.wqaa.gov.in and analysed through NABL accredited lab for water quality analysis

Methodology for Collection, Analysis, Validation and Reporting: a) The contractor shall collect the samples from CGWB Regional office located at places mentioned in the schedules within 15 days from the date of award of contract. The CGWB Regional office

will provide 1000ml of each sample in a plastic bottle duly sealed and labelled within 15 days from

Page81

the date of award of contract. The contractor shall be responsible of custody and safe transportation of sample after collection from CGWB. b) The contractor shall carry out Comprehensive analysis of ground water samples received using Standard Methodology as enumerated in the APHA-22nd Edition and BIS. c) The contractor shall carry out Analysis of samples, validation & reporting of groundwater quality data following the Uniform Protocol on Water Quality Monitoring available on website http://www.wqaa.gov.in/ and analysed through NABL accredited lab for water quality analysis. d) The contractor shall do Validation & Checking of analytical results as per acceptable limits of APHA. e) The contractor shall Report the analytical results in prescribed format (Annexure-I).

Analytical Techniques The contractor shall follow the analytical techniques prescribed in the ‘Standard Methods for analysis of Water and Wastewater’ published by American Public Health Association (22nd or Latest Edition) or Bureau of Indian Standards (BIS) ‘Methods for Testing Water and Wastewater-methods of sampling and testing (physical and chemical)’ (IS:3025).

Analysis records and data validation Recommended formats for recording data in respect of Basic parameters (Form I of Annexure-I) enclosed with this document. Validation checks should be performed in the laboratory on completion of the analysis as shown in Form II of Annexure-I.

Measurement of Uncertainty (MU) The measurement of uncertainty (MU) of each parameter analysed should be provided with the results.

Replicate Testing The data of replicate testing of 5% samples for each parameter is to be provided with the results, if required with no extra cost.

Data Processing and Reporting The Contractor shall process the analytical data and prepare the report after proper validation as specified.

Milestone/ deliverables: All the samples collection, chemical analysis and submission of reports in the excel format (soft & Hard copies) prescribed in the tender document (Annexure-I) shall be completed within 90 days using Standard Methodology as enumerated in the APHA-22nd Edition and BIS. The analysis and submission of report for 30% samples shall be completed in the first 30 days, 35% samples in the next 30 days and remaining 35% samples in the last 30 days.

Page82

Milestone Number of samples to be analysed including Completion period in submission of report/ results days 1 30% 30 days 2 35% 30 days 3 35% 30 days

Page83

BOQ for Analysis of Basic Parameters in Ground Water Samples for Bundelkhand Region

Region wise distribution of works

BASIC PARAMETERS Other General Nutrients Major Ions

Inorganic

Regional Office

pH Electrical Conductivity(EC) Nitrate Phosphate Sodium Potassium Calcium Magnesium Carbonate Bicarbonate Chloride Sulphate Total Hardness Fluoride Silica Regional Director Northern Region, CGWB, Bhujal Bhawan, Sector-B, Sitapur Road 729

Yojna, Ram Ram Bank Chauraha, Lucknow- 226021 Ph.0522-2363812 Regional Director

North Central Region, Quantity/Unit CGWB, Block-1, 4th Floor, Paryawas Bhawan, Arera 918 Hills, Bhopal-462011 Ph.0755-2525202, 2577678 Total 1647

Estimated Cost (Rs.) for Basic Parameters Analysis in Ground Water Samples of Bundelkhand Region

Sl. Description of Quantity Estimated Earnest Cost of Tender Period of No Work Cost Money Document (Rs) completion ( Rs.) Deposit (Rs.) 1 Chemical Analysis (15 2% of parameters) Estimated 1647 Nos 3294000.00 Rs.1000/-. 90 days of Ground Cost as per water the Schedule samples

Page84

ANNEXURE - I Detailed format for sample identification & Results sheets for Basic parameters & data validation are given below-

FORM-I: Result Sheet for Basic Parameters (in Microsoft Excel Format)

BASIC PARAMETERS General Nutrients Major Ions Other Calculated Parameters

Inorganic

3 3

Decimal)

Unique ID Unique

(mg/L)

(mg/L)

(mg/L)

pH

(mg/L) 3

(mg/L)

RSC

TDS

SAR

3

4

3

Lab. sample no. sample Lab. (mg/L)

% Na %

4 4

Date of sampling of Date

Station/ Location Station/

(mg/L)

F F

K(mg/L)

Cl (mg/L) Cl

Ca (mg/L) Ca

Mg(mg/L)

Na (mg/L) Na

Lat (Degree Decimal) (Degree Lat

SO

CO

EC (µS/cm) EC PO

NO

Long (Degree Long HCO

Silica (mg/L) Silica Total Hardness as CaCO as Hardness Total

FORM-II: Data Validation (as per APHA/ BIS standard procedure) EC/100 to ion sum

ratio

(meq/L)

Error)

Lat/ Long Lat/

Unique ID Unique

Lab/sample no Lab/sample

Date of receipt of Date

Date of sampling of Date

Cation Balance (% Balance Cation

Station/ Location Station/

-

Total Cation Cation Total (meq/L) Anion Total

Calculated TDS /EC ratio /EC TDS Calculated Anion

Page85

BOQ for Analysis of Basic Parameters in Ground Water Samples for Bundelkhand Region

Financial Tender Format The rates May be given in Indian Rupees only Regional Director Executive Engineer Northern Region, Division-III,CGWB, CGWB, Bhujal Bhawan, Sector-B, Sitapur Road S-5/38-5, Vindhyavasni Nagar Colony, Yojna, Ram Ram Bank Chauraha, Lucknow-226012 Mahaveer mandir Road, Orderly Bazaar, Varanasi-221002 Ph.0522-2363812 Ph.0542-2507687 Executive Engineer Regional Director Division-XII,CGWB, Plot no.45, Arera Hills, North Central Region, Bhopal-462011 CGWB, Block-1, 4th Floor, Paryawas Bhawan, Arera Ph.0755-2554805 Hills, Bhopal-462011

Ph.0755-2525202, 2577678

S. No. Item Unit Quantity Rate (INR) Amount (INR)

1. Collection of ground water samples from Regional office of CGWB and Chemical analysis of water samples collected by CGWB for basic parameters viz pH, Electrical Conductivity (EC), Total Dissolved Solids (TDS), Nitrate, Phosphate, Sodium, Potassium, Calcium, Magnesium, Carbonate, Bicarbonate, Chloride, Sulphate, Total Hardness, Fluoride and Silica Nos. 1647 Validation and reporting of water quality data in prescribed format

Important Note: The work involves analysis of Ground water samples collected by CGWB. The bidder shall quote the rates jointly for analysis inclusive of all taxes. It is mandatory to quote the unit rate of chemical analysis combined for all parameters mentioned

Page86

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS BOQ for Analysis of Heavy Metals in Ground Water Samples for Bundelkhand Region GENERAL

In pursuance of Aquifer mapping scheme of Ground Water Management and Regulation, Central Ground Water Board proposes to carry out ground water sampling and its Analysis in 11 districts in Bundlekhand area of Madhya Pradesh & Utter Pradesh (Except Jhansi & Lalitpur). The activities of analysis of ground water samples (Collected by CGWB from selected wells) is proposed to be carried out The technical Specifications covers the activities to be carried out related to chemical analysis of water samples. This shall include collection of water samples from CGWB Regional office, analysis and computerization of data and handing over to CGWB in the prescribed format. The functional requirements are given below in respect of each activity. The contractor shall ensure that the fundamental requirements enunciated hereunder are not compromised. The bidder shall fulfil the following criteria:- e) NABL accredited labs of Indian institutions / agencies / firms with experience of water testing & having successfully conducted in the past similar analytical work of water resources sector under any Central / State Govt. Organization / Govt. Undertaking / Private Organisation. f) At least, two similar assignments relating to Water Resource Sector undertaken during the last 10 years. g) Having sound infrastructure facilities & financial capabilities for conducting such studies. h) Having qualified professionals and supporting staff with relevant experience in the field of water quality analysis

SCOPE OF WORK AND OVERVIEW The contractor presently shall be required to carry out following works:

III. Collection of ground water samples from Regional Office of CGWB situated at places mentioned in the schedules and Chemical analysis for basic parameters viz Arsenic, Chromium, Copper, Iron, Manganese and Zinc. IV. For Arsenic analysis in ground water samples to be provided by Regional Office separately and analysis may be carried out using Hydride Vapour Generation (HVG) technique with AAS instrument. Methodology for Collection, Analysis and Reporting: f) The contractor shall collect the samples from CGWB Regional office located at places mentioned in the schedules within 15 days from the date of award of contract. The CGWB Regional office will provide 1000 ml (for Chromium, Copper, Iron, Manganese and Zinc analysis) and 125 to 250

ml (for Arsenic analysis) in a plastic bottle duly sealed and labelled within 15 days from the date

Page87

of award of contract. The contractor shall be responsible of custody and safe transportation of sample after collection from CGWB. g) The contractor shall carry out Comprehensive analysis (after 10 time concentration, if required) of ground water samples received using Standard Methodology as enumerated in the APHA-22nd Edition and BIS. For Arsenic analysis Hydride Vapour Generation (HVG) technique may be used with AAS instrument. h) The contractor shall carry out Analysis of samples, validation & reporting of groundwater quality data following the Uniform Protocol on Water Quality Monitoring available on website http://www.wqaa.gov.in/ and analysed through NABL accredited lab for water quality analysis. i) The contractor shall Report the analytical results in prescribed format (Annexure-I).

Analytical Techniques The contractor shall follow the analytical techniques prescribed in the ‘Standard Methods for analysis of Water and Wastewater’ published by American Public Health Association (22nd or Latest Edition) or Bureau of Indian Standards (BIS) ‘Methods for Testing Water and Wastewater-methods of sampling and testing (physical and chemical)’ (IS:3025).

Analysis records, Data Processing and Reporting Recommended formats for recording data in respect of Basic parameters (Form I of Annexure-I) enclosed with this document. The Contractor shall process the analytical data and prepare the report after proper validation as specified.

Measurement of Uncertainty (MU) The measurement of uncertainty (MU) of each parameter analysed should be provided with the results.

Replicate Testing The data of replicate testing of 5% samples for each parameter is to be provided with the results, if required with no extra cost.

Milestone/ deliverables: All the samples collection, chemical analysis and submission of reports in the excel format (soft & Hard copies) prescribed in the tender document (Annexure-I) shall be completed within 90 days using Standard Methodology as enumerated in the APHA-22nd Edition and BIS. The analysis and submission of report for 30% samples shall be completed in the first 30 days, 35% samples in the next 30 days and remaining 35% samples in the last 30 days. Milestone Number of samples to be analysed including Completion period in submission of report/results days 1 30% 30 days 2 35% 30 days

3 35% 30 days

Page88

BOQ for Analysis of Heavy Metals in Ground Water Samples for Bundelkhand Region

Region wise distribution of works Heavy Metals

Regional Office Arsenic Chromium Copper Zinc Iron Manganese

Regional Director Northern Region, CGWB, Bhujal Bhawan, Sector-B, 243 243 243 243 243 243 Sitapur Road Yojna, Ram Ram Bank

Chauraha, Lucknow- 226021 Ph.0522-2363812

Regional Director Quantity/Unit North Central Region, CGWB, Block-1, 4th 473 473 473 473 473 473 Floor, Paryawas Bhawan, Arera Hills, Bhopal-462011 Ph.0755-2525202, 2577678

Total 716 716 716 716 716 716

Estimated Cost (Rs.) for Heavy Metal Analysis in Ground Water Samples of Bundelkhand Region

Sl. Description of Quantity Estimated Earnest Cost of Tender Period of No Work Cost Money Document (Rs) completion ( Rs.) Deposit (Rs.) 1 Chemical Analysis (6 2% of parameters) Estimated 716 Nos 1074000.00 Rs.1000/-. 90 days of Ground Cost as per water the Schedule samples

Page89

ANNEXURE - I Detailed format for sample identification & Results sheets for Basic parameters & data validation are given below- FORM-I: Result Sheet for Heavy Metals (in Microsoft Excel Format)

Micro pollutant toxic Metals

As Cr Cu Fe Mn Zn

milli gram/L

UniqueID Lab/sampleno Station/ Location LatLong / Dateof sampling Dateof receipt

BOQ for Analysis of Heavy Metals in Ground Water Samples for Bundelkhand Region

Financial Tender Format The rates May be given in Indian Rupees only Regional Director Executive Engineer Northern Region, Division-III,CGWB, CGWB, Bhujal Bhawan, Sector-B, Sitapur Road S-5/38-5, Vindhyavasni Nagar Colony, Yojna, Ram Ram Bank Chauraha, Lucknow-226012 Mahaveer mandir Road, Orderly Bazaar, Varanasi-221002 Ph.0522-2363812 Ph.0542-2507687 Executive Engineer Regional Director Division-XII,CGWB, Plot no.45, Arera Hills, North Central Region, Bhopal-462011 CGWB, Block-1, 4th Floor, Paryawas Bhawan, Arera Ph.0755-2554805 Hills, Bhopal-462011

Ph.0755-2525202, 2577678

S. Item Unit Quantity Rate (INR) Amount No. (INR)

1. Collection of ground water samples from Regional office of CGWB and Chemical analysis of water samples collected by CGWB for basic parameters viz Arsenic, Nos. 716 Chromium, Copper, Iron, Manganese and Zinc

Important Note: The work involves analysis of Ground water samples collected by CGWB. The bidder shall quote the rates jointly for analysis inclusive of all taxes. It is mandatory to quote the unit rate of chemical analysis combined for all parameters mentioned

Page90

Activity : SOIL INFILTRATION TEST

Objective of Work In pursuance of Aquifer Mapping scheme of Ground Water Management and Regulation, CGWB proposes to carryout Soil infiltration tests in 11 districts in bundelkhand Region of Madhya Pradesh (Chhatarpur, Damoh, Datia, Panna, Sagar & Tikamgarh)and (Banda, Chitrakoot, Hamirpur, Jalaun and Mahoba). The activity of soil infltration tests proposed to be taken up during dry season .( Non-Rainy period).

Infiltration is the process by which water on the ground surface enters the soil. Its rate can be determined by several methods. The most common method to measure the infiltration rate in the field is by using double ring infiltrometer. Infiltration rates estimated from the tests conducted are used in categorisation of soils from an irrigation point of view, groundwater resource estimation and in aquifer response model.

Scope of the work: To conduct infiltration test to determine soil infiltration rate using double ring infiltrometer and submission of districtwise report in desired format. These reports should include blockwise information collected and generated. Test sites will be finalized by CGWB and the list will be provided to the bidder.

Methodology/Approach The agency has to identify the sites in grid pattern for carrying out infiltration tests during dry season preferably not on a rainy day or within 24 hours of significant rainfall. The test site should be barren without vegetation.

Procedure for Double ring infiltrometer test.

a. Hammer the double ring infiltrometer 15 cm into the ground with minimum disturbances to the soil media.

b. Fill simulatanesouly both the inner and outer rings with water upto indicator mark in the double ring infiltrometer and a scale should be used to measure

the depth of water column within the inner ring.

Page91

c. Record the clock time when the test begins and note the water level with the measuring scale.

d. Record the drop in water level in the inner ring on the measuring scale at periodic interval (Annexure-I) and periodically add water to bring the level back to the original level. Maintain the same water level in the outer as well as in the inner ring.

e. Continue the test until the drop in water level is the same over the same time interval.

f. The test should be conducted for a period till the steady infiltration rate is obtained or for 8 hrs whichever is earlier.

Analysis of Data (following Horton’s method)

Horton’s (1933) empherical formula states that infiltration starts at a constant rate, f0, and is decreasing exponentially with time, t. After some time when the soil saturation level reaches a certain value, the rate of infiltration will level off to the rate fc.

– kt ft = fc + (f0 − fc)e , Where

ft is the infiltration rate at time t;

f0 is the initial infiltration rate or maximum infiltration rate;

fc is the constant or equilibrium infiltration rate after the soil has been saturated or minimum infiltration rate;

k is the decay constant specific to the soil.

The other method of using Horton's equation is as below. It can be used to find the total volume of infiltration, F, after time t.

Page92

Technical Specifications

S.no Details

 The infiltration test is to be conducted during non-

monsoon period  Test should be carried out using Double ring infiltrometer with falling or Constant head method  Double ring infiltrometer should be of the following dimensions  The outer ring is 60cm diameter; the inner ring 30 cm diameter and height is 30 cm.

Analysis method  Horton’s Method

Deliverables  Report as per format given in annexure-I  Report should contain o Location of soil Infiltration test sites on base map (in .shp format) (Fig-I) o Data recorded in original (Annexure-II) o Processed graph sheet o Basic Infiltration rate o Blockwise Consolidated statement of tests (Annexure-III)

Page93

BOQ for soil Infiltration test for Bundelkhand Region

Financial Tender Format The rates May be given in Indian Rupees only Regional Director Executive Engineer Northern Region, Division-III,CGWB, CGWB, Bhujal Bhawan, Sector-B, S-5/38-5, Vindhyavasni Nagar Colony, Sitapur Road Yojna, Mahaveer mandir Road, Orderly Bazaar, Varanasi-221002 Ram Ram Bank Chauraha, Lucknow-226012 Ph.0542-2507687 Ph.0522-2363812 Executive Engineer Regional Director Division-XII,CGWB, Plot no.45, Arera Hills, North Central Region, Bhopal-462011 CGWB, Block-1, 4th Floor, Ph.0755-2554805 Paryawas Bhawan, Arera Hills, Bhopal-462011

Ph.0755-2525202, 2577678

S. No. Item Unit Quantity Rate Amount (INR) (INR) 1. Pretest preparation To locate sites finalized by CGWB for carrying out infiltration test in a grid pattern and preparing the base map Soil infiltration Test Draft report along with thematic layers in digital form District wise Reports containing 715 nos  Location of soil Infiltration test Nos. ( 243 in U.P & sites on base map (in .shp 472 in M.P) format) (Fig-I)  Data recorded in original (Annexure-II)  Processed graph sheet (Fig-II)  Estimated Infiltration rate  Blockwise Consolidated statement of tests( Annexure-III)

Important Note: The bidder shall quote the rates jointly for all items inclusive of all taxes. It is mandatory to quote the unit rate.

Schedule wise quantity of Soil Infilitration

Serial No- Name of Nos Estimated Cost tentative EMD Region 1 NR, Lucknow 243 Rs 10,93500/- 2. NCR, Bhopal 472 Rs 2124000/-

Page94

Milestone :

Time frame to be followed after receiving the work order:

Sr. Milestones of Activity/ Unit Time line % of Verification No. Deliverables payment to and Validations be made by CGWB 1 Award of contract - 10 3 Pretest preparation  To locate sites finalized by 1 job 2 weeks 10 CGWB for carrying out infiltration test in a grid pattern and preparing the base map 4 Soil infiltration Test (to be 715 nos. 12 weeks 30 carried out during dry season December’16 to Mar’17) Double ring infiltration test Analysis method - Horton’s Method 5 Draft report along with thematic 2 weeks 20 layers in digital form Districtwise Reports containing  Location of soil Infiltration test sites on base map (in .shp format) (Fig-I)  Data recorded in original (Annexure-II)  Processed graph sheet (Fig- II)  Estimated Infiltration rate  Consolidated statement of tests (Annexure-III) 6 Scrutiny 1 week Detailed scrutiny of the Report submitted by the agency to be done by CGWB. 7 Submission and acceptance of final 2 weeks 30 report

Validation/Verification

Page95

a. The CGWB will verify atleast 5-10 % of test site. The agency shall communicate atleast one week in advance to CGWB about the plan of infiltration test.

b. Random checking of data analysis of the tests will be conducted. If test/data found erroneous no payment will be made.

Qualification Criteria for agency:

Agency should have professionals with

 Post-Graduate (Masters) qualification in water resources /Hydrology / Hydrogeology /Water Resources Management / Agriculture engineering or equivalent with specialization in related area.  5 years experience in relevant field.

Annexure-I REPORT FORMAT FOR SOIL INFILTRATION TEST (District wise reports to be submitted)

1 INTRODUCTION 2 OBJECTIVE 3 DESCRIPTION OF STUDY AREA AND SOIL TYPE 4 METHODOLOGY ADOPTED 5 RESULT AND DISCUSSIONS 6 TABLES, GRAPHS, FIGURES SHOWING RAW DATA AND ITS ANALYSIS AND RESULTS (All the data/ information should be compiled for each block separately)

Annexure-II INFILTRATION TEST 1. Site Location: 2. Co-ordinate : 3. Block: 4. District: 5. Type of Soil: 6. Test Date : 7. Test Duration:

Page96

Cum Water Infilt Infiltratio Cumulative Watch Time Time m. level r n Depth of Remark Time Differenc in min. Time in cm -ation rate infiltration s (24hrs) e in cm in cm/h in cm/hr 0 1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 35 40 45 50 55 60 70 80 90 100 110 120 140 160 180 200 220 240 260 280 300 330 360

Page97

390 420 450 480

* Time and volume of water added to be indicated in the remarks column.

Annexure-III

Results of Infiltration Test District ______Block: ______

Sl.no Village name Lat (in Long (in Test duration Soil type Basic deg deg (min) Infiltration Decimal) Decimal) rate (cm/hr) 1 2 3 4 5 6 7

Page98

MICRO LEVEL HYDROGEOLOGICAL DATA ACQUISITION INCLUDING GROUND WATER QUALITY 1. Introduction and Objective In pursuance of Aquifer Mapping, CGWB proposes for Micro Level Hydrogeological data acquisition including ground water quality over an area 56,059 sq km covering 11 Districts of Madhya Pradesh and Uttar Pradesh in Bundelkhand Region (Except Jhansi & Lalitpur).through village wise detailed inventory of dug/bore/tube wells and in-situ water quality testing. Outsourcing of identified tasks within major activities is proposed in view of limited in- house manpower and infrastructure to take-up the physical targets envisaged in the XII plan. Intensified well inventory work will bring out lithological information in standard format for deciphering shallow aquifer geometry. The well schedule form should be used to ensure collection of hydrogeological data for each principal aquifer. Information like well location (village, coordinates), well type, well use, well dimensions, pumping duration in a day, nos. of pumping days/ month, pumping discharge, aquifer tapped etc should be collected. One time ground water quality monitoring for the important parameters will be determined using portable water quality Kit. The data may be stored in a proper format so that the output can be exported to ArcGIS Platform. The data generated would provide base line information of the area which will be a valuable input for the aquifer response model. The scope of work and professional services required from the Bidder is described under the section of ‘Scope of Work’. The bidder selected for this work shall assume full responsibility for carrying out and completion of the above work as per the specifications and terms and conditions laid down by the Competent Authority. The purpose of this EOI is to provide the necessary information to the interested agencies/ bidders to enable them to prepare and submit their response for providing above services. 2. Scope of Work: CGWB proposes to acquire micro level hydrogeological data from 2150 ground water abstraction structures in an identified area of 56059 sq km in Bundelkhand region, to have an idea of hydrogeology and a sample census for draft of ground water for domestic, industrial or irrigation purposes, which is major component of ground water balance studies. Under this study, minimum 3 wells are to be inventoried by the agency in each quadrant of the toposheet. Collection and Compilation (Computerization) of all field data of hydrogeological information of existing ground water abstraction structures such as hand pumps, dug wells, dug-cum bore wells and tube wells used for domestic, industrial or irrigation purposes and its potential from various sources will be carried out. The activities of micro level hydrogeological data acquisition including one time ground water quality monitoring using the field kit are proposed to be taken up through outsourcing from various state agencies/ private agencies. The scope of proposed work shall include the above mentioned items in 56059 sq km of area in Village/ Gram Panchayat/ blocks (district) of Banda, Chitrakoot, Hamirpur, Jalaun and Mahoba in the state of U.P and Chhatarpur, Damoh, Datia, Panna, Sagar & Tikamgarh districts

in MP.

Page99

2.1 Field Oriented Work

The agency should study the detailed information of the area assigned as available on base map, latest Survey of India toposheet, literatures and other available data on the internet. Further, the equipments required for the proposed studies should be kept in readiness and in good and working condition for field studies. Field studies should be planned during fair weather period i.e. pre or post monsoon period, when most of the areas are accessible. Agency is required to deploy skilled personnel’s and efficient instruments as per the requirement of the work which include:

a) Micro level Hydrogeological Data Acquisition including Ground Water quality  One time collection of hydrogeological data of existing wells (hand pumps, dug wells, tube wells etc) from the areas identified by CGWB as per the proforma provided.  Reduced level data for all the wells monitored should be collected or estimated using DGPS.  Wells monitored should be plotted on the base map on 1:50,000 scale.  Collection of lithological logs from the state govt. or private agencies involved in hand pump/ tube well construction.  Techno economic details of well inventoried as per the proforma (Annexure-I) should be collected from the well owner.  Ground Water Sampling (one time) to be done in the identified area and quality analysis is to be carried out using the field kit. The constituents monitored will be such as Temp, pH, EC.  One time water level data to be collected at all these stations. The unit for reporting water level data should only be in metres below measuring point (mbmp). The height of measuring point in metres above ground level (m agl) must be provided along with water level data in the prescribed proforma. The information such as depth of well (metres below ground level), diameter (metres), zones tapped (m), discharge (lpm/lps), running hours and days, use, command area (if for irrigation) (sq km/ha),.  Unit ground water draft for irrigation may be estimated and socio-economic evaluation may also be undertaken.  Lithological information for each well should be collected locally/ state agencies and filled in provided format.  If the pump is fitted in the well, it must be ensured that non pumping water level data is collected.

2.2 Lab Oriented work a) Microlevel hydrogeological data acquisition  Bidder is required to collect the data from monitoring stations during the prescribed

period and bring the data to lab for processing and computerization.

Page100

 All the data is to be computerized as per the formats provided by CGWB, which will be acceptable only in MS-Excel (1997-2003) and all the digital maps should be provided in *.shp format using UTM projection system and WGS 84 Datum.  Locations of the inventoried well should be plotted in the base map in ArcGIS platform along with attributes including annual and seasonal ground water drafts.  Depth to water level should be prepared using the observed data in ArcGIS platform.  Water table map should also be prepared based on reduced levels showing ground water flow directions in relation with local drainage system.  Report on ground water draft for irrigation may be reorted as per GEC Methodology 97.  Raw data should also be provided to CGWB in addition to processed data in soft version.

(b) Quality Monitoring (1 time in a year)  All the data to be computerized as per the formats provided by CGWB, which will be acceptable only in MS-Excel format. All the digital maps should be provided in *.shp format using UTM projection system and WGS 84 Datum.  Location of ground water Quality monitoring stations should be plotted on the base map in ArcGIS platform along with attributes as per the format provided.  Constituents above permissible limit should be highlighted in the GIS map.

3. Methodology / Approach  Micro level hydrogeological data acquisition including ground water quality monitoring activities require thorough study of the area prior to field studies, which will help in proper and optimum planning of field visits including time of visit, route to be adopted, agencies to be approached etc.  Work plan to be submitted by the agency within 15 days of award of contract.  It must be ensured that the wells are not clustered and should be well spread in the quadrant and should represent different hydrogeological setups if any variation is there. If required numbers of well are not available in any quadrant, the numbers should be inventoried in the adjacent quadrant. On the contrary, if any quadrant is characterized by heterogeneity and requires more wells for proper representation of the hydrogeology, the wells can be increased. Information will be important for simulating the aquifer response model and also for developing aquifer management plan.  The agency should collect data from field itself and process the data in laboratory as per prescribed format.  Partial and incomplete reports will not be accepted for payment.

Page101

BOQ for Micro level Hydrogeological Data Acquisition including quality monitoring for Bundelkhand Region

Financial Tender Format The rates May be given in Indian Rupees only Executive Engineer Regional Director Division-III,CGWB, Northern Region, S-5/38-5, Vindhyavasni Nagar Colony, CGWB, Bhujal Bhawan, Sector-B, Sitapur Road Mahaveer mandir Road, Orderly Bazaar, Yojna, Ram Ram Bank Chauraha, Lucknow-226012 Varanasi-221002 Ph.0522-2363812 Ph.0542-2507687 Executive Engineer Regional Director Division-XII,CGWB, Plot no.45, Arera Hills, North Central Region, Bhopal-462011 CGWB, Block-1, 4th Floor, Paryawas Bhawan, Arera Ph.0755-2554805 Hills, Bhopal-462011

Ph.0755-2525202, 2577678

S. Item Unit Quantity Rate Amount No. (INR) (INR) 1.  Micro level Hydrogeological Data Acquisition by inventory of GW abstraction structures 2151nos  GW Quality Monitoring using field kit ( 730 in Nos.  Computerization of data, ground water draft U.P & 1421 in M.P analysis and preparation of thematic maps  Preparation of district wise report

Note: Reports will be accepted only when all the three items( i to ii) are incorporated and all the parameters as per the formats are provided

Schedule wise quantity of Micro level Hydrogeological Data Acquisition including Ground Water quality

Serial No- Name of Nos Estimated Cost tentative EMD Region 1 NR, Lucknow 730 Rs 8,76000/- 2. NCR, Bhopal 1421 Rs 17,05200/-

Page102

Milestone for Activity- Micro level Hydrogeological Data Acquisition including Ground Water Quality Monitoring

Sr. Milestones of Activity/ Deliverables Timeline Verification and No. validations by CGWB 1 Award of contract - 2 Submission of work plan 15 days 3 Micro level hydrogeological data 45 days collection from inventoried wells and collection of select ground water quality parameters 4 Computerization and analysis of data, 15 days estimation of GW draft and preparation of thematic maps 5 Draft analysis report along with 15 days thematic layers in digital form 6 Report scrutiny 15 days Detailed scrutiny of the Report submitted by the agency by CGWB. 7 Submission and acceptance of final 10 days report

Verification and validation Raw data collected and analyzed by the agency will be cross checked randomly by CGWB. Further, the field visit will be undertaken by CGWB officers along with agency at about 10% of sites to verify field data and analysis done. If any discrepancy or anomalous information is observed, rectification/ modification will be carried out by the agency at its own cost.

Page103

Annexure I Well Inventory - Data Sheet

Well no:______Date of inventory______Location : ______Administrative Block : ______District: ______State ______Latitude :______Longitude:______Toposheet no:______Name of the Watershed ______Area of the Watershed ______km2 Geologic formation______Type of Well: DW/DCB/BW/HP/TW Owner : Govt/Pvt. Well usage: Irrigation/Domestic. Depth of the well:______(m). Diameter of Well :______(m) Casing length/ Curbing depth (m ______(m) Reported discharge _____lpm/lps. Reduced level: ______(mAMSL) Weathering thickness)______m Fractures encountered from ____ to_____(m). Measuring point (MP)______(m) Static WL ______(m) Type of Pump- Submersible/Centrifuge/JET Pump Capacity ______(HP) Hours of pumping ______hrs/day. Number of pumping days______days /year. Total estimated draft during khariff ___m3/year. Total estimated draft during rabi ______m3/year. Total estimated draft ______m3/year. Cropping pattern______Command area of the well______ha. Any other Salient feature : ______Name of officer Signature Date DW – Dug well DCB – Dug Cum Borewell BW - Borewell HP-Hand pump

TW-Tube well

Page104

Annexure-II WATER LEVEL DATA OF GROUND WATER ABSTRACTION STRUCTURES Static data

State: ; District: ; Tehsil/ Taluk/ Mandal: ; Block: ;

S. Topo Site Site Na Latitude Longitud Establish RL Total Type Aquife Me Wate Date Sour Aq Any No. sheet ID* Name me in e in ment (ma Depth (DW/ r asu r of ce/ uif other No. of degrees degrees date msl) of HP/D group rin level meas Age er infor Villa decimal decimal (dd/mm (DW/H CB/ g in urem ncy typ matio ge/ /yyyy) P/DCB/ TW/B poi mbgl ent e n site TW/B W) nt W) (m (mbgl) agl)

Annexure-III Lithological log

State: ; District: ; Tehsil/ Taluk/ Mandal: ; Block:

Toposheet no: ; Village : ; Site ID (DW/DCB/BW/HP/TW) :

S. No Depth in m Thickness (in m) Lithology from To

Page105

Annexure-IV GROUND WATER DRAFT FROM THE INVENTORIED GROUND WATER ABSTRACTION STRUCTURES

State: ; District: ; Tehsil/ Taluk/ Mandal: ; Block: ;

S. No. Topos Site Site Discharge as Hours of No. of running Total draft No. of Total draft Annual Any heet ID* Name reported pumping days during during khariff running days during rabi draft in other No. (lpm/lps) per day khariff during rabi m3/year inform ation

Annexure-V WATER QUALITY ANALYSIS USING THE FIELD KIT

State: ; District: ; Tehsil/ Taluk/ Mandal: ; Block: ; Toposheet no:

Site Date of Name of Temp EC in pH Name measurement village/ oC µS/cm at (dd/mm/yyyy) site 25oC

Page106

Annexure-VI REPORT FORMAT FOR MICROLEVEL SUBSURFACE HYDROGEOLOGICAL DATA FROM EXISTING WELLS (Districtwise reports to be submitted)

1 INTRODUCTION 2 OBJECTIVE 3 DESCRIPTION OF STUDY AREA 4 METHODOLOGY ADOPTED 5 RESULT AND DISCUSSIONS 6 TABLES, GRAPHS, FIGURES SHOWING RAW DATA AND ITS ANALYSIS AND RESULTS (All the data/ information should be compiled for each block separately)

Page107

SECTION VI

REGIONWISE DISTRIBUTION OF WORK

Page108

SECTION VI

REGIONWISE DISTRIBUTION OF WORK Sl REGION Division Description of Works Items No. of No wells 1. Regional Director Executive Engineer E/W -200m in Hard rock 35 North Central Region, Division-XII,CGWB, Construction of EWs and O/W-200m in Hard rock 10 CGWB, Plot No.45, OWs E/W -200m in Hard rock 15 th Block-1, 4 Floor, Arera Hills, Bhopal- O/W-200m in Hard rock 05 Paryawas Bhawan, 462001 E/W—200m in Hard rock 115 Arera Hills, Bhopal- 0755-2578428 O/W-200m in Hard rock 33 462001 0755-2554805 0755-2525202 E/W -200m in Hard rock 34 O/W-200m in Hard rock 12 Total 259 For other works i.e. Geophysical Investigations, Refer to Section-V Scope of works & , Chemical Analysis of water Technical Specifications sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies etc. 2. Regional Director Executive Engineer E/W-150 m in soft rock 24 Northern Region, Division-III, CGWB, Construction of EWs and O/W-150 m in soft rock 24 CGWB, Bhujal S-5/38-5, Vindhya OWs E/W-100 m in soft rock 35 Bhawan, Sector- Vasani Nagar Colony, O/W-100 m in soft rock 35 B,Sitapur Road yojna, Mahaveer Mandir Ram Ram Bank Road, Orderly Bazar, E/W—200m in Hard rock 97 Chauraha , Varanasi-221002 O/W-200m in Hard rock 17 Lucknow-226021 Ph.0542-2507687 E/W—200m in Hard rock 01 Ph.0522-2363812 O/W-200m in Hard rock 01

Total 234 For other works i.e. Geophysical Investigations, Refer to Section-V Scope of works & , Chemical Analysis of water Technical Specifications sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies etc.

Page109

SECTION VII

BILL OF QUANTITIES

Page110

SECTION VII

BILL OF QUANTITIES

FINANCIAL TENDER FORMAT FOR THE WORKS HAS BEEN UPLOADED IN THE BOQ SECTION IN THE E- TENDERING SYSTEM WHICH IS AN INTEGRAL PART OF THIS TENDER DOCUMENT. THIS MAY BE SEEN IN THE BOQ SECTION.

NOTE common for all BOQs

1) While quoting the rates unit cost should be given for all the items. The items of work in BOQ deemed to be cover all kind of works/ items involved in construction of a well even though if any specific item is not mentioned in the BOQ. Hence no payment will made for works/ items not mentioned in the BOQ separately.

2) The quantities envisaged in the BOQs are tentative and may vary from site to site the payments will be made on actual basis.

3) Unit rates and prices shall be quoted by the bidder in Indian rupee. Bidders have to quote for all items of work otherwise will be treated as non-responsive.

4) Where there is a discrepancy between the rate in figures and words, the rates in words will govern.

5) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity, the unit rate quoted shall govern.

Page111

SECTION VIII

TENTATIVE LIST OF LOCATIONS

Page112

TENTATIVE LOCATIONS FOR WORKS IN BUNDELKHAND (UP)

Proposed Wells 150-150m in Alluvium S. No. District Block Tentative Location Topo- Grid No. sheet No.

1 BANDA BABERU Marka 63C/14 A1 2 BANDA JASPURA Jaspura 63C/5 B3 3 BANDA JASPURA Narauli 63C/5 C2 4 BANDA TINDWARI Padarathpur 63C/10 A1 5 BANDA TINDWARI Sahoorpur 63C/6 C1 6 HAMIRPU KURARA Badanpur 63C/1 B1 R 7 HAMIRPU KURARA Shekhoopur 63B/4 A3 R 8 HAMIRPU KURARA Umrahat 54N/16 C2 R 9 HAMIRPU SUMERPUR Bhakaul 63C/1 B2 R 10 HAMIRPU SUMERPUR Deo Gaon 63C/1 C2 R 11 HAMIRPU SUMERPUR Surauli Buzurg Danda 63C/5 A2 R 12 JALAUN JALAUN Jagneva 54N/8 B1 13 JALAUN KADAURA Ekona 54N/16 B3 14 JALAUN KADAURA Surola 54N/16 A3 15 JALAUN KUTHAUND Tolakpur 54N/7 B2 16 JALAUN KUTHAUND Umari Diwara 54N/7 C2 17 JALAUN MAHEVA Khargui Dewara 54N/11 A3 18 JALAUN MAHEVA Mangrol Divara 54N/12 C1 19 JALAUN MAHEVA Nepanyan 54N/12 B1 20 JALAUN MAHEVA Singepur 54N/8 C1 21 JALAUN RAMPURA Bhitaura 54N/3 C2 22 JALAUN RAMPURA Mahtauli 54N/7 A1 23 JALAUN RAMPURA Nawar 54N/7 A2 24 JALAUN RAMPURA Siddha Pura 54N/3 B2

Page113

Wells up to 100m in Alluvium in BUNDELKHAND (UP)

S. No. District Block Tentative Location Topo- Grid sheet No. No. 1 BANDA BABERU Bhabhuwa 63C/14 A2 2 BANDA BABERU Patvan 63C/10 C2 3 BANDA KAMASIN Enguva 63C/14 B2 4 BANDA KAMASIN Kathar 63C/14 C2 5 BANDA TINDWARI Khaptiha Kalan 63C/6 B2 6 BANDA TINDWARI Singhpur 63C/10 B2 7 CHITRAKOOT MAU Dubari 63G/7 B3 8 CHITRAKOOT MAU Pardawan Mustakil 63G/11 A3 9 CHITRAKOOT RAMNAGAR Atarsui 63G/3 C3 10 CHITRAKOOT RAMNAGAR Khatawara 63G/3 B2 11 HAMIRPUR GOHAND Aunta 54O/10 B2 12 HAMIRPUR GOHAND Bilgaon 54O/10 A1 13 HAMIRPUR GOHAND Magrauth 540/5 C3 14 HAMIRPUR GOHAND Sigraban 54O/10 B1 15 HAMIRPUR Baije Mau 63C/6 A1 16 HAMIRPUR MAUDAHA Chamar Khanna 63C/2 A2 17 HAMIRPUR MAUDAHA Kamehriya 63C/2 A1 18 HAMIRPUR MUSKARA Dhamna Jalal 54O/14 A2 19 HAMIRPUR MUSKARA Gehrauli (Par 54O/14 B2 Muskera) 20 HAMIRPUR MUSKARA Kar Gaon 54O/14 C1 21 HAMIRPUR MUSKARA Mahera 54O/14 B1 22 HAMIRPUR RATH Gauhani Panwari 54O/6 C3 23 HAMIRPUR RATH Sargaon 54O/6 C2 24 HAMIRPUR SARILA Jitakiri Danda 54O/9 B2 25 JALAUN DAKOR Barsar 54O/5 B2 26 JALAUN DAKOR Dadari 54O/9 A1 27 JALAUN DAKOR Daulatpura Orai 54O/5 A1 28 JALAUN JALAUN Hatheri 54N/8 A2 29 JALAUN JALAUN Makarandpura 54O/5 A2 30 JALAUN KADAURA Parsan 54O/9 C1 31 JALAUN KONCH Jakhauli 54O/1 C2 32 JALAUN KONCH Pachipura Kalan 54N/4 C3 33 JALAUN MAHEVA Khankri 54N/12 A2 34 JALAUN NADIGAON Dabarkonch 54k/13 C1 35 JALAUN NADIGAON Parawar 54N/4 A1

Page114

88 EW & 16 OW LOCATION IN HARD ROCK , BUNDELKHAND (UP) Topo-sheet Grid District Block Tentative Location No. No. 1 MAHOBA JAITPUR Mawaiya 54O/12 A1 2 MAHOBA PANWARI Lilwah 54O/7 B2 3 MAHOBA PANWARI Teli Pahari 54O/7 B3 4 MAHOBA PANWARI Dadri 54O/11 A3 5 MAHOBA PANWARI Churari 54O/11 A2 6 MAHOBA JAITPUR Charua 54O/11 A2 7 MAHOBA JAITPUR Baura 54O/11 B3 8 MAHOBA JAITPUR Bhagaura 54O/8 C1 9 MAHOBA JAITPUR Baghaura 54O/8 B2 10 MAHOBA PANWARI Jakha 54O/7 C1 11 MAHOBA PANWARI Nakra 54O/11 A1 12 MAHOBA PANWARI Kilhauwa 54O/11 A1 13 MAHOBA PANWARI Saudhi 54O/7 B1 14 MAHOBA PANWARI Rupnaul 54O/7 B1 15 MAHOBA PANWARI Baidaun 54O/7 B2 16 MAHOBA PANWARI Dharwar 54O/7 B2 17 HAMIRPUR RATH Paharigarhi 54O/10 A3 18 HAMIRPUR RATH Ghughsi 54O/10 B3 19 MAHOBA CHARKHARI Bari 54O/14 B3 20 MAHOBA CHARKHARI Jarauli 54O/10 C3 21 MAHOBA CHARKHARI Gudha 54O/11 C1 22 MAHOBA CHARKHARI Gaurahari 54O/11 B1 23 MAHOBA CHARKHARI Jataura 54O/15 A1 24 MAHOBA CHARKHARI Bambhauri Kalan 54O/15 B1 25 MAHOBA CHARKHARI Imaliya Dang 54/O15 B2 26 MAHOBA KABRAI Baberi 54O/14 C3 27 MAHOBA KABRAI Gauodhi 54O/14 C3 28 MAHOBA KABRAI Pidari 54O/15 C1 29 MAHOBA KABRAI Utiyan 54O/15 C1 30 MAHOBA JAITPUR Bhadarwara 54O/12 B1 31 MAHOBA KABRAI Paswara 54O/11 C3 32 MAHOBA KABRAI Mawai 54O/16 B2 33 MAHOBA KABRAI Kaimaha 54O/16 A2 34 MAHOBA JAITPUR (Rural) 54O/11 B3 35 MAHOBA CHARKHARI Swasa Maf 54O/11 C3 36 MAHOBA CHARKHARI Tola Soyam 54O/12 C1 37 HAMIRPUR MAUDAHA Kahra 63C/3 A1 38 HAMIRPUR MAUDAHA Sirsi Kalan 63C/3 B1 BADOKHAR 39 BANDA KHURD Durendi 63C/7 A1 BADOKHAR 40 BANDA KHURD Barokhar Khurd 63C/7 B1

41 BANDA MAHUVA Barokhar Buzurg 63C/7 B2

Page115

42 BANDA MAHUVA Muradpur 63C/7 B3 43 BANDA MAHUVA Atarra (Rural) 63C/11 A3 44 BANDA MAHUVA Baheri 63C/11 C3 45 BANDA MAHUVA Sidhalla 63C/8 C1 46 BANDA MAHUVA Motiyari 63C/12 A1 47 BANDA NARAINI Shahpur 63C/8 B2 48 BANDA NARAINI Sadha 63C/12 A2 49 BANDA MAHUVA Atarra (Rural) 63C/11 A3 50 BANDA MAHUVA Khanpur 63C/7 B3 51 BANDA NARAINI Singhauti 63C/8 C2 52 BANDA BISANDA Siklodhi 63C/11 A2 53 BANDA MAHUVA Syohad 63C/7 C2 54 BANDA BISANDA Ballan 63C/11 B3 55 BANDA NARAINI Kolouha 63C/12 C2 56 BANDA NARAINI Mahuta 63C/12 B1 57 BANDA NARAINI Oraha 63C/11 B3 58 BANDA NARAINI Karari 63C/11 C3 59 BANDA NARAINI Rasin 63C/12 C1 60 BANDA NARAINI Birauna 63C/12 A2 61 BANDA BISANDA Para 63C/11 C2 62 BANDA NARAINI Amiliha 63C/12 C1 63 CHITRAKOOT KARVI Ghuratanpur 63C/12 C2 64 BANDA BISANDA Lamehta 63C/15 A3 65 BANDA BISANDA Kullu Khera 63C/15 A2 66 CHITRAKOOT KARVI Pahi 63C/15 B2 67 CHITRAKOOT KARVI Bara Mafi 63C/15 B3 68 CHITRAKOOT KARVI Bhaisaundha 63C/15 A3 69 CHITRAKOOT KARVI Bhanga 63C/16 A1 70 CHITRAKOOT KARVI Sheo Rajpur Mafi 63C/16 A2 71 CHITRAKOOT KARVI Chhipani Bahar Kher 63C/16 B1 72 CHITRAKOOT KARVI Bharkori 63C/15 C3 73 CHITRAKOOT KARVI Parsaunja 63C/15 C2 74 CHITRAKOOT PAHARI Pahari Bujurg 63C/15 C3 75 CHITRAKOOT MANIKPUR Kota Kadaila 63G/4 C2 76 CHITRAKOOT MANIKPUR Chureh Kesarua 63G/4 C2 77 CHITRAKOOT MANIKPUR Unchadeeh 63G/4 C3 78 CHITRAKOOT MANIKPUR Manikpur Range 63H/1 B1 79 CHITRAKOOT PAHARI Unay Barna 63G/3 A3 80 CHITRAKOOT MANIKPUR Bhounri 63G/4 A1 81 CHITRAKOOT RAMNAGAR Khor 63G/4 C1 82 CHITRAKOOT MAU Bamburi 63G/8 B1 83 CHITRAKOOT MAU Jamira 63G/8 C1 84 CHITRAKOOT MAU Kol Majara 63G/8 C2 85 CHITRAKOOT MAU Gahur 63G/8 B2 86 CHITRAKOOT MAU Khandeha 63G/8 A1

87 CHITRAKOOT MAU Khohar 63G/8 C2

Page116

88 CHITRAKOOT RAMNAGAR Deora 63G/8 A1

10 EW & 2 OW LOCATION IN HARD ROCK , BUNDELKHAND (UP) District Block Tentative Location Topo-sheet No. Grid No.

1 CHITRAKOOT MANIKPUR Doda Mafi 63D/13 C1 2 CHITRAKOOT MANIKPUR Tikaria Jamunihai 63C/16 B3 3 CHITRAKOOT MANIKPUR Markundi Range 63C/16 C3 4 CHITRAKOOT MANIKPUR Rukama Bujurg 63C/16 C2 5 CHITRAKOOT MANIKPUR Rukama Bujurg 63C/16 B2 6 CHITRAKOOT MANIKPUR Agarhunda 63G/4 B1 7 CHITRAKOOT MANIKPUR Gadhchapa 63G/4 B2 8 CHITRAKOOT MANIKPUR Karvi Range 63C/16 C2 9 CHITRAKOOT MANIKPUR Matna 63G/4 A1 10 CHITRAKOOT MANIKPUR Daheruchh Mafi 63G/3 B3

Page117

PROPOSED LIST OF 199 EXPLORATORY B/W (OUTSOURCING) OF 6 DISTRICTS IN BUNDELKHAND REGION OF M.P. Sr Dist Block Village Long Lati 1 CHHATARPUR NOWGAON Jhijhan 79.5667 25.1236 2 CHHATARPUR NOWGAON Urdmau 79.7156 25.1184 3 CHHATARPUR NOWGAON Alipura 79.356 25.1939 4 CHHATARPUR BIJAWAR Lakhanguwan 79.5473 24.7054 5 CHHATARPUR BIJAWAR Bedpura 79.5533 24.5806 6 CHHATARPUR BIJAWAR Palkoha 79.8053 24.5984 7 CHHATARPUR NOWGAON Harpalpur (NP) 79.3167 25.3097 8 CHHATARPUR BUXWAHA Malar 79.3802 24.4021 9 CHHATARPUR BADA MALHERA Pipariya Kalan 79.2094 24.4331 10 CHHATARPUR BADA MALHERA Sujanpura 79.2387 24.5008 11 CHHATARPUR BADA MALHERA Tahanga 79.3178 24.4889 12 CHHATARPUR BADA MALHERA Gopalpura 79.3626 24.5499 13 CHHATARPUR BUXWAHA Hatna 79.2678 24.3919 14 CHHATARPUR BUXWAHA Bhujpura 79.2941 24.4569 15 CHHATARPUR BUXWAHA Panchhi 79.4421 24.4555 16 CHHATARPUR BUXWAHA Nimani 79.3536 24.3683 17 CHHATARPUR NOWGAON Ragoli 79.4734 25.2716 18 CHHATARPUR NOWGAON Mankari 79.7439 25.0494 19 CHHATARPUR NOWGAON Mudwara 79.4326 25.1081 20 CHHATARPUR BIJAWAR Jaitpur 79.8509 24.3784 21 CHHATARPUR BIJAWAR Kupi 79.6626 24.5132 22 CHHATARPUR BIJAWAR Shahgarh 79.5277 24.4682 23 DAMOH BATIYAGARH Jangupura 79.4704 24.318 24 DAMOH BATIYAGARH Sadpur 79.4034 24.2564 25 DAMOH BATIYAGARH Bari Madiyado 79.484 24.2341 26 DAMOH BATIYAGARH Magron 79.4911 24.1432 27 DAMOH BATIYAGARH Simri Chinta 79.3893 24.0726 28 DAMOH BATIYAGARH Khaderi 79.2622 24.0437 29 DAMOH BATIYAGARH Sigon 79.2152 24.042 30 DAMOH PATHARIA Mankora 79.471 24.0292 31 DAMOH PATHARIA Pipariya Champat 79.3897 23.9554 32 DAMOH DAMOH Kuwa Kheda Nayak 79.5137 23.9389 33 DAMOH DAMOH Rastoriya 79.4257 23.8446 34 DAMOH DAMOH Biltara Sadak 79.5898 23.8487 35 DAMOH DAMOH Imaliya Lanjji 79.3374 23.7441 36 DAMOH DAMOH Patna Buzurg 79.4623 23.6634 37 DAMOH HATTA Dighi 79.7376 24.3069 38 DAMOH HATTA Amaihir 79.5751 24.285 39 DAMOH HATTA Hatta (M) 79.6172 24.1318 40 DAMOH HATTA Sakour 79.7315 24.2105 41 DAMOH DAMOH Arthkheda 79.4766 23.6187

42 DAMOH DAMOH Rampura 79.5751 23.6807

Page118

43 DAMOH JABERA Rond 79.738 23.7014 44 DAMOH JABERA Bichhiya 79.7137 23.5449 45 DAMOH JABERA Budhagubra 79.8331 23.5224 46 DAMOH JABERA Salaiya Badi 79.8638 23.6016 47 DAMOH PATERA Luhari 79.5626 24.0758 48 DAMOH PATERA Chaupra Patera 79.6774 24.0101 49 DAMOH PATERA Bhartala 79.6128 23.9518 50 DAMOH PATERA Patna Kumhari 79.8162 23.8905 51 DAMOH BATIYAGARH Ghanshyam Pura 79.3559 24.129 52 DAMOH JABERA Banwar 79.7052 23.7731 53 DAMOH JABERA Kuluwa 79.6401 23.7118 54 DAMOH JABERA Salaiya 79.7976 23.7688 55 DAMOH JABERA Kalumar 79.7618 23.4717 56 DAMOH JABERA Harduwa Summersing 79.7024 23.647 57 DAMOH JABERA Jaruwa Guda 79.5412 23.6324 58 DAMOH JABERA Gidra Malgujari 79.6147 23.5131 59 DAMOH PATERA Khakra 79.8074 23.8068 60 DAMOH PATHARIA Jhagar Balakot 79.2636 23.7823 61 DAMOH PATHARIA Neguwan 79.1455 23.9628 62 DAMOH PATHARIA Kankarda 79.2394 23.9857 63 DAMOH PATHARIA Kanari 79.2609 23.9319 64 DAMOH PATHARIA Bakeni 79.3118 23.8795 65 DAMOH PATHARIA Bansa Kalan 79.1638 23.8634 66 DATIA BHANDER Kashipur 78.6639 25.8762 67 DATIA BHANDER Pandokhar 78.7966 25.8854 68 DATIA BHANDER Sunri 78.7415 25.8155 69 DATIA BHANDER Bharroli 78.7788 25.6894 70 DATIA DATIA Kotra 78.3866 25.8198 71 DATIA DATIA Bargaon 78.3752 25.7383 72 DATIA DATIA Kurthara 78.325 25.6843 73 DATIA DATIA Datia (M) 78.474 25.6751 74 DATIA DATIA Kamad 78.6339 25.6297 75 DATIA DATIA Dursara 78.661 25.7142 76 DATIA DATIA Sindhwari 78.5162 25.7481 77 DATIA DATIA Kuretha 78.6049 25.793 78 DATIA SEONDHA Repoli 78.7648 26.1107 79 DATIA SEONDHA Kaserua 78.7744 26.2383 80 DATIA SEONDHA Seguwan 78.6272 25.987 81 DATIA SEONDHA Tigra 78.5272 25.8276 82 DATIA SEONDHA Sunari 78.4216 25.842 83 DATIA SEONDHA Loch 78.4974 25.9412 84 DATIA DATIA Durgapur 78.4258 25.5946 85 DATIA BHANDER Jauri 78.756 25.9823 86 DATIA BHANDER Astot/ (Astot-81) 78.723 25.6232 87 DATIA SEONDHA Netuapura 78.5589 25.9036

88 DATIA SEONDHA Marsenibuzurg 78.6724 26.0528

Page119

89 PANNA PAWAI Muhandra 79.9609 24.1828 90 PANNA SHAHNAGAR Maharajganj 79.8272 24.1317 91 PANNA SHAHNAGAR Banjaria 79.7855 24.0599 92 PANNA SHAHNAGAR Bagrod 79.9686 23.9793 93 PANNA SHAHNAGAR Pati Kheda 79.9339 23.848 94 PANNA SHAHNAGAR Bori 80.1404 24.0395 95 PANNA SHAHNAGAR Bisani 80.2889 24.1293 96 PANNA SHAHNAGAR Umaria Gyawar 80.3338 24.111 97 PANNA SHAHNAGAR Deori (Ama) 80.338 24.0021 98 PANNA SHAHNAGAR Bad Khera 79.9282 23.9217 99 PANNA PAWAI Sunwani Kalan 79.8971 24.3638 100 PANNA PAWAI Khajrut 79.8211 24.3584 101 PANNA PAWAI Simariya Garhi 79.8946 24.2666 102 PANNA PAWAI Hirapur 79.8675 24.2096 103 PANNA PAWAI Gudmania 79.9824 24.2519 104 PANNA PAWAI Simra Kalan 80.0472 24.2225 105 PANNA PAWAI Nayagaon 80.1182 24.3108 106 PANNA PAWAI Urdani 80.2187 24.3312 107 PANNA PAWAI Pawai (NP) 80.1599 24.2665 108 PANNA PAWAI Sagra 80.3527 24.3617 109 PANNA PAWAI Deori 80.2994 24.2135 110 PANNA PANNA Gahdara 79.9743 24.5399 111 PANNA GUNNOR Khamri 79.9132 24.5121 112 PANNA GUNNOR Kanchaura 79.9346 24.4257 113 PANNA GUNNOR Kamtana 79.9627 24.382 114 PANNA PAWAI Deora 79.9721 24.3447 115 PANNA GUNNOR Kot 80.107 24.3765 116 PANNA GUNNOR Patna Kalan 80.2209 24.4369 117 PANNA PANNA Jharkhuwa(Tara) 80.0955 24.529 118 PANNA PANNA Barachh 80.1742 24.548 119 PANNA AJAIGARH Gumanganj 80.0861 24.9211 120 PANNA AJAIGARH Kunwarpur 80.1812 24.8708 121 PANNA AJAIGARH Pista 80.2737 24.9746 122 PANNA AJAIGARH Majhgawan Kalinjar 80.3949 24.9689 123 PANNA AJAIGARH Bhakhuri 80.4404 25.0584 124 PANNA PANNA Harduwa(Bilha) 80.2909 24.7554 125 PANNA PANNA Purushottampur 80.229 24.7237 126 PANNA PANNA Panari 80.4623 24.8971 127 PANNA PANNA Bhasuda 80.4794 24.7962 128 PANNA PANNA Akla 80.3816 24.7844 129 PANNA PANNA Kathari Bilhata 79.9479 24.5931 130 PANNA PANNA Madla 80.0179 24.7376 131 PANNA PANNA Bahera 80.2613 24.6698 132 PANNA PANNA Kaimasan 80.0699 24.6686 133 PANNA PANNA Jaminpratapsingh 80.382 24.6139

134 PANNA PANNA Tara 80.0869 24.5674

Page120

135 PANNA GUNNOR Antarbidiya 80.1752 24.4415 136 PANNA GUNNOR Piparwah 80.0449 24.4574 137 PANNA GUNNOR Luhargaon 80.3266 24.5094 138 PANNA GUNNOR Mudiya 80.4449 24.4071 139 PANNA PAWAI Janpura 80.473 24.3355 140 PANNA PAWAI Pipariya Don 80.327 24.2853 141 PANNA PAWAI Adhradi 80.0073 24.0873 142 PANNA SHAHNAGAR Sonmau Khurd 79.9344 24.0552 143 PANNA SHAHNAGAR Nayagaon 80.5033 24.2299 144 PANNA SHAHNAGAR Mihgawan Baraho 80.5452 24.125 145 SAGAR RAHATGARH Norja 78.5806 23.7971 146 SAGAR JAISINAGAR Badaua 78.6428 23.7796 147 SAGAR JAISINAGAR Sarkhari 78.5858 23.7348 148 SAGAR JAISINAGAR Bansa 78.5493 23.7031 149 SAGAR JAISINAGAR Piperiya Gehalpur 78.6495 23.6134 150 SAGAR KESLI Tada 78.6621 23.4141 151 SAGAR KESLI Mihguwan 78.723 23.4682 152 SAGAR KESLI Paloh 78.7441 23.5086 153 SAGAR KESLI Bhusaura 78.7751 23.5124 154 SAGAR KESLI Deori Khurd 78.8138 23.4173 155 SAGAR KESLI Sahajpur 78.8419 23.3024 156 SAGAR KHURAI Kundru 78.3467 23.8913 157 SAGAR MALTHON Kuwa Kheda 78.4104 24.257 158 SAGAR KHURAI Mahera 78.2902 24.1732 159 SAGAR KHURAI Singhpur 78.3854 24.106 160 SAGAR MALTHON Sukalipura 78.5294 24.296 161 SAGAR MALTHON Hiran Chhipa 78.4391 24.1798 162 SAGAR MALTHON Bikor Kalan 78.6201 24.2113 163 SAGAR RAHATGARH Rajoli 78.3048 23.8157 164 SAGAR RAHATGARH Chakerpur 78.2886 23.7333 165 SAGAR RAHATGARH Gawari 78.3782 23.7347 166 SAGAR RAHATGARH Masaniya 78.4637 23.8661 167 SAGAR RAHATGARH Mudra Jaruwakheda 78.488 23.9844 168 SAGAR RAHATGARH Nagna 78.5923 23.9107 169 SAGAR RAHATGARH Barodiya Gusai 78.6598 23.9405 170 SAGAR REHLI Ratnari 79.1153 23.8281 171 SAGAR REHLI Pipariya Gupal 79.203 23.8003 172 SAGAR REHLI Patai 78.957 23.6113 173 SAGAR REHLI Rehli (M) 79.0603 23.6335 174 SAGAR REHLI Madiya Agrasen 79.0934 23.7315 175 SAGAR REHLI Chhulla 79.2222 23.7146 176 SAGAR REHLI Bichuwa 79.2258 23.655 177 SAGAR REHLI Hinoti 79.1677 23.5501 178 SAGAR REHLI Bhaisa 79.1 23.5519 179 SAGAR SHAHNAGAR Baraj 78.985 24.3857

180 SAGAR SHAHNAGAR Barayatha 78.9395 24.2972

Page121

181 SAGAR SHAHNAGAR Narwan 79.0975 24.3789 182 SAGAR SHAHNAGAR Neguwan 79.1465 24.3366 183 SAGAR SHAHNAGAR Khatora Kalan 79.0223 24.1786 184 SAGAR BINA Dhanora . 78.0994 24.0375 185 SAGAR BINA Karonda 78.2694 24.3378 186 SAGAR BINA Kirbida 78.1616 24.177 187 SAGAR DEORI Sarra Dalpat 79.1021 23.2958 188 SAGAR DEORI Kham Kheda 78.9209 23.5484 189 SAGAR JAISINAGAR Mahuwa Kheda 78.7151 23.6771 190 SAGAR JAISINAGAR Parasiya 78.527 23.6381 191 SAGAR MALTHON Pali Sujam 78.6055 24.1015 192 SAGAR MALTHON Sadhupur 78.593 24.0064 193 SAGAR BANDA Sesai Mafi 78.7227 24.1863 194 SAGAR SHAHNAGAR Kajrawan 79.0356 24.3319 195 SAGAR SHAHNAGAR Silapari 78.9081 24.1377 196 SAGAR SHAHNAGAR Bhikampur Abad 79.059 24.0908 197 SAGAR KHURAI Sabdha 78.3378 23.9514 198 SAGAR KHURAI Kokalwara Kalan 78.4289 23.9502 199 SAGAR KHURAI Niwari 78.3264 24.2509

Page122

Location for GRP with VES in Bundelkhand (M.P.)

Sr no Ditrict Blok Long Latitude Sr no 1 CHHATARPUR BADA MALHERA 79.2094 24.4331 1 2 CHHATARPUR BADA MALHERA 79.2387 24.5008 2 3 CHHATARPUR BADA MALHERA 79.3254 24.4956 3 4 CHHATARPUR BADA MALHERA 79.3725 24.5462 4 5 CHHATARPUR BADA MALHERA 79.0075 24.4274 5 6 CHHATARPUR BADA MALHERA 79.0249 24.4966 6 7 CHHATARPUR BADA MALHERA 79.1003 24.6009 7 8 CHHATARPUR BADA MALHERA 79.1189 24.4747 8 9 CHHATARPUR BADA MALHERA 79.0836 24.4074 9 10 CHHATARPUR BADA MALHERA 79.3451 24.7247 10 11 CHHATARPUR BADA MALHERA 79.3484 24.6652 11 12 CHHATARPUR BADA MALHERA 79.259 24.6476 12 13 CHHATARPUR BADA MALHERA 79.3991 24.5488 13 14 CHHATARPUR BADA MALHERA 79.3691 24.6252 14 15 CHHATARPUR BADA MALHERA 79.3498 24.5251 15 16 CHHATARPUR BADA MALHERA 79.2851 24.5706 16 17 CHHATARPUR BADA MALHERA 79.2377 24.6161 17 18 CHHATARPUR BADA MALHERA 79.1983 24.5761 18 19 CHHATARPUR BADA MALHERA 79.199 24.5318 19 20 CHHATARPUR BADA MALHERA 79.1163 24.5651 20 21 CHHATARPUR BADA MALHERA 79.0415 24.5475 21 22 CHHATARPUR BADA MALHERA 79.0762 24.4802 22 23 CHHATARPUR BADA MALHERA 79.0449 24.4013 23 24 CHHATARPUR BIJAWAR 79.5473 24.7054 24 25 CHHATARPUR BIJAWAR 79.5689 24.5785 25 26 CHHATARPUR BIJAWAR 79.8166 24.5846 26 27 CHHATARPUR BIJAWAR 79.3471 24.7665 27 28 CHHATARPUR BIJAWAR 79.4091 24.7477 28 29 CHHATARPUR BIJAWAR 79.5679 24.7447 29 30 CHHATARPUR BIJAWAR 79.64 24.7308 30 31 CHHATARPUR BIJAWAR 79.3871 24.698 31 32 CHHATARPUR BIJAWAR 79.4992 24.684 32 33 CHHATARPUR BIJAWAR 79.4385 24.6276 33 34 CHHATARPUR BIJAWAR 79.4592 24.5475 34 35 CHHATARPUR BIJAWAR 79.4832 24.4007 35 36 CHHATARPUR BIJAWAR 79.5392 24.479 36 37 CHHATARPUR BIJAWAR 79.6326 24.4456 37 38 CHHATARPUR BIJAWAR 79.66 24.3928 38 39 CHHATARPUR BIJAWAR 79.7427 24.4778 39 40 CHHATARPUR BIJAWAR 79.7894 24.3953 40 41 CHHATARPUR BIJAWAR 79.8535 24.4493 41 42 CHHATARPUR BIJAWAR 79.8194 24.658 42 43 CHHATARPUR BIJAWAR 79.704 24.6986 43 44 CHHATARPUR BIJAWAR 79.7094 24.6161 44

45 CHHATARPUR BIJAWAR 79.7621 24.5657 45 Page123

46 CHHATARPUR BIJAWAR 79.5739 24.516 46 47 CHHATARPUR BIJAWAR 79.4965 24.5572 47 48 CHHATARPUR BIJAWAR 79.4759 24.6379 48 49 CHHATARPUR BIJAWAR 79.4011 24.6871 49 50 CHHATARPUR BIJAWAR 79.4945 24.7247 50 51 CHHATARPUR BIJAWAR 79.5246 24.6027 51 52 CHHATARPUR BIJAWAR 79.648 24.6768 52 53 CHHATARPUR BIJAWAR 79.6513 24.5081 53 54 CHHATARPUR BIJAWAR 79.6653 24.5536 54 55 CHHATARPUR BIJAWAR 79.5099 24.4662 55 56 CHHATARPUR BIJAWAR 79.3978 24.6052 56 57 CHHATARPUR BIJAWAR 79.8448 24.4147 57 58 CHHATARPUR BIJAWAR 79.618 24.6434 58 59 CHHATARPUR BIJAWAR 79.7581 24.5306 59 60 CHHATARPUR BUXWAHA 79.391 24.407 60 61 CHHATARPUR BUXWAHA 79.2678 24.3919 61 62 CHHATARPUR BUXWAHA 79.315 24.4665 62 63 CHHATARPUR BUXWAHA 79.4375 24.4888 63 64 CHHATARPUR BUXWAHA 79.3084 24.3628 64 65 CHHATARPUR BUXWAHA 79.3538 24.4238 65 66 CHHATARPUR BUXWAHA 79.2877 24.4262 66 67 CHHATARPUR BUXWAHA 79.3638 24.3752 67 68 CHHATARPUR BUXWAHA 79.189 24.3395 68 69 CHHATARPUR BUXWAHA 79.2077 24.2964 69 70 CHHATARPUR BUXWAHA 79.3031 24.2667 70 71 CHHATARPUR BUXWAHA 79.3631 24.2309 71 72 CHHATARPUR BUXWAHA 79.0822 24.1835 72 73 CHHATARPUR BUXWAHA 79.145 24.1902 73 74 CHHATARPUR BUXWAHA 79.2223 24.1672 74 75 CHHATARPUR BUXWAHA 79.201 24.2303 75 76 CHHATARPUR BUXWAHA 79.2977 24.2345 76 77 CHHATARPUR BUXWAHA 79.261 24.337 77 78 CHHATARPUR BUXWAHA 79.3171 24.1896 78 79 CHHATARPUR BUXWAHA 79.2997 24.152 79 80 CHHATARPUR CHHATARPUR 79.3578 24.829 80 81 CHHATARPUR CHHATARPUR 79.3624 24.914 81 82 CHHATARPUR CHHATARPUR 79.4185 24.991 82 83 CHHATARPUR CHHATARPUR 79.4565 24.8302 83 84 CHHATARPUR GAURIHAR 80.2838 25.4017 84 85 CHHATARPUR GAURIHAR 80.3351 25.2755 85 86 CHHATARPUR GAURIHAR 80.4145 25.1809 86 87 CHHATARPUR GAURIHAR 80.3024 25.0717 87 88 CHHATARPUR GAURIHAR 80.0089 25.2349 88 89 CHHATARPUR GAURIHAR 80.0669 25.318 89 90 CHHATARPUR GAURIHAR 80.1817 25.3629 90 91 CHHATARPUR GAURIHAR 80.1984 25.2889 91 92 CHHATARPUR GAURIHAR 80.2257 25.2058 92 93 CHHATARPUR GAURIHAR 80.2691 25.1348 93

94 CHHATARPUR GAURIHAR 80.107 25.2701 94

Page124

95 CHHATARPUR GAURIHAR 80.2711 25.3113 95 96 CHHATARPUR GAURIHAR 80.3038 25.2331 96 97 CHHATARPUR GAURIHAR 80.3385 25.1912 97 98 CHHATARPUR GAURIHAR 80.1497 25.1742 98 99 CHHATARPUR GAURIHAR 80.0603 25.2919 99 100 CHHATARPUR GAURIHAR 80.3331 25.1154 100 101 CHHATARPUR GAURIHAR 80.139 25.3107 101 102 CHHATARPUR GAURIHAR 80.2818 25.187 102 103 CHHATARPUR GAURIHAR 80.2084 25.1208 103 104 CHHATARPUR GAURIHAR 80.2958 25.3532 104 105 CHHATARPUR GAURIHAR 80.111 25.2288 105 106 CHHATARPUR GAURIHAR 80.2264 25.3374 106 107 CHHATARPUR NOWGAON 79.5667 25.1236 107 108 CHHATARPUR NOWGAON 79.7156 25.1184 108 109 CHHATARPUR NOWGAON 79.356 25.1939 109 110 CHHATARPUR NOWGAON 79.3167 25.3097 110 111 CHHATARPUR NOWGAON 79.4005 25.272 111 112 CHHATARPUR NOWGAON 79.4558 25.2569 112 113 CHHATARPUR NOWGAON 79.3571 25.1009 113 114 CHHATARPUR NOWGAON 79.4425 25.09 114 115 CHHATARPUR NOWGAON 79.3451 25.0138 115 116 CHHATARPUR NOWGAON 79.4552 25.0096 116 117 CHHATARPUR NOWGAON 79.8741 25.1009 117 118 CHHATARPUR NOWGAON 79.8394 25.0706 118 119 CHHATARPUR NOWGAON 79.7627 25.0694 119 120 CHHATARPUR NOWGAON 79.714 24.9829 120 121 CHHATARPUR NOWGAON 79.6707 25.073 121 122 CHHATARPUR NOWGAON 79.5699 25.07 122 123 CHHATARPUR NOWGAON 79.4031 25.2133 123 124 CHHATARPUR RAJNAGAR 79.9489 24.8929 124 125 DAMOH BATIYAGARH 79.4667 24.3076 125 126 DAMOH BATIYAGARH 79.3991 24.2523 126 127 DAMOH BATIYAGARH 79.484 24.2341 127 128 DAMOH BATIYAGARH 79.4911 24.1432 128 129 DAMOH BATIYAGARH 79.4001 24.0724 129 130 DAMOH BATIYAGARH 79.2622 24.0437 130 131 DAMOH BATIYAGARH 79.2279 24.0426 131 132 DAMOH BATIYAGARH 79.3563 24.1316 132 133 DAMOH BATIYAGARH 79.2077 24.1038 133 134 DAMOH BATIYAGARH 79.3398 23.9967 134 135 DAMOH BATIYAGARH 79.3411 24.0618 135 136 DAMOH BATIYAGARH 79.4405 24.1147 136 137 DAMOH BATIYAGARH 79.5439 24.1245 137 138 DAMOH BATIYAGARH 79.6006 24.1543 138 139 DAMOH BATIYAGARH 79.6026 24.2212 139 140 DAMOH BATIYAGARH 79.4905 24.1859 140 141 DAMOH BATIYAGARH 79.4859 24.2863 141 142 DAMOH BATIYAGARH 79.2811 24.0904 142

143 DAMOH BATIYAGARH 79.3971 24.035 143

Page125

144 DAMOH BATIYAGARH 79.5459 24.1835 144 145 DAMOH BATIYAGARH 79.179 24.0594 145 146 DAMOH BATIYAGARH 79.4178 24.1561 146 147 DAMOH BATIYAGARH 79.4151 24.2242 147 148 DAMOH DAMOH 79.5137 23.9389 148 149 DAMOH DAMOH 79.4514 23.8469 149 150 DAMOH DAMOH 79.5898 23.8487 150 151 DAMOH DAMOH 79.3374 23.7441 151 152 DAMOH DAMOH 79.4623 23.6634 152 153 DAMOH DAMOH 79.4766 23.6187 153 154 DAMOH DAMOH 79.5751 23.6807 154 155 DAMOH DAMOH 79.5703 23.996 155 156 DAMOH DAMOH 79.4352 23.9362 156 157 DAMOH DAMOH 79.7036 23.8535 157 158 DAMOH DAMOH 79.5372 23.7995 158 159 DAMOH DAMOH 79.3538 23.4768 159 160 DAMOH DAMOH 79.3324 23.5898 160 161 DAMOH DAMOH 79.344 23.7004 161 162 DAMOH DAMOH 79.5935 23.743 162 163 DAMOH DAMOH 79.3681 23.806 163 164 DAMOH DAMOH 79.4522 23.7864 164 165 DAMOH DAMOH 79.5023 23.8912 165 166 DAMOH DAMOH 79.4468 23.7143 166 167 DAMOH DAMOH 79.5953 23.8249 167 168 DAMOH DAMOH 79.4039 23.8805 168 169 DAMOH DAMOH 79.4021 23.5718 169 170 DAMOH TENDULHEDA 79.2887 23.2943 170 171 DAMOH TENDULHEDA 79.3737 23.2668 171 172 DAMOH TENDULHEDA 79.5374 23.2917 172 173 DAMOH TENDULHEDA 79.6148 23.3217 173 174 DAMOH TENDULHEDA 79.665 23.4028 174 175 DAMOH TENDULHEDA 79.6029 23.5944 175 176 DAMOH TENDULHEDA 79.5291 23.588 176 177 DAMOH TENDULHEDA 79.4545 23.5158 177 178 DAMOH TENDULHEDA 79.5653 23.4386 178 179 DAMOH TENDULHEDA 79.4935 23.3792 179 180 DATIA BHANDER 78.6639 25.8762 180 181 DATIA BHANDER 78.7966 25.8854 181 182 DATIA BHANDER 78.7415 25.8155 182 183 DATIA BHANDER 78.7788 25.6894 183 184 DATIA BHANDER 78.756 25.9823 184 185 DATIA BHANDER 78.723 25.6232 185 186 DATIA BHANDER 78.7907 25.6252 186 187 DATIA BHANDER 78.7233 25.6618 187 188 DATIA BHANDER 78.7338 25.7309 188 189 DATIA BHANDER 78.7698 25.7753 189 190 DATIA BHANDER 78.8657 25.8868 190 191 DATIA BHANDER 78.7471 25.9527 191

192 DATIA BHANDER 78.7198 25.8627 192

Page126

193 DATIA BHANDER 78.6814 25.8057 193 194 DATIA BHANDER 78.8483 25.8245 194 195 DATIA BHANDER 78.6739 25.904 195 196 DATIA BHANDER 78.7593 25.9155 196 197 DATIA DATIA 78.3866 25.8198 197 198 DATIA DATIA 78.3752 25.7383 198 199 DATIA DATIA 78.325 25.6843 199 200 DATIA DATIA 78.474 25.6751 200 201 DATIA DATIA 78.6339 25.6297 201 202 DATIA DATIA 78.661 25.7142 202 203 DATIA DATIA 78.5162 25.7481 203 204 DATIA DATIA 78.6049 25.793 204 205 DATIA DATIA 78.4258 25.5946 205 206 DATIA DATIA 78.3343 25.8151 206 207 DATIA DATIA 78.2401 25.7126 207 208 DATIA DATIA 78.3064 25.7675 208 209 DATIA DATIA 78.418 25.7016 209 210 DATIA DATIA 78.393 25.6451 210 211 DATIA DATIA 78.5913 25.5907 211 212 DATIA DATIA 78.5204 25.6566 212 213 DATIA DATIA 78.4628 25.7842 213 214 DATIA DATIA 78.418 25.7978 214 215 DATIA DATIA 78.6675 25.7811 215 216 DATIA DATIA 78.6169 25.7502 216 217 DATIA DATIA 78.6082 25.6979 217 218 DATIA DATIA 78.7093 25.6733 218 219 DATIA DATIA 78.6529 25.6017 219 220 DATIA DATIA 78.5477 25.5724 220 221 DATIA DATIA 78.4576 25.5656 221 222 DATIA DATIA 78.5274 25.6184 222 223 DATIA DATIA 78.4396 25.7549 223 224 DATIA DATIA 78.5838 25.6602 224 225 DATIA SEONDHA 78.7648 26.1107 225 226 DATIA SEONDHA 78.7744 26.2383 226 227 DATIA SEONDHA 78.6272 25.987 227 228 DATIA SEONDHA 78.5272 25.8276 228 229 DATIA SEONDHA 78.4216 25.842 229 230 DATIA SEONDHA 78.4974 25.9412 230 231 DATIA SEONDHA 78.5589 25.9036 231 232 DATIA SEONDHA 78.6724 26.0528 232 233 DATIA SEONDHA 78.5105 25.7994 233 234 DATIA SEONDHA 78.4582 25.8815 234 235 DATIA SEONDHA 78.5268 25.87 235 236 DATIA SEONDHA 78.6245 25.8648 236 237 DATIA SEONDHA 78.6942 25.9281 237 238 DATIA SEONDHA 78.5768 25.9767 238 239 DATIA SEONDHA 78.7053 26.0003 239 240 DATIA SEONDHA 78.7936 26.0709 240

241 DATIA SEONDHA 78.7657 26.0217 241

Page127

242 DATIA SEONDHA 78.682 26.108 242 243 DATIA SEONDHA 78.7436 26.152 243 244 DATIA SEONDHA 78.771 26.2163 244 245 DATIA SEONDHA 78.7122 26.1964 245 246 DATIA SEONDHA 78.6093 25.9354 246 247 DATIA SEONDHA 78.7274 26.074 247 248 DATIA SEONDHA 78.5779 25.8564 248 249 PANNA AJAIGARH 80.0861 24.9211 249 250 PANNA AJAIGARH 80.1812 24.8708 250 251 PANNA AJAIGARH 80.2737 24.9746 251 252 PANNA AJAIGARH 80.3949 24.9689 252 253 PANNA AJAIGARH 80.4404 25.0584 253 254 PANNA AJAIGARH 80.1013 24.8006 254 255 PANNA AJAIGARH 80.1036 24.8616 255 256 PANNA AJAIGARH 80.1756 24.937 256 257 PANNA AJAIGARH 80.277 24.853 257 258 PANNA AJAIGARH 80.3306 24.8953 258 259 PANNA AJAIGARH 80.2404 24.9182 259 260 PANNA AJAIGARH 80.2198 24.9792 260 261 PANNA AJAIGARH 80.2817 25.015 261 262 PANNA AJAIGARH 80.3294 24.9482 262 263 PANNA AJAIGARH 80.3914 24.9942 263 264 PANNA AJAIGARH 80.4002 25.0412 264 265 PANNA GUNNOR 79.9132 24.5121 265 266 PANNA GUNNOR 79.9346 24.4257 266 267 PANNA GUNNOR 79.9627 24.382 267 268 PANNA GUNNOR 80.107 24.3765 268 269 PANNA GUNNOR 80.2117 24.4349 269 270 PANNA GUNNOR 80.1687 24.447 270 271 PANNA GUNNOR 80.0449 24.4574 271 272 PANNA GUNNOR 80.3266 24.5094 272 273 PANNA GUNNOR 80.4437 24.4142 273 274 PANNA GUNNOR 80.0687 24.5309 274 275 PANNA GUNNOR 80.0366 24.5254 275 276 PANNA GUNNOR 79.93 24.4508 276 277 PANNA GUNNOR 80.057 24.3418 277 278 PANNA GUNNOR 80.4061 24.4709 278 279 PANNA GUNNOR 80.3384 24.4674 279 280 PANNA GUNNOR 80.2587 24.4666 280 281 PANNA GUNNOR 80.1368 24.463 281 282 PANNA GUNNOR 79.9981 24.4117 282 283 PANNA GUNNOR 80.1867 24.3801 283 284 PANNA GUNNOR 80.3107 24.3888 284 285 PANNA GUNNOR 80.3883 24.4081 285 286 PANNA GUNNOR 80.3141 24.4385 286 287 PANNA GUNNOR 80.3527 24.5467 287 288 PANNA GUNNOR 80.2803 24.5329 288 289 PANNA GUNNOR 80.1455 24.4985 289

290 PANNA GUNNOR 80.0366 24.4101 290

Page128

291 PANNA GUNNOR 80.4035 24.5096 291 292 PANNA GUNNOR 79.9668 24.5033 292 293 PANNA PANNA 79.9743 24.5399 293 294 PANNA PANNA 80.0955 24.529 294 295 PANNA PANNA 80.1742 24.548 295 296 PANNA PANNA 80.2909 24.7554 296 297 PANNA PANNA 80.197 24.7244 297 298 PANNA PANNA 80.4623 24.8971 298 299 PANNA PANNA 80.4794 24.7962 299 300 PANNA PANNA 80.3816 24.7844 300 301 PANNA PANNA 79.9253 24.6111 301 302 PANNA PANNA 80.0179 24.7376 302 303 PANNA PANNA 80.2525 24.6625 303 304 PANNA PANNA 80.0699 24.6686 304 305 PANNA PANNA 80.382 24.6139 305 306 PANNA PANNA 80.0775 24.5858 306 307 PANNA PANNA 80.4487 24.5169 307 308 PANNA PANNA 80.3995 24.5576 308 309 PANNA PANNA 80.4293 24.5873 309 310 PANNA PANNA 80.3421 24.584 310 311 PANNA PANNA 80.2497 24.5711 311 312 PANNA PANNA 80.0253 24.649 312 313 PANNA PANNA 79.8986 24.6828 313 314 PANNA PANNA 80.1327 24.697 314 315 PANNA PANNA 80.3272 24.6794 315 316 PANNA PANNA 80.2288 24.6178 316 317 PANNA PANNA 80.2027 24.8026 317 318 PANNA PANNA 80.3921 24.8351 318 319 PANNA PANNA 80.5091 24.8338 319 320 PANNA PANNA 80.559 24.867 320 321 PANNA PANNA 80.3794 24.7383 321 322 PANNA PANNA 80.3198 24.8006 322 323 PANNA PANNA 80.3071 24.6341 323 324 PANNA PANNA 79.9374 24.5731 324 325 PANNA PANNA 80.2721 24.6402 325 326 PANNA PANNA 80.2057 24.6022 326 327 PANNA PANNA 80.1759 24.7553 327 328 PANNA PANNA 80.4435 24.8189 328 329 PANNA PANNA 80.3481 24.6266 329 330 PANNA PANNA 79.959 24.651 330 331 PANNA PANNA 80.1558 24.5305 331 332 PANNA PANNA 80.2065 24.6618 332 333 PANNA PANNA 80.1043 24.6429 333 334 PANNA PANNA 80.3958 24.8142 334 335 PANNA PAWAI 79.9609 24.1828 335 336 PANNA PAWAI 79.8971 24.3638 336 337 PANNA PAWAI 79.8211 24.3584 337 338 PANNA PAWAI 79.8946 24.2666 338

339 PANNA PAWAI 79.8675 24.2096 339

Page129

340 PANNA PAWAI 79.9824 24.2519 340 341 PANNA PAWAI 80.0472 24.2225 341 342 PANNA PAWAI 80.1182 24.3108 342 343 PANNA PAWAI 80.2187 24.3312 343 344 PANNA PAWAI 80.1599 24.2665 344 345 PANNA PAWAI 80.3535 24.3546 345 346 PANNA PAWAI 80.2994 24.2135 346 347 PANNA PAWAI 79.9721 24.3447 347 348 PANNA PAWAI 80.4795 24.3251 348 349 PANNA PAWAI 80.327 24.2853 349 350 PANNA PAWAI 80.0073 24.0873 350 351 PANNA PAWAI 79.8971 24.4065 351 352 PANNA PAWAI 79.842 24.3338 352 353 PANNA PAWAI 79.8457 24.2644 353 354 PANNA PAWAI 79.8859 24.1741 354 355 PANNA PAWAI 80.0666 24.2931 355 356 PANNA PAWAI 80.082 24.3213 356 357 PANNA PAWAI 80.1612 24.3586 357 358 PANNA PAWAI 80.3153 24.3575 358 359 PANNA PAWAI 80.4755 24.3112 359 360 PANNA PAWAI 80.5052 24.2593 360 361 PANNA PAWAI 80.319 24.2621 361 362 PANNA PAWAI 80.2652 24.3101 362 363 PANNA PAWAI 80.2386 24.3603 363 364 PANNA PAWAI 80.1383 24.3196 364 365 PANNA PAWAI 80.2008 24.3174 365 366 PANNA PAWAI 80.2182 24.1854 366 367 PANNA PAWAI 80.1662 24.2237 367 368 PANNA PAWAI 80.0987 24.1667 368 369 PANNA PAWAI 80.0245 24.1464 369 370 PANNA PAWAI 79.9237 24.239 370 371 PANNA PAWAI 79.8636 24.2407 371 372 PANNA PAWAI 80.0375 24.2723 372 373 PANNA PAWAI 79.9527 24.3123 373 374 PANNA PAWAI 79.8902 24.3298 374 375 PANNA PAWAI 80.2868 24.3721 375 376 PANNA PAWAI 80.418 24.2965 376 377 PANNA PAWAI 80.0183 24.257 377 378 PANNA PAWAI 79.9212 24.182 378 379 PANNA PAWAI 80.1037 24.2858 379 380 PANNA PAWAI 79.8995 24.2988 380 381 PANNA PAWAI 80.272 24.3394 381 382 PANNA SHAHNAGAR 79.8272 24.1317 382 383 PANNA SHAHNAGAR 79.7855 24.0599 383 384 PANNA SHAHNAGAR 79.9686 23.9793 384 385 PANNA SHAHNAGAR 79.9315 23.8489 385 386 PANNA SHAHNAGAR 80.1404 24.0395 386 387 PANNA SHAHNAGAR 80.2889 24.1293 387

388 PANNA SHAHNAGAR 80.3338 24.111 388

Page130

389 PANNA SHAHNAGAR 80.3396 24.0017 389 390 PANNA SHAHNAGAR 79.9282 23.9217 390 391 PANNA SHAHNAGAR 79.9344 24.0552 391 392 PANNA SHAHNAGAR 80.5033 24.2299 392 393 PANNA SHAHNAGAR 80.5452 24.125 393 394 PANNA SHAHNAGAR 79.8219 24.1856 394 395 PANNA SHAHNAGAR 79.7771 24.0964 395 396 PANNA SHAHNAGAR 79.891 24.1424 396 397 PANNA SHAHNAGAR 79.7454 24.0595 397 398 PANNA SHAHNAGAR 79.8798 23.8623 398 399 PANNA SHAHNAGAR 79.9631 23.9066 399 400 PANNA SHAHNAGAR 79.9115 23.9669 400 401 PANNA SHAHNAGAR 79.9059 24.0061 401 402 PANNA SHAHNAGAR 80.0167 24.0464 402 403 PANNA SHAHNAGAR 80.0353 23.9924 403 404 PANNA SHAHNAGAR 80.1467 23.9549 404 405 PANNA SHAHNAGAR 80.0926 24.0351 405 406 PANNA SHAHNAGAR 80.1672 24.1225 406 407 PANNA SHAHNAGAR 80.2033 24.0691 407 408 PANNA SHAHNAGAR 80.227 23.9941 408 409 PANNA SHAHNAGAR 80.2998 23.9368 409 410 PANNA SHAHNAGAR 80.2842 24.0226 410 411 PANNA SHAHNAGAR 80.2693 24.0907 411 412 PANNA SHAHNAGAR 80.2867 24.185 412 413 PANNA SHAHNAGAR 80.3931 24.1987 413 414 PANNA SHAHNAGAR 80.5337 24.1788 414 415 PANNA SHAHNAGAR 80.4118 24.1498 415 416 PANNA SHAHNAGAR 80.3726 24.072 416 417 PANNA SHAHNAGAR 80.1853 24.1055 417 418 PANNA SHAHNAGAR 80.1206 24.0066 418 419 SAGAR BANDA 78.7227 24.1863 419 420 SAGAR BANDA 78.7026 24.1034 420 421 SAGAR BANDA 78.7714 24.0257 421 422 SAGAR BANDA 78.8139 23.9946 422 423 SAGAR BANDA 78.9023 23.9677 423 424 SAGAR BANDA 78.9685 23.9091 424 425 SAGAR BANDA 79.0353 23.9139 425 426 SAGAR BANDA 79.1191 23.9862 426 427 SAGAR BANDA 79.1597 24.0209 427 428 SAGAR BANDA 79.1492 24.0556 428 429 SAGAR BANDA 79.0922 24.0729 429 430 SAGAR BANDA 79.011 24.0598 430 431 SAGAR BANDA 78.975 24.0909 431 432 SAGAR BANDA 78.8552 24.0933 432 433 SAGAR BANDA 78.8211 24.1028 433 434 SAGAR BANDA 78.8827 24.0275 434 435 SAGAR BANDA 78.9619 24.0018 435 436 SAGAR BANDA 79.0621 23.9821 436

437 SAGAR BANDA 78.9711 23.9767 437

Page131

438 SAGAR BANDA 78.81 24.0693 438 439 SAGAR BANDA 78.7151 24.1345 439 440 SAGAR BINA 78.0994 24.0375 440 441 SAGAR BINA 78.2694 24.3378 441 442 SAGAR BINA 78.1616 24.177 442 443 SAGAR BINA 78.1742 24.0287 443 444 SAGAR BINA 78.2882 24.2696 444 445 SAGAR BINA 78.1847 24.0592 445 446 SAGAR BINA 78.2207 24.2182 446 447 SAGAR BINA 78.2116 24.1112 447 448 SAGAR BINA 78.1284 24.1417 448 449 SAGAR BINA 78.188 24.1447 449 450 SAGAR BINA 78.1847 24.3832 450 451 SAGAR BINA 78.1101 24.3049 451 452 SAGAR BINA 78.1153 24.2601 452 453 SAGAR BINA 78.336 24.3001 453 454 SAGAR BINA 78.2495 24.2954 454 455 SAGAR BINA 78.1985 24.3043 455 456 SAGAR BINA 78.1579 24.226 456 457 SAGAR BINA 78.2436 24.1764 457 458 SAGAR BINA 78.186 24.2607 458 459 SAGAR BINA 78.2666 24.3994 459 460 SAGAR BINA 78.2083 24.3516 460 461 SAGAR DEORI 79.1021 23.2958 461 462 SAGAR DEORI 78.9209 23.5484 462 463 SAGAR DEORI 79.1885 23.2823 463 464 SAGAR DEORI 79.0444 23.2172 464 465 SAGAR DEORI 78.9678 23.2782 465 466 SAGAR DEORI 79.0385 23.3015 466 467 SAGAR DEORI 79.0713 23.3642 467 468 SAGAR DEORI 78.9914 23.3529 468 469 SAGAR DEORI 78.9482 23.3469 469 470 SAGAR DEORI 78.9757 23.4037 470 471 SAGAR DEORI 79.0438 23.4031 471 472 SAGAR DEORI 79.1007 23.4366 472 473 SAGAR DEORI 79.0097 23.4348 473 474 SAGAR DEORI 79.0857 23.5029 474 475 SAGAR DEORI 79.0425 23.4874 475 476 SAGAR DEORI 79.1269 23.4671 476 477 SAGAR DEORI 79.1498 23.5167 477 478 SAGAR DEORI 78.85 23.5818 478 479 SAGAR DEORI 78.9181 23.5651 479 480 SAGAR DEORI 78.8788 23.5256 480 481 SAGAR DEORI 78.9397 23.5059 481 482 SAGAR DEORI 78.9482 23.4449 482 483 SAGAR DEORI 79.1204 23.5245 483 484 SAGAR JAISINAGAR 78.6428 23.7796 484 485 SAGAR JAISINAGAR 78.5858 23.7348 485

486 SAGAR JAISINAGAR 78.5493 23.7031 486

Page132

487 SAGAR JAISINAGAR 78.6495 23.6134 487 488 SAGAR JAISINAGAR 78.7151 23.6771 488 489 SAGAR JAISINAGAR 78.527 23.6381 489 490 SAGAR JAISINAGAR 78.7723 23.5855 490 491 SAGAR JAISINAGAR 78.7887 23.649 491 492 SAGAR JAISINAGAR 78.4902 23.7575 492 493 SAGAR JAISINAGAR 78.7715 23.7526 493 494 SAGAR JAISINAGAR 78.5169 23.5652 494 495 SAGAR JAISINAGAR 78.6079 23.5863 495 496 SAGAR JAISINAGAR 78.4595 23.7372 496 497 SAGAR JAISINAGAR 78.6456 23.7113 497 498 SAGAR JAISINAGAR 78.6243 23.6497 498 499 SAGAR JAISINAGAR 78.7153 23.6418 499 500 SAGAR JAISINAGAR 78.5439 23.7541 500 501 SAGAR JAISINAGAR 78.7514 23.7158 501 502 SAGAR JAISINAGAR 78.5804 23.6775 502 503 SAGAR JAISINAGAR 78.58 23.7841 503 504 SAGAR KESLI 78.6621 23.4141 504 505 SAGAR KESLI 78.723 23.4682 505 506 SAGAR KESLI 78.7441 23.5086 506 507 SAGAR KESLI 78.7751 23.5124 507 508 SAGAR KESLI 78.8138 23.4173 508 509 SAGAR KESLI 78.8419 23.3024 509 510 SAGAR KESLI 78.8812 23.2464 510 511 SAGAR KESLI 78.9386 23.2991 511 512 SAGAR KESLI 78.9195 23.3449 512 513 SAGAR KESLI 78.8731 23.4781 513 514 SAGAR KESLI 78.9056 23.4988 514 515 SAGAR KESLI 78.7628 23.5537 515 516 SAGAR KESLI 78.8156 23.5553 516 517 SAGAR KESLI 78.8591 23.362 517 518 SAGAR KESLI 78.6926 23.4408 518 519 SAGAR KESLI 78.8353 23.4344 519 520 SAGAR KESLI 78.775 23.3114 520 521 SAGAR KHURAI 78.3467 23.8913 521 522 SAGAR KHURAI 78.2902 24.1732 522 523 SAGAR KHURAI 78.3854 24.106 523 524 SAGAR KHURAI 78.3837 23.9584 524 525 SAGAR KHURAI 78.3104 23.975 525 526 SAGAR KHURAI 78.2802 24.0504 526 527 SAGAR KHURAI 78.2533 24.1069 527 528 SAGAR KHURAI 78.3823 24.1701 528 529 SAGAR KHURAI 78.3548 24.2467 529 530 SAGAR KHURAI 78.4999 24.0854 530 531 SAGAR KHURAI 78.43 24.0535 531 532 SAGAR KHURAI 78.3709 24.0388 532 533 SAGAR KHURAI 78.3212 24.1118 533 534 SAGAR KHURAI 78.2856 24.1369 534

535 SAGAR KHURAI 78.3696 24.2713 535

Page133

536 SAGAR KHURAI 78.3534 24.0216 536 537 SAGAR KHURAI 78.2883 23.9431 537 538 SAGAR KHURAI 78.2345 24.0786 538 539 SAGAR KHURAI 78.4139 23.994 539 540 SAGAR KHURAI 78.3131 24.0774 540 541 SAGAR KHURAI 78.3729 24.1467 541 542 SAGAR KHURAI 78.4489 24.1026 542 543 SAGAR KHURAI 78.4959 24.032 543 544 SAGAR MALTHON 78.4104 24.257 544 545 SAGAR MALTHON 78.5294 24.296 545 546 SAGAR MALTHON 78.4391 24.1798 546 547 SAGAR MALTHON 78.6201 24.2113 547 548 SAGAR MALTHON 78.6055 24.1015 548 549 SAGAR MALTHON 78.593 24.0064 549 550 SAGAR MALTHON 78.4798 24.2842 550 551 SAGAR MALTHON 78.4576 24.2333 551 552 SAGAR MALTHON 78.5953 24.259 552 553 SAGAR MALTHON 78.7062 24.0382 553 554 SAGAR MALTHON 78.5745 24.1375 554 555 SAGAR MALTHON 78.4959 24.167 555 556 SAGAR MALTHON 78.4247 24.221 556 557 SAGAR MALTHON 78.426 24.129 557 558 SAGAR MALTHON 78.5201 24.1216 558 559 SAGAR MALTHON 78.5651 23.9707 559 560 SAGAR MALTHON 78.6101 24.1339 560 561 SAGAR MALTHON 78.469 24.2013 561 562 SAGAR MALTHON 78.6686 24.2204 562 563 SAGAR MALTHON 78.5335 24.1977 563 564 SAGAR RAHATGARH 78.5806 23.7971 564 565 SAGAR RAHATGARH 78.3048 23.8157 565 566 SAGAR RAHATGARH 78.2886 23.7333 566 567 SAGAR RAHATGARH 78.3782 23.7347 567 568 SAGAR RAHATGARH 78.4637 23.8661 568 569 SAGAR RAHATGARH 78.488 23.9844 569 570 SAGAR RAHATGARH 78.5923 23.9107 570 571 SAGAR RAHATGARH 78.6598 23.9405 571 572 SAGAR RAHATGARH 78.3104 23.8903 572 573 SAGAR RAHATGARH 78.2957 23.7835 573 574 SAGAR RAHATGARH 78.4038 23.6443 574 575 SAGAR RAHATGARH 78.4012 23.8222 575 576 SAGAR RAHATGARH 78.4791 23.9381 576 577 SAGAR RAHATGARH 78.5248 23.8498 577 578 SAGAR RAHATGARH 78.5624 23.8062 578 579 SAGAR RAHATGARH 78.6135 23.8204 579 580 SAGAR RAHATGARH 78.6672 23.9885 580 581 SAGAR RAHATGARH 78.7143 23.9566 581 582 SAGAR RAHATGARH 78.6558 23.924 582 583 SAGAR RAHATGARH 78.6209 23.9418 583

584 SAGAR RAHATGARH 78.5221 23.9136 584

Page134

585 SAGAR RAHATGARH 78.3454 23.8259 585 586 SAGAR RAHATGARH 78.5947 23.8676 586 587 SAGAR REHLI 79.1153 23.8281 587 588 SAGAR REHLI 79.203 23.8003 588 589 SAGAR REHLI 78.957 23.6113 589 590 SAGAR REHLI 79.0603 23.6335 590 591 SAGAR REHLI 79.0934 23.7315 591 592 SAGAR REHLI 79.2222 23.7146 592 593 SAGAR REHLI 79.2123 23.6473 593 594 SAGAR REHLI 79.1746 23.5546 594 595 SAGAR REHLI 79.0974 23.551 595 596 SAGAR REHLI 78.9684 23.6503 596 597 SAGAR REHLI 79.0189 23.7021 597 598 SAGAR REHLI 79.0654 23.7546 598 599 SAGAR REHLI 79.0964 23.8534 599 600 SAGAR REHLI 79.1038 23.8966 600 601 SAGAR REHLI 79.1732 23.7614 601 602 SAGAR REHLI 79.2554 23.749 602 603 SAGAR REHLI 79.1955 23.662 603 604 SAGAR REHLI 79.2258 23.5281 604 605 SAGAR REHLI 78.9839 23.6275 605 606 SAGAR REHLI 78.934 23.5849 606 607 SAGAR REHLI 79.0978 23.604 607 608 SAGAR REHLI 79.1577 23.6521 608 609 SAGAR REHLI 79.0735 23.6978 609 610 SAGAR REHLI 79.122 23.7898 610 611 SAGAR REHLI 79.0647 23.8083 611 612 SAGAR REHLI 79.1928 23.7256 612 613 SAGAR SAGAR 78.8322 23.6077 613 614 SAGAR SAGAR 78.8747 23.6423 614 615 SAGAR SAGAR 78.9212 23.6818 615 616 SAGAR SAGAR 78.8477 23.72 616 617 SAGAR SAGAR 78.8282 23.9404 617 618 SAGAR SAGAR 79.056 23.8929 618 619 SAGAR SAGAR 79.0034 23.8163 619 620 SAGAR SAGAR 78.6866 23.8571 620 621 SAGAR SAGAR 78.7278 23.9089 621 622 SAGAR SAGAR 78.8066 23.883 622 623 SAGAR SAGAR 78.8706 23.8503 623 624 SAGAR SAGAR 78.9475 23.8163 624 625 SAGAR SAGAR 78.8086 23.8083 625 626 SAGAR SAGAR 78.8841 23.7706 626 627 SAGAR SAGAR 78.8861 23.825 627 628 SAGAR SAGAR 78.7884 23.6842 628 629 SAGAR SAGAR 78.7857 23.7657 629 630 SAGAR SAGAR 78.8989 23.6577 630 631 SAGAR SAGAR 78.9043 23.9157 631 632 SAGAR SAGAR 78.7305 23.8379 632

633 SAGAR SAGAR 78.6583 23.8305 633

Page135

634 SAGAR SAGAR 79.0378 23.8601 634 635 SAGAR SAGAR 78.8706 23.8873 635 636 SAGAR SAGAR 78.8679 23.6799 636 637 SAGAR SAGAR 78.872 23.5966 637 638 SAGAR SAGAR 78.9192 23.8564 638 639 SAGAR SAGAR 78.8214 23.7608 639 640 SAGAR SAGAR 78.9144 23.733 640 641 SAGAR SHAHGARH 78.985 24.3857 641 642 SAGAR SHAHGARH 78.9392 24.29 642 643 SAGAR SHAHGARH 79.0975 24.3789 643 644 SAGAR SHAHGARH 79.1298 24.315 644 645 SAGAR SHAHGARH 79.0223 24.1786 645 646 SAGAR SHAHGARH 79.1028 24.0934 646 647 SAGAR SHAHGARH 79.0408 24.0822 647 648 SAGAR SHAHGARH 78.9007 24.1427 648 649 SAGAR SHAHGARH 78.9082 24.1778 649 650 SAGAR SHAHGARH 79.129 24.3523 650 651 SAGAR SHAHGARH 79.0125 24.3406 651 652 SAGAR SHAHGARH 79.0007 24.307 652 653 SAGAR SHAHGARH 79.1675 24.3143 653 654 SAGAR SHAHGARH 79.1338 24.2738 654 655 SAGAR SHAHGARH 78.9895 24.1617 655 656 SAGAR SHAHGARH 78.9515 24.131 656 657 TIKAMGARH NIWARI 78.8909 25.4076 657 658 TIKAMGARH NIWARI 78.7533 25.3221 658 659 TIKAMGARH NIWARI 78.9456 25.5351 659 660 TIKAMGARH NIWARI 78.9108 25.4978 660 661 TIKAMGARH NIWARI 78.9785 25.3755 661 662 TIKAMGARH NIWARI 78.9096 25.3705 662 663 TIKAMGARH NIWARI 78.7774 25.4633 663 664 TIKAMGARH NIWARI 78.8136 25.3811 664 665 TIKAMGARH PALERA 79.2382 25.0191 665 666 TIKAMGARH PALERA 79.0894 25.1348 666 667 TIKAMGARH PALERA 79.0068 25.2566 667 668 TIKAMGARH PALERA 78.8838 25.1272 668 669 TIKAMGARH PALERA 79.0228 25.1044 669 670 TIKAMGARH PALERA 79.2829 25.0894 670 671 TIKAMGARH PALERA 79.1482 24.9766 671 672 TIKAMGARH TIKAMGARH 79.0573 24.6471 672 673 TIKAMGARH TIKAMGARH 78.8058 24.7748 673 674 TIKAMGARH TIKAMGARH 78.9274 24.7351 674

Page136

Location for VES in Bundelkhand (M.P.)

Sr no Ditrict Blok Long Latitude Sr no 1 CHHATARPUR BADA MALHERA 79.2094 24.4331 1 2 CHHATARPUR BADA MALHERA 79.2387 24.5008 2 3 CHHATARPUR BADA MALHERA 79.3254 24.4956 3 4 CHHATARPUR BADA MALHERA 79.3725 24.5462 4 5 CHHATARPUR BADA MALHERA 79.0075 24.4274 5 6 CHHATARPUR BADA MALHERA 79.0249 24.4966 6 7 CHHATARPUR BADA MALHERA 79.1003 24.6009 7 8 CHHATARPUR BADA MALHERA 79.1189 24.4747 8 9 CHHATARPUR BADA MALHERA 79.0836 24.4074 9 10 CHHATARPUR BADA MALHERA 79.3451 24.7247 10 11 CHHATARPUR BADA MALHERA 79.3484 24.6652 11 12 CHHATARPUR BADA MALHERA 79.259 24.6476 12 13 CHHATARPUR BADA MALHERA 79.3991 24.5488 13 14 CHHATARPUR BADA MALHERA 79.3691 24.6252 14 15 CHHATARPUR BADA MALHERA 79.3498 24.5251 15 16 CHHATARPUR BADA MALHERA 79.2851 24.5706 16 17 CHHATARPUR BADA MALHERA 79.2377 24.6161 17 18 CHHATARPUR BADA MALHERA 79.1983 24.5761 18 19 CHHATARPUR BADA MALHERA 79.199 24.5318 19 20 CHHATARPUR BADA MALHERA 79.1163 24.5651 20 21 CHHATARPUR BADA MALHERA 79.0415 24.5475 21 22 CHHATARPUR BADA MALHERA 79.0762 24.4802 22 23 CHHATARPUR BADA MALHERA 79.0449 24.4013 23 24 CHHATARPUR BIJAWAR 79.5473 24.7054 24 25 CHHATARPUR BIJAWAR 79.5689 24.5785 25 26 CHHATARPUR BIJAWAR 79.8166 24.5846 26 27 CHHATARPUR BIJAWAR 79.3471 24.7665 27 28 CHHATARPUR BIJAWAR 79.4091 24.7477 28 29 CHHATARPUR BIJAWAR 79.5679 24.7447 29 30 CHHATARPUR BIJAWAR 79.64 24.7308 30 31 CHHATARPUR BIJAWAR 79.3871 24.698 31 32 CHHATARPUR BIJAWAR 79.4992 24.684 32 33 CHHATARPUR BIJAWAR 79.4385 24.6276 33 34 CHHATARPUR BIJAWAR 79.4592 24.5475 34 35 CHHATARPUR BIJAWAR 79.4832 24.4007 35 36 CHHATARPUR BIJAWAR 79.5392 24.479 36 37 CHHATARPUR BIJAWAR 79.6326 24.4456 37 38 CHHATARPUR BIJAWAR 79.66 24.3928 38 39 CHHATARPUR BIJAWAR 79.7427 24.4778 39 40 CHHATARPUR BIJAWAR 79.7894 24.3953 40

41 CHHATARPUR BIJAWAR 79.8535 24.4493 41 Page137

42 CHHATARPUR BIJAWAR 79.8194 24.658 42 43 CHHATARPUR BIJAWAR 79.704 24.6986 43 44 CHHATARPUR BIJAWAR 79.7094 24.6161 44 45 CHHATARPUR BIJAWAR 79.7621 24.5657 45 46 CHHATARPUR BIJAWAR 79.5739 24.516 46 47 CHHATARPUR BIJAWAR 79.4965 24.5572 47 48 CHHATARPUR BIJAWAR 79.4759 24.6379 48 49 CHHATARPUR BIJAWAR 79.4011 24.6871 49 50 CHHATARPUR BIJAWAR 79.4945 24.7247 50 51 CHHATARPUR BIJAWAR 79.5246 24.6027 51 52 CHHATARPUR BIJAWAR 79.648 24.6768 52 53 CHHATARPUR BIJAWAR 79.6513 24.5081 53 54 CHHATARPUR BIJAWAR 79.6653 24.5536 54 55 CHHATARPUR BIJAWAR 79.5099 24.4662 55 56 CHHATARPUR BIJAWAR 79.3978 24.6052 56 57 CHHATARPUR BIJAWAR 79.8448 24.4147 57 58 CHHATARPUR BIJAWAR 79.618 24.6434 58 59 CHHATARPUR BIJAWAR 79.7581 24.5306 59 60 CHHATARPUR BUXWAHA 79.391 24.407 60 61 CHHATARPUR BUXWAHA 79.2678 24.3919 61 62 CHHATARPUR BUXWAHA 79.315 24.4665 62 63 CHHATARPUR BUXWAHA 79.4375 24.4888 63 64 CHHATARPUR BUXWAHA 79.3084 24.3628 64 65 CHHATARPUR BUXWAHA 79.3538 24.4238 65 66 CHHATARPUR BUXWAHA 79.2877 24.4262 66 67 CHHATARPUR BUXWAHA 79.3638 24.3752 67 68 CHHATARPUR BUXWAHA 79.189 24.3395 68 69 CHHATARPUR BUXWAHA 79.2077 24.2964 69 70 CHHATARPUR BUXWAHA 79.3031 24.2667 70 71 CHHATARPUR BUXWAHA 79.3631 24.2309 71 72 CHHATARPUR BUXWAHA 79.0822 24.1835 72 73 CHHATARPUR BUXWAHA 79.145 24.1902 73 74 CHHATARPUR BUXWAHA 79.2223 24.1672 74 75 CHHATARPUR BUXWAHA 79.201 24.2303 75 76 CHHATARPUR BUXWAHA 79.2977 24.2345 76 77 CHHATARPUR BUXWAHA 79.261 24.337 77 78 CHHATARPUR BUXWAHA 79.3171 24.1896 78 79 CHHATARPUR BUXWAHA 79.2997 24.152 79 80 CHHATARPUR CHHATARPUR 79.3578 24.829 80 81 CHHATARPUR CHHATARPUR 79.3624 24.914 81 82 CHHATARPUR CHHATARPUR 79.4185 24.991 82 83 CHHATARPUR CHHATARPUR 79.4565 24.8302 83 84 CHHATARPUR GAURIHAR 80.2838 25.4017 84 85 CHHATARPUR GAURIHAR 80.3351 25.2755 85 86 CHHATARPUR GAURIHAR 80.4145 25.1809 86 87 CHHATARPUR GAURIHAR 80.3024 25.0717 87 88 CHHATARPUR GAURIHAR 80.0089 25.2349 88 89 CHHATARPUR GAURIHAR 80.0669 25.318 89

90 CHHATARPUR GAURIHAR 80.1817 25.3629 90

Page138

91 CHHATARPUR GAURIHAR 80.1984 25.2889 91 92 CHHATARPUR GAURIHAR 80.2257 25.2058 92 93 CHHATARPUR GAURIHAR 80.2691 25.1348 93 94 CHHATARPUR GAURIHAR 80.107 25.2701 94 95 CHHATARPUR GAURIHAR 80.2711 25.3113 95 96 CHHATARPUR GAURIHAR 80.3038 25.2331 96 97 CHHATARPUR GAURIHAR 80.3385 25.1912 97 98 CHHATARPUR GAURIHAR 80.1497 25.1742 98 99 CHHATARPUR GAURIHAR 80.0603 25.2919 99 100 CHHATARPUR GAURIHAR 80.3331 25.1154 100 101 CHHATARPUR GAURIHAR 80.139 25.3107 101 102 CHHATARPUR GAURIHAR 80.2818 25.187 102 103 CHHATARPUR GAURIHAR 80.2084 25.1208 103 104 CHHATARPUR GAURIHAR 80.2958 25.3532 104 105 CHHATARPUR GAURIHAR 80.111 25.2288 105 106 CHHATARPUR GAURIHAR 80.2264 25.3374 106 107 CHHATARPUR NOWGAON 79.5667 25.1236 107 108 CHHATARPUR NOWGAON 79.7156 25.1184 108 109 CHHATARPUR NOWGAON 79.356 25.1939 109 110 CHHATARPUR NOWGAON 79.3167 25.3097 110 111 CHHATARPUR NOWGAON 79.4005 25.272 111 112 CHHATARPUR NOWGAON 79.4558 25.2569 112 113 CHHATARPUR NOWGAON 79.3571 25.1009 113 114 CHHATARPUR NOWGAON 79.4425 25.09 114 115 CHHATARPUR NOWGAON 79.3451 25.0138 115 116 CHHATARPUR NOWGAON 79.4552 25.0096 116 117 CHHATARPUR NOWGAON 79.8741 25.1009 117 118 CHHATARPUR NOWGAON 79.8394 25.0706 118 119 CHHATARPUR NOWGAON 79.7627 25.0694 119 120 CHHATARPUR NOWGAON 79.714 24.9829 120 121 CHHATARPUR NOWGAON 79.6707 25.073 121 122 CHHATARPUR NOWGAON 79.5699 25.07 122 123 CHHATARPUR NOWGAON 79.4031 25.2133 123 124 CHHATARPUR RAJNAGAR 79.9489 24.8929 124 125 DAMOH BATIYAGARH 79.4667 24.3076 125 126 DAMOH BATIYAGARH 79.3991 24.2523 126 127 DAMOH BATIYAGARH 79.484 24.2341 127 128 DAMOH BATIYAGARH 79.4911 24.1432 128 129 DAMOH BATIYAGARH 79.4001 24.0724 129 130 DAMOH BATIYAGARH 79.2622 24.0437 130 131 DAMOH BATIYAGARH 79.2279 24.0426 131 132 DAMOH BATIYAGARH 79.3563 24.1316 132 133 DAMOH BATIYAGARH 79.2077 24.1038 133 134 DAMOH BATIYAGARH 79.3398 23.9967 134 135 DAMOH BATIYAGARH 79.3411 24.0618 135 136 DAMOH BATIYAGARH 79.4405 24.1147 136 137 DAMOH BATIYAGARH 79.5439 24.1245 137 138 DAMOH BATIYAGARH 79.6006 24.1543 138

139 DAMOH BATIYAGARH 79.6026 24.2212 139

Page139

140 DAMOH BATIYAGARH 79.4905 24.1859 140 141 DAMOH BATIYAGARH 79.4859 24.2863 141 142 DAMOH BATIYAGARH 79.2811 24.0904 142 143 DAMOH BATIYAGARH 79.3971 24.035 143 144 DAMOH BATIYAGARH 79.5459 24.1835 144 145 DAMOH BATIYAGARH 79.179 24.0594 145 146 DAMOH BATIYAGARH 79.4178 24.1561 146 147 DAMOH BATIYAGARH 79.4151 24.2242 147 148 DAMOH DAMOH 79.5137 23.9389 148 149 DAMOH DAMOH 79.4514 23.8469 149 150 DAMOH DAMOH 79.5898 23.8487 150 151 DAMOH DAMOH 79.3374 23.7441 151 152 DAMOH DAMOH 79.4623 23.6634 152 153 DAMOH DAMOH 79.4766 23.6187 153 154 DAMOH DAMOH 79.5751 23.6807 154 155 DAMOH DAMOH 79.5703 23.996 155 156 DAMOH DAMOH 79.4352 23.9362 156 157 DAMOH DAMOH 79.7036 23.8535 157 158 DAMOH DAMOH 79.5372 23.7995 158 159 DAMOH DAMOH 79.3538 23.4768 159 160 DAMOH DAMOH 79.3324 23.5898 160 161 DAMOH DAMOH 79.344 23.7004 161 162 DAMOH DAMOH 79.5935 23.743 162 163 DAMOH DAMOH 79.3681 23.806 163 164 DAMOH DAMOH 79.4522 23.7864 164 165 DAMOH DAMOH 79.5023 23.8912 165 166 DAMOH DAMOH 79.4468 23.7143 166 167 DAMOH DAMOH 79.5953 23.8249 167 168 DAMOH DAMOH 79.4039 23.8805 168 169 DAMOH DAMOH 79.4021 23.5718 169 170 DAMOH TENDULHEDA 79.2887 23.2943 170 171 DAMOH TENDULHEDA 79.3737 23.2668 171 172 DAMOH TENDULHEDA 79.5374 23.2917 172 173 DAMOH TENDULHEDA 79.6148 23.3217 173 174 DAMOH TENDULHEDA 79.665 23.4028 174 175 DAMOH TENDULHEDA 79.6029 23.5944 175 176 DAMOH TENDULHEDA 79.5291 23.588 176 177 DAMOH TENDULHEDA 79.4545 23.5158 177 178 DAMOH TENDULHEDA 79.5653 23.4386 178 179 DAMOH TENDULHEDA 79.4935 23.3792 179 180 DATIA BHANDER 78.6639 25.8762 180 181 DATIA BHANDER 78.7966 25.8854 181 182 DATIA BHANDER 78.7415 25.8155 182 183 DATIA BHANDER 78.7788 25.6894 183 184 DATIA BHANDER 78.756 25.9823 184 185 DATIA BHANDER 78.723 25.6232 185 186 DATIA BHANDER 78.7907 25.6252 186 187 DATIA BHANDER 78.7233 25.6618 187

188 DATIA BHANDER 78.7338 25.7309 188

Page140

189 DATIA BHANDER 78.7698 25.7753 189 190 DATIA BHANDER 78.8657 25.8868 190 191 DATIA BHANDER 78.7471 25.9527 191 192 DATIA BHANDER 78.7198 25.8627 192 193 DATIA BHANDER 78.6814 25.8057 193 194 DATIA BHANDER 78.8483 25.8245 194 195 DATIA BHANDER 78.6739 25.904 195 196 DATIA BHANDER 78.7593 25.9155 196 197 DATIA DATIA 78.3866 25.8198 197 198 DATIA DATIA 78.3752 25.7383 198 199 DATIA DATIA 78.325 25.6843 199 200 DATIA DATIA 78.474 25.6751 200 201 DATIA DATIA 78.6339 25.6297 201 202 DATIA DATIA 78.661 25.7142 202 203 DATIA DATIA 78.5162 25.7481 203 204 DATIA DATIA 78.6049 25.793 204 205 DATIA DATIA 78.4258 25.5946 205 206 DATIA DATIA 78.3343 25.8151 206 207 DATIA DATIA 78.2401 25.7126 207 208 DATIA DATIA 78.3064 25.7675 208 209 DATIA DATIA 78.418 25.7016 209 210 DATIA DATIA 78.393 25.6451 210 211 DATIA DATIA 78.5913 25.5907 211 212 DATIA DATIA 78.5204 25.6566 212 213 DATIA DATIA 78.4628 25.7842 213 214 DATIA DATIA 78.418 25.7978 214 215 DATIA DATIA 78.6675 25.7811 215 216 DATIA DATIA 78.6169 25.7502 216 217 DATIA DATIA 78.6082 25.6979 217 218 DATIA DATIA 78.7093 25.6733 218 219 DATIA DATIA 78.6529 25.6017 219 220 DATIA DATIA 78.5477 25.5724 220 221 DATIA DATIA 78.4576 25.5656 221 222 DATIA DATIA 78.5274 25.6184 222 223 DATIA DATIA 78.4396 25.7549 223 224 DATIA DATIA 78.5838 25.6602 224 225 DATIA SEONDHA 78.7648 26.1107 225 226 DATIA SEONDHA 78.7744 26.2383 226 227 DATIA SEONDHA 78.6272 25.987 227 228 DATIA SEONDHA 78.5272 25.8276 228 229 DATIA SEONDHA 78.4216 25.842 229 230 DATIA SEONDHA 78.4974 25.9412 230 231 DATIA SEONDHA 78.5589 25.9036 231 232 DATIA SEONDHA 78.6724 26.0528 232 233 DATIA SEONDHA 78.5105 25.7994 233 234 DATIA SEONDHA 78.4582 25.8815 234 235 DATIA SEONDHA 78.5268 25.87 235 236 DATIA SEONDHA 78.6245 25.8648 236

237 DATIA SEONDHA 78.6942 25.9281 237

Page141

238 DATIA SEONDHA 78.5768 25.9767 238 239 DATIA SEONDHA 78.7053 26.0003 239 240 DATIA SEONDHA 78.7936 26.0709 240 241 DATIA SEONDHA 78.7657 26.0217 241 242 DATIA SEONDHA 78.682 26.108 242 243 DATIA SEONDHA 78.7436 26.152 243 244 DATIA SEONDHA 78.771 26.2163 244 245 DATIA SEONDHA 78.7122 26.1964 245 246 DATIA SEONDHA 78.6093 25.9354 246 247 DATIA SEONDHA 78.7274 26.074 247 248 DATIA SEONDHA 78.5779 25.8564 248 249 PANNA AJAIGARH 80.0861 24.9211 249 250 PANNA AJAIGARH 80.1812 24.8708 250 251 PANNA AJAIGARH 80.2737 24.9746 251 252 PANNA AJAIGARH 80.3949 24.9689 252 253 PANNA AJAIGARH 80.4404 25.0584 253 254 PANNA AJAIGARH 80.1013 24.8006 254 255 PANNA AJAIGARH 80.1036 24.8616 255 256 PANNA AJAIGARH 80.1756 24.937 256 257 PANNA AJAIGARH 80.277 24.853 257 258 PANNA AJAIGARH 80.3306 24.8953 258 259 PANNA AJAIGARH 80.2404 24.9182 259 260 PANNA AJAIGARH 80.2198 24.9792 260 261 PANNA AJAIGARH 80.2817 25.015 261 262 PANNA AJAIGARH 80.3294 24.9482 262 263 PANNA AJAIGARH 80.3914 24.9942 263 264 PANNA AJAIGARH 80.4002 25.0412 264 265 PANNA GUNNOR 79.9132 24.5121 265 266 PANNA GUNNOR 79.9346 24.4257 266 267 PANNA GUNNOR 79.9627 24.382 267 268 PANNA GUNNOR 80.107 24.3765 268 269 PANNA GUNNOR 80.2117 24.4349 269 270 PANNA GUNNOR 80.1687 24.447 270 271 PANNA GUNNOR 80.0449 24.4574 271 272 PANNA GUNNOR 80.3266 24.5094 272 273 PANNA GUNNOR 80.4437 24.4142 273 274 PANNA GUNNOR 80.0687 24.5309 274 275 PANNA GUNNOR 80.0366 24.5254 275 276 PANNA GUNNOR 79.93 24.4508 276 277 PANNA GUNNOR 80.057 24.3418 277 278 PANNA GUNNOR 80.4061 24.4709 278 279 PANNA GUNNOR 80.3384 24.4674 279 280 PANNA GUNNOR 80.2587 24.4666 280 281 PANNA GUNNOR 80.1368 24.463 281 282 PANNA GUNNOR 79.9981 24.4117 282 283 PANNA GUNNOR 80.1867 24.3801 283 284 PANNA GUNNOR 80.3107 24.3888 284 285 PANNA GUNNOR 80.3883 24.4081 285

286 PANNA GUNNOR 80.3141 24.4385 286

Page142

287 PANNA GUNNOR 80.3527 24.5467 287 288 PANNA GUNNOR 80.2803 24.5329 288 289 PANNA GUNNOR 80.1455 24.4985 289 290 PANNA GUNNOR 80.0366 24.4101 290 291 PANNA GUNNOR 80.4035 24.5096 291 292 PANNA GUNNOR 79.9668 24.5033 292 293 PANNA PANNA 79.9743 24.5399 293 294 PANNA PANNA 80.0955 24.529 294 295 PANNA PANNA 80.1742 24.548 295 296 PANNA PANNA 80.2909 24.7554 296 297 PANNA PANNA 80.197 24.7244 297 298 PANNA PANNA 80.4623 24.8971 298 299 PANNA PANNA 80.4794 24.7962 299 300 PANNA PANNA 80.3816 24.7844 300 301 PANNA PANNA 79.9253 24.6111 301 302 PANNA PANNA 80.0179 24.7376 302 303 PANNA PANNA 80.2525 24.6625 303 304 PANNA PANNA 80.0699 24.6686 304 305 PANNA PANNA 80.382 24.6139 305 306 PANNA PANNA 80.0775 24.5858 306 307 PANNA PANNA 80.4487 24.5169 307 308 PANNA PANNA 80.3995 24.5576 308 309 PANNA PANNA 80.4293 24.5873 309 310 PANNA PANNA 80.3421 24.584 310 311 PANNA PANNA 80.2497 24.5711 311 312 PANNA PANNA 80.0253 24.649 312 313 PANNA PANNA 79.8986 24.6828 313 314 PANNA PANNA 80.1327 24.697 314 315 PANNA PANNA 80.3272 24.6794 315 316 PANNA PANNA 80.2288 24.6178 316 317 PANNA PANNA 80.2027 24.8026 317 318 PANNA PANNA 80.3921 24.8351 318 319 PANNA PANNA 80.5091 24.8338 319 320 PANNA PANNA 80.559 24.867 320 321 PANNA PANNA 80.3794 24.7383 321 322 PANNA PANNA 80.3198 24.8006 322 323 PANNA PANNA 80.3071 24.6341 323 324 PANNA PANNA 79.9374 24.5731 324 325 PANNA PANNA 80.2721 24.6402 325 326 PANNA PANNA 80.2057 24.6022 326 327 PANNA PANNA 80.1759 24.7553 327 328 PANNA PANNA 80.4435 24.8189 328 329 PANNA PANNA 80.3481 24.6266 329 330 PANNA PANNA 79.959 24.651 330 331 PANNA PANNA 80.1558 24.5305 331 332 PANNA PANNA 80.2065 24.6618 332 333 PANNA PANNA 80.1043 24.6429 333 334 PANNA PANNA 80.3958 24.8142 334

335 PANNA PAWAI 79.9609 24.1828 335

Page143

336 PANNA PAWAI 79.8971 24.3638 336 337 PANNA PAWAI 79.8211 24.3584 337 338 PANNA PAWAI 79.8946 24.2666 338 339 PANNA PAWAI 79.8675 24.2096 339 340 PANNA PAWAI 79.9824 24.2519 340 341 PANNA PAWAI 80.0472 24.2225 341 342 PANNA PAWAI 80.1182 24.3108 342 343 PANNA PAWAI 80.2187 24.3312 343 344 PANNA PAWAI 80.1599 24.2665 344 345 PANNA PAWAI 80.3535 24.3546 345 346 PANNA PAWAI 80.2994 24.2135 346 347 PANNA PAWAI 79.9721 24.3447 347 348 PANNA PAWAI 80.4795 24.3251 348 349 PANNA PAWAI 80.327 24.2853 349 350 PANNA PAWAI 80.0073 24.0873 350 351 PANNA PAWAI 79.8971 24.4065 351 352 PANNA PAWAI 79.842 24.3338 352 353 PANNA PAWAI 79.8457 24.2644 353 354 PANNA PAWAI 79.8859 24.1741 354 355 PANNA PAWAI 80.0666 24.2931 355 356 PANNA PAWAI 80.082 24.3213 356 357 PANNA PAWAI 80.1612 24.3586 357 358 PANNA PAWAI 80.3153 24.3575 358 359 PANNA PAWAI 80.4755 24.3112 359 360 PANNA PAWAI 80.5052 24.2593 360 361 PANNA PAWAI 80.319 24.2621 361 362 PANNA PAWAI 80.2652 24.3101 362 363 PANNA PAWAI 80.2386 24.3603 363 364 PANNA PAWAI 80.1383 24.3196 364 365 PANNA PAWAI 80.2008 24.3174 365 366 PANNA PAWAI 80.2182 24.1854 366 367 PANNA PAWAI 80.1662 24.2237 367 368 PANNA PAWAI 80.0987 24.1667 368 369 PANNA PAWAI 80.0245 24.1464 369 370 PANNA PAWAI 79.9237 24.239 370 371 PANNA PAWAI 79.8636 24.2407 371 372 PANNA PAWAI 80.0375 24.2723 372 373 PANNA PAWAI 79.9527 24.3123 373 374 PANNA PAWAI 79.8902 24.3298 374 375 PANNA PAWAI 80.2868 24.3721 375 376 PANNA PAWAI 80.418 24.2965 376 377 PANNA PAWAI 80.0183 24.257 377 378 PANNA PAWAI 79.9212 24.182 378 379 PANNA PAWAI 80.1037 24.2858 379 380 PANNA PAWAI 79.8995 24.2988 380 381 PANNA PAWAI 80.272 24.3394 381 382 PANNA SHAHNAGAR 79.8272 24.1317 382 383 PANNA SHAHNAGAR 79.7855 24.0599 383

384 PANNA SHAHNAGAR 79.9686 23.9793 384

Page144

385 PANNA SHAHNAGAR 79.9315 23.8489 385 386 PANNA SHAHNAGAR 80.1404 24.0395 386 387 PANNA SHAHNAGAR 80.2889 24.1293 387 388 PANNA SHAHNAGAR 80.3338 24.111 388 389 PANNA SHAHNAGAR 80.3396 24.0017 389 390 PANNA SHAHNAGAR 79.9282 23.9217 390 391 PANNA SHAHNAGAR 79.9344 24.0552 391 392 PANNA SHAHNAGAR 80.5033 24.2299 392 393 PANNA SHAHNAGAR 80.5452 24.125 393 394 PANNA SHAHNAGAR 79.8219 24.1856 394 395 PANNA SHAHNAGAR 79.7771 24.0964 395 396 PANNA SHAHNAGAR 79.891 24.1424 396 397 PANNA SHAHNAGAR 79.7454 24.0595 397 398 PANNA SHAHNAGAR 79.8798 23.8623 398 399 PANNA SHAHNAGAR 79.9631 23.9066 399 400 PANNA SHAHNAGAR 79.9115 23.9669 400 401 PANNA SHAHNAGAR 79.9059 24.0061 401 402 PANNA SHAHNAGAR 80.0167 24.0464 402 403 PANNA SHAHNAGAR 80.0353 23.9924 403 404 PANNA SHAHNAGAR 80.1467 23.9549 404 405 PANNA SHAHNAGAR 80.0926 24.0351 405 406 PANNA SHAHNAGAR 80.1672 24.1225 406 407 PANNA SHAHNAGAR 80.2033 24.0691 407 408 PANNA SHAHNAGAR 80.227 23.9941 408 409 PANNA SHAHNAGAR 80.2998 23.9368 409 410 PANNA SHAHNAGAR 80.2842 24.0226 410 411 PANNA SHAHNAGAR 80.2693 24.0907 411 412 PANNA SHAHNAGAR 80.2867 24.185 412 413 PANNA SHAHNAGAR 80.3931 24.1987 413 414 PANNA SHAHNAGAR 80.5337 24.1788 414 415 PANNA SHAHNAGAR 80.4118 24.1498 415 416 PANNA SHAHNAGAR 80.3726 24.072 416 417 PANNA SHAHNAGAR 80.1853 24.1055 417 418 PANNA SHAHNAGAR 80.1206 24.0066 418 419 SAGAR BANDA 78.7227 24.1863 419 420 SAGAR BANDA 78.7026 24.1034 420 421 SAGAR BANDA 78.7714 24.0257 421 422 SAGAR BANDA 78.8139 23.9946 422 423 SAGAR BANDA 78.9023 23.9677 423 424 SAGAR BANDA 78.9685 23.9091 424 425 SAGAR BANDA 79.0353 23.9139 425 426 SAGAR BANDA 79.1191 23.9862 426 427 SAGAR BANDA 79.1597 24.0209 427 428 SAGAR BANDA 79.1492 24.0556 428 429 SAGAR BANDA 79.0922 24.0729 429 430 SAGAR BANDA 79.011 24.0598 430 431 SAGAR BANDA 78.975 24.0909 431 432 SAGAR BANDA 78.8552 24.0933 432

433 SAGAR BANDA 78.8211 24.1028 433

Page145

434 SAGAR BANDA 78.8827 24.0275 434 435 SAGAR BANDA 78.9619 24.0018 435 436 SAGAR BANDA 79.0621 23.9821 436 437 SAGAR BANDA 78.9711 23.9767 437 438 SAGAR BANDA 78.81 24.0693 438 439 SAGAR BANDA 78.7151 24.1345 439 440 SAGAR BINA 78.0994 24.0375 440 441 SAGAR BINA 78.2694 24.3378 441 442 SAGAR BINA 78.1616 24.177 442 443 SAGAR BINA 78.1742 24.0287 443 444 SAGAR BINA 78.2882 24.2696 444 445 SAGAR BINA 78.1847 24.0592 445 446 SAGAR BINA 78.2207 24.2182 446 447 SAGAR BINA 78.2116 24.1112 447 448 SAGAR BINA 78.1284 24.1417 448 449 SAGAR BINA 78.188 24.1447 449 450 SAGAR BINA 78.1847 24.3832 450 451 SAGAR BINA 78.1101 24.3049 451 452 SAGAR BINA 78.1153 24.2601 452 453 SAGAR BINA 78.336 24.3001 453 454 SAGAR BINA 78.2495 24.2954 454 455 SAGAR BINA 78.1985 24.3043 455 456 SAGAR BINA 78.1579 24.226 456 457 SAGAR BINA 78.2436 24.1764 457 458 SAGAR BINA 78.186 24.2607 458 459 SAGAR BINA 78.2666 24.3994 459 460 SAGAR BINA 78.2083 24.3516 460 461 SAGAR DEORI 79.1021 23.2958 461 462 SAGAR DEORI 78.9209 23.5484 462 463 SAGAR DEORI 79.1885 23.2823 463 464 SAGAR DEORI 79.0444 23.2172 464 465 SAGAR DEORI 78.9678 23.2782 465 466 SAGAR DEORI 79.0385 23.3015 466 467 SAGAR DEORI 79.0713 23.3642 467 468 SAGAR DEORI 78.9914 23.3529 468 469 SAGAR DEORI 78.9482 23.3469 469 470 SAGAR DEORI 78.9757 23.4037 470 471 SAGAR DEORI 79.0438 23.4031 471 472 SAGAR DEORI 79.1007 23.4366 472 473 SAGAR DEORI 79.0097 23.4348 473 474 SAGAR DEORI 79.0857 23.5029 474 475 SAGAR DEORI 79.0425 23.4874 475 476 SAGAR DEORI 79.1269 23.4671 476 477 SAGAR DEORI 79.1498 23.5167 477 478 SAGAR DEORI 78.85 23.5818 478 479 SAGAR DEORI 78.9181 23.5651 479 480 SAGAR DEORI 78.8788 23.5256 480 481 SAGAR DEORI 78.9397 23.5059 481

482 SAGAR DEORI 78.9482 23.4449 482

Page146

483 SAGAR DEORI 79.1204 23.5245 483 484 SAGAR JAISINAGAR 78.6428 23.7796 484 485 SAGAR JAISINAGAR 78.5858 23.7348 485 486 SAGAR JAISINAGAR 78.5493 23.7031 486 487 SAGAR JAISINAGAR 78.6495 23.6134 487 488 SAGAR JAISINAGAR 78.7151 23.6771 488 489 SAGAR JAISINAGAR 78.527 23.6381 489 490 SAGAR JAISINAGAR 78.7723 23.5855 490 491 SAGAR JAISINAGAR 78.7887 23.649 491 492 SAGAR JAISINAGAR 78.4902 23.7575 492 493 SAGAR JAISINAGAR 78.7715 23.7526 493 494 SAGAR JAISINAGAR 78.5169 23.5652 494 495 SAGAR JAISINAGAR 78.6079 23.5863 495 496 SAGAR JAISINAGAR 78.4595 23.7372 496 497 SAGAR JAISINAGAR 78.6456 23.7113 497 498 SAGAR JAISINAGAR 78.6243 23.6497 498 499 SAGAR JAISINAGAR 78.7153 23.6418 499 500 SAGAR JAISINAGAR 78.5439 23.7541 500 501 SAGAR JAISINAGAR 78.7514 23.7158 501 502 SAGAR JAISINAGAR 78.5804 23.6775 502 503 SAGAR JAISINAGAR 78.58 23.7841 503 504 SAGAR KESLI 78.6621 23.4141 504 505 SAGAR KESLI 78.723 23.4682 505 506 SAGAR KESLI 78.7441 23.5086 506 507 SAGAR KESLI 78.7751 23.5124 507 508 SAGAR KESLI 78.8138 23.4173 508 509 SAGAR KESLI 78.8419 23.3024 509 510 SAGAR KESLI 78.8812 23.2464 510 511 SAGAR KESLI 78.9386 23.2991 511 512 SAGAR KESLI 78.9195 23.3449 512 513 SAGAR KESLI 78.8731 23.4781 513 514 SAGAR KESLI 78.9056 23.4988 514 515 SAGAR KESLI 78.7628 23.5537 515 516 SAGAR KESLI 78.8156 23.5553 516 517 SAGAR KESLI 78.8591 23.362 517 518 SAGAR KESLI 78.6926 23.4408 518 519 SAGAR KESLI 78.8353 23.4344 519 520 SAGAR KESLI 78.775 23.3114 520 521 SAGAR KHURAI 78.3467 23.8913 521 522 SAGAR KHURAI 78.2902 24.1732 522 523 SAGAR KHURAI 78.3854 24.106 523 524 SAGAR KHURAI 78.3837 23.9584 524 525 SAGAR KHURAI 78.3104 23.975 525 526 SAGAR KHURAI 78.2802 24.0504 526 527 SAGAR KHURAI 78.2533 24.1069 527 528 SAGAR KHURAI 78.3823 24.1701 528 529 SAGAR KHURAI 78.3548 24.2467 529 530 SAGAR KHURAI 78.4999 24.0854 530

531 SAGAR KHURAI 78.43 24.0535 531

Page147

532 SAGAR KHURAI 78.3709 24.0388 532 533 SAGAR KHURAI 78.3212 24.1118 533 534 SAGAR KHURAI 78.2856 24.1369 534 535 SAGAR KHURAI 78.3696 24.2713 535 536 SAGAR KHURAI 78.3534 24.0216 536 537 SAGAR KHURAI 78.2883 23.9431 537 538 SAGAR KHURAI 78.2345 24.0786 538 539 SAGAR KHURAI 78.4139 23.994 539 540 SAGAR KHURAI 78.3131 24.0774 540 541 SAGAR KHURAI 78.3729 24.1467 541 542 SAGAR KHURAI 78.4489 24.1026 542 543 SAGAR KHURAI 78.4959 24.032 543 544 SAGAR MALTHON 78.4104 24.257 544 545 SAGAR MALTHON 78.5294 24.296 545 546 SAGAR MALTHON 78.4391 24.1798 546 547 SAGAR MALTHON 78.6201 24.2113 547 548 SAGAR MALTHON 78.6055 24.1015 548 549 SAGAR MALTHON 78.593 24.0064 549 550 SAGAR MALTHON 78.4798 24.2842 550 551 SAGAR MALTHON 78.4576 24.2333 551 552 SAGAR MALTHON 78.5953 24.259 552 553 SAGAR MALTHON 78.7062 24.0382 553 554 SAGAR MALTHON 78.5745 24.1375 554 555 SAGAR MALTHON 78.4959 24.167 555 556 SAGAR MALTHON 78.4247 24.221 556 557 SAGAR MALTHON 78.426 24.129 557 558 SAGAR MALTHON 78.5201 24.1216 558 559 SAGAR MALTHON 78.5651 23.9707 559 560 SAGAR MALTHON 78.6101 24.1339 560 561 SAGAR MALTHON 78.469 24.2013 561 562 SAGAR MALTHON 78.6686 24.2204 562 563 SAGAR MALTHON 78.5335 24.1977 563 564 SAGAR RAHATGARH 78.5806 23.7971 564 565 SAGAR RAHATGARH 78.3048 23.8157 565 566 SAGAR RAHATGARH 78.2886 23.7333 566 567 SAGAR RAHATGARH 78.3782 23.7347 567 568 SAGAR RAHATGARH 78.4637 23.8661 568 569 SAGAR RAHATGARH 78.488 23.9844 569 570 SAGAR RAHATGARH 78.5923 23.9107 570 571 SAGAR RAHATGARH 78.6598 23.9405 571 572 SAGAR RAHATGARH 78.3104 23.8903 572 573 SAGAR RAHATGARH 78.2957 23.7835 573 574 SAGAR RAHATGARH 78.4038 23.6443 574 575 SAGAR RAHATGARH 78.4012 23.8222 575 576 SAGAR RAHATGARH 78.4791 23.9381 576 577 SAGAR RAHATGARH 78.5248 23.8498 577 578 SAGAR RAHATGARH 78.5624 23.8062 578 579 SAGAR RAHATGARH 78.6135 23.8204 579

580 SAGAR RAHATGARH 78.6672 23.9885 580

Page148

581 SAGAR RAHATGARH 78.7143 23.9566 581 582 SAGAR RAHATGARH 78.6558 23.924 582 583 SAGAR RAHATGARH 78.6209 23.9418 583 584 SAGAR RAHATGARH 78.5221 23.9136 584 585 SAGAR RAHATGARH 78.3454 23.8259 585 586 SAGAR RAHATGARH 78.5947 23.8676 586 587 SAGAR REHLI 79.1153 23.8281 587 588 SAGAR REHLI 79.203 23.8003 588 589 SAGAR REHLI 78.957 23.6113 589 590 SAGAR REHLI 79.0603 23.6335 590 591 SAGAR REHLI 79.0934 23.7315 591 592 SAGAR REHLI 79.2222 23.7146 592 593 SAGAR REHLI 79.2123 23.6473 593 594 SAGAR REHLI 79.1746 23.5546 594 595 SAGAR REHLI 79.0974 23.551 595 596 SAGAR REHLI 78.9684 23.6503 596 597 SAGAR REHLI 79.0189 23.7021 597 598 SAGAR REHLI 79.0654 23.7546 598 599 SAGAR REHLI 79.0964 23.8534 599 600 SAGAR REHLI 79.1038 23.8966 600 601 SAGAR REHLI 79.1732 23.7614 601 602 SAGAR REHLI 79.2554 23.749 602 603 SAGAR REHLI 79.1955 23.662 603 604 SAGAR REHLI 79.2258 23.5281 604 605 SAGAR REHLI 78.9839 23.6275 605 606 SAGAR REHLI 78.934 23.5849 606 607 SAGAR REHLI 79.0978 23.604 607 608 SAGAR REHLI 79.1577 23.6521 608 609 SAGAR REHLI 79.0735 23.6978 609 610 SAGAR REHLI 79.122 23.7898 610 611 SAGAR REHLI 79.0647 23.8083 611 612 SAGAR REHLI 79.1928 23.7256 612 613 SAGAR SAGAR 78.8322 23.6077 613 614 SAGAR SAGAR 78.8747 23.6423 614 615 SAGAR SAGAR 78.9212 23.6818 615 616 SAGAR SAGAR 78.8477 23.72 616 617 SAGAR SAGAR 78.8282 23.9404 617 618 SAGAR SAGAR 79.056 23.8929 618 619 SAGAR SAGAR 79.0034 23.8163 619 620 SAGAR SAGAR 78.6866 23.8571 620 621 SAGAR SAGAR 78.7278 23.9089 621 622 SAGAR SAGAR 78.8066 23.883 622 623 SAGAR SAGAR 78.8706 23.8503 623 624 SAGAR SAGAR 78.9475 23.8163 624 625 SAGAR SAGAR 78.8086 23.8083 625 626 SAGAR SAGAR 78.8841 23.7706 626 627 SAGAR SAGAR 78.8861 23.825 627 628 SAGAR SAGAR 78.7884 23.6842 628

629 SAGAR SAGAR 78.7857 23.7657 629

Page149

630 SAGAR SAGAR 78.8989 23.6577 630 631 SAGAR SAGAR 78.9043 23.9157 631 632 SAGAR SAGAR 78.7305 23.8379 632 633 SAGAR SAGAR 78.6583 23.8305 633 634 SAGAR SAGAR 79.0378 23.8601 634 635 SAGAR SAGAR 78.8706 23.8873 635 636 SAGAR SAGAR 78.8679 23.6799 636 637 SAGAR SAGAR 78.872 23.5966 637 638 SAGAR SAGAR 78.9192 23.8564 638 639 SAGAR SAGAR 78.8214 23.7608 639 640 SAGAR SAGAR 78.9144 23.733 640 641 SAGAR SHAHGARH 78.985 24.3857 641 642 SAGAR SHAHGARH 78.9392 24.29 642 643 SAGAR SHAHGARH 79.0975 24.3789 643 644 SAGAR SHAHGARH 79.1298 24.315 644 645 SAGAR SHAHGARH 79.0223 24.1786 645 646 SAGAR SHAHGARH 79.1028 24.0934 646 647 SAGAR SHAHGARH 79.0408 24.0822 647 648 SAGAR SHAHGARH 78.9007 24.1427 648 649 SAGAR SHAHGARH 78.9082 24.1778 649 650 SAGAR SHAHGARH 79.129 24.3523 650 651 SAGAR SHAHGARH 79.0125 24.3406 651 652 SAGAR SHAHGARH 79.0007 24.307 652 653 SAGAR SHAHGARH 79.1675 24.3143 653 654 SAGAR SHAHGARH 79.1338 24.2738 654 655 SAGAR SHAHGARH 78.9895 24.1617 655 656 SAGAR SHAHGARH 78.9515 24.131 656 657 TIKAMGARH NIWARI 78.8909 25.4076 657 658 TIKAMGARH NIWARI 78.7533 25.3221 658 659 TIKAMGARH NIWARI 78.9456 25.5351 659 660 TIKAMGARH NIWARI 78.9108 25.4978 660 661 TIKAMGARH NIWARI 78.9785 25.3755 661 662 TIKAMGARH NIWARI 78.9096 25.3705 662 663 TIKAMGARH NIWARI 78.7774 25.4633 663 664 TIKAMGARH NIWARI 78.8136 25.3811 664 665 TIKAMGARH PALERA 79.2382 25.0191 665 666 TIKAMGARH PALERA 79.0894 25.1348 666 667 TIKAMGARH PALERA 79.0068 25.2566 667 668 TIKAMGARH PALERA 78.8838 25.1272 668 669 TIKAMGARH PALERA 79.0228 25.1044 669 670 TIKAMGARH PALERA 79.2829 25.0894 670 671 TIKAMGARH PALERA 79.1482 24.9766 671 672 TIKAMGARH TIKAMGARH 79.0573 24.6471 672 673 TIKAMGARH TIKAMGARH 78.8058 24.7748 673 674 TIKAMGARH TIKAMGARH 78.9274 24.7351 674

Page150

Proposed locations for GRP with VES in UP, Bundelkhand S. No. District Block Location Longitude Latitude 1 BANDA BADOKHAR KHURD Chilli 80.436508 25.459483 2 BANDA BADOKHAR KHURD Durendi 80.282047 25.437954 3 BANDA BADOKHAR KHURD Ganchha 80.312334 25.404806 4 BANDA BADOKHAR KHURD Godhani 80.520743 25.530875 5 BANDA BADOKHAR KHURD Jakhaura 80.140079 25.368242 6 BANDA BADOKHAR KHURD Jari 80.447298 25.520289 7 BANDA BADOKHAR KHURD Kanwara 80.294838 25.541061 8 BANDA BADOKHAR KHURD Khairada 80.206709 25.456066 9 BANDA BADOKHAR KHURD Kurseja 80.451841 25.569803 10 BANDA BADOKHAR KHURD Ladaka Purwa 80.349813 25.486821 11 BANDA BADOKHAR KHURD Luktara 80.327667 25.59743 12 BANDA BADOKHAR KHURD Mahokhar 80.396189 25.512777 13 BANDA BADOKHAR KHURD Mawai Buzurg 80.359846 25.533607 14 BANDA BADOKHAR KHURD Mohan Purwa 80.262361 25.489896 15 BANDA BADOKHAR KHURD Pandui 80.349813 25.374734 16 BANDA BADOKHAR KHURD Pathari 80.298894 25.618223 17 BANDA BADOKHAR KHURD Tindwara 80.374043 25.429069 18 BANDA BISANDA Ballan 80.645485 25.320759 19 BANDA BISANDA Bhadenadu 80.695458 25.464951 20 BANDA BISANDA Bisanda Buzurg 80.621256 25.406856 21 BANDA BISANDA Gadaon 80.627692 25.352522 22 BANDA BISANDA Konee 80.558033 25.436246 23 BANDA BISANDA Korrahee 80.688265 25.398314 24 BANDA BISANDA Laulee Teera Mau 80.621635 25.438638 25 BANDA BISANDA Majhiva Sani 80.773446 25.396263 26 BANDA BISANDA Nandan Mau 80.726502 25.349447 27 BANDA BISANDA Pavaiya 80.729909 25.438979 28 BANDA BISANDA Pindkhar 80.562955 25.349105 29 BANDA BISANDA Utarwan 80.808654 25.353889 30 BANDA MAHUVA Atarra (Rural) 80.547054 25.287956 31 BANDA MAHUVA Baheri 80.471338 25.270871 32 BANDA MAHUVA Barokhar Buzurg 80.39335 25.35218 33 BANDA MAHUVA Jakhni 80.44938 25.393529 34 BANDA MAHUVA Jarar 80.348677 25.318025 35 BANDA MAHUVA Khanpur 80.388807 25.273605 36 BANDA MAHUVA kherwa 80.452409 25.314608 37 BANDA MAHUVA Khurhand 80.467174 25.358673 38 BANDA MAHUVA Nai 80.525854 25.383277 39 BANDA MAHUVA Pagnara 80.460738 25.208 40 BANDA MAHUVA Piparhari 80.53494 25.211417 41 BANDA MAHUVA Sahewa 80.476638 25.423943 42 BANDA NARAINI Akabarpur 80.776474 25.216884 43 BANDA NARAINI Barsanda Manpur 80.378207 25.12736 44 BANDA NARAINI Bilharka 80.307791 25.023485

45 BANDA NARAINI Gopara 80.442566 25.108908 Page151

46 BANDA NARAINI Gudha Kalan 80.47891 25.149228 47 BANDA NARAINI Kolouha 80.6788 25.12736 48 BANDA NARAINI Mahuta 80.605356 25.217567 49 BANDA NARAINI Mau 80.762089 25.282489 50 BANDA NARAINI Pongari 80.367607 25.065855 51 BANDA NARAINI Pouhar 80.717416 25.302991 52 BANDA NARAINI Ranipur 80.474367 25.072416 53 BANDA NARAINI Rasin 80.69773 25.196382 54 BANDA NARAINI Sadha 80.540997 25.116426 55 BANDA NARAINI Turra 80.629585 25.265404 56 CHITRAKOOT KARVI Chakaundh 80.962788 25.259964 57 CHITRAKOOT KARVI Chhapara Mafi 80.799443 25.147644 58 CHITRAKOOT KARVI Dahini 80.813465 25.317152 59 CHITRAKOOT KARVI Ghuratanpur 80.719475 25.153465 60 CHITRAKOOT KARVI Harihar 80.782767 25.180861 61 CHITRAKOOT KARVI Kauhari 80.871261 25.359959 62 CHITRAKOOT KARVI Khairi 80.904613 25.382557 63 CHITRAKOOT KARVI Khajuriha 80.880926 25.267156 64 CHITRAKOOT KARVI Narainpur 80.894949 25.233254 65 CHITRAKOOT KARVI Pachokhar 80.94687 25.316125 66 CHITRAKOOT KARVI Ramayapur 80.867282 25.322289 67 CHITRAKOOT KARVI Sapaha 80.967715 25.235308 68 CHITRAKOOT KARVI Siddhpur 80.936259 25.181545 69 CHITRAKOOT KARVI Sitapur Mafi 80.860461 25.192161 70 CHITRAKOOT KARVI Taraw 80.817255 25.235994 71 CHITRAKOOT MANIKPUR Agarhunda 81.107942 25.178805 72 CHITRAKOOT MANIKPUR Basila 81.060189 25.256883 73 CHITRAKOOT MANIKPUR Bhounri 81.053367 25.221268 74 CHITRAKOOT MANIKPUR Chandara Mara 81.031006 25.11785 75 CHITRAKOOT MANIKPUR Chit Ghati 81.02987 24.988407 76 CHITRAKOOT MANIKPUR Chureh Kesarua 81.139777 25.070251 77 CHITRAKOOT MANIKPUR Dadari Mafi 80.893812 25.062032 78 CHITRAKOOT MANIKPUR Desah 81.184877 25.144561 79 CHITRAKOOT MANIKPUR Doda Mafi 80.897222 24.983955 80 CHITRAKOOT MANIKPUR Gadhchapa 81.142051 25.129493 81 CHITRAKOOT MANIKPUR Godarhai 81.12727 25.011693 82 CHITRAKOOT MANIKPUR Gursaray 80.854397 25.020939 83 CHITRAKOOT MANIKPUR Hanuwa 81.096951 25.138739 84 CHITRAKOOT MANIKPUR Itwa Tudaila 80.846816 24.961697 85 CHITRAKOOT MANIKPUR Jabarjasta 81.07459 25.021967 86 CHITRAKOOT MANIKPUR Jaro Mafi 80.971126 24.982928 87 CHITRAKOOT MANIKPUR Kalyanpur 81.077244 24.95656 88 CHITRAKOOT MANIKPUR Karvi Range 80.970747 25.139082 89 CHITRAKOOT MANIKPUR Kota Kadaila 81.24021 25.113398 90 CHITRAKOOT MANIKPUR Manikpur Range 81.028353 25.068539 91 CHITRAKOOT MANIKPUR Manikpur Range 81.130681 24.942862

92 CHITRAKOOT MANIKPUR Markundi 80.940428 25.009639 Page152

93 CHITRAKOOT MANIKPUR Markundi Range 80.973779 25.064429 94 CHITRAKOOT MANIKPUR Markundi Range 80.976811 24.94115 95 CHITRAKOOT MANIKPUR Pada 81.14243 24.989092 96 CHITRAKOOT MANIKPUR Paikora Mafi 81.102636 25.260307 97 CHITRAKOOT MANIKPUR Raipura 81.129165 25.231884 98 CHITRAKOOT MANIKPUR Rani Pur Kalyan Gar 81.203827 24.980188 99 CHITRAKOOT MANIKPUR Rukama Bujurg 80.901391 25.116138 100 CHITRAKOOT MANIKPUR Rukama Khurd 80.973779 25.09114 101 CHITRAKOOT MANIKPUR Sakrouha 81.18753 25.019912 102 CHITRAKOOT MANIKPUR Sarainya 81.076485 25.097304 103 CHITRAKOOT MANIKPUR Shitalpur Tarauha 81.02229 25.17812 104 CHITRAKOOT MANIKPUR Unchadeeh 81.219744 25.064429 105 CHITRAKOOT MAU Bamburi 81.367551 25.192503 106 CHITRAKOOT MAU Bargadh 81.452445 25.126754 107 CHITRAKOOT MAU Kataiya Dandi 81.376647 25.153807 108 CHITRAKOOT MAU Khandeha 81.306154 25.186339 109 CHITRAKOOT MAU Khohar 81.486934 25.093195 110 CHITRAKOOT RAMNAGAR Bandhi 81.176539 25.230856 111 CHITRAKOOT RAMNAGAR Lauri 81.229977 25.181202 112 MAHOBA CHARKHARI Asthaun 79.710324 25.384508 113 MAHOBA CHARKHARI Bagraun 79.820622 25.363895 114 MAHOBA CHARKHARI Baihari 79.859417 25.485509 115 MAHOBA CHARKHARI Bamrara 79.810734 25.434665 116 MAHOBA CHARKHARI Bhatewara Kalan 79.568839 25.441536 117 MAHOBA CHARKHARI Chandauli 79.712673 25.52938 118 MAHOBA CHARKHARI Charkhariya 79.710324 25.232663 119 MAHOBA CHARKHARI Fatehpur 79.816819 25.400311 120 MAHOBA CHARKHARI Gorkha 79.635778 25.38863 121 MAHOBA CHARKHARI Gudha 79.683701 25.440849 122 MAHOBA CHARKHARI Jardin Ganj 79.76205 25.368705 123 MAHOBA CHARKHARI Karahara Khurd 79.599266 25.478638 124 MAHOBA CHARKHARI Kuwan 79.880044 25.532864 125 MAHOBA CHARKHARI Pratistha 79.657077 25.473828 126 MAHOBA CHARKHARI Rewai 79.781067 25.47589 127 MAHOBA CHARKHARI Sabuwa 79.722495 25.462835 128 MAHOBA CHARKHARI Shivhar 79.898972 25.446345 129 MAHOBA JAITPUR Ajnar 79.529283 25.203119 130 MAHOBA JAITPUR Akauni 79.609154 25.222357 131 MAHOBA JAITPUR Ari 79.45778 25.198309 132 MAHOBA JAITPUR Atarpatha 79.698914 25.305494 133 MAHOBA JAITPUR Baghaura 79.407575 25.152962 134 MAHOBA JAITPUR Bamauliya 79.647188 25.192812 135 MAHOBA JAITPUR Bamnaura 79.527762 25.141281 136 MAHOBA JAITPUR Baura 79.61524 25.319923 137 MAHOBA JAITPUR Bhagari 79.479839 25.091124 138 MAHOBA JAITPUR Dinai 79.554386 25.394127

139 MAHOBA JAITPUR Gahpura 79.563514 25.185254 Page153

140 MAHOBA JAITPUR Indrahata 79.472993 25.13922 141 MAHOBA JAITPUR Jailwara 79.477557 25.232663 142 MAHOBA JAITPUR Jaitpur 79.553625 25.286943 143 MAHOBA JAITPUR Kanti 79.568839 25.232663 144 MAHOBA JAITPUR Mahua Bandh 79.599266 25.171513 145 MAHOBA JAITPUR Mudhari 79.621325 25.273201 146 MAHOBA JAITPUR Satari 79.561993 25.341909 147 MAHOBA JAITPUR Sirmaur 79.691308 25.339848 148 MAHOBA JAITPUR Sugira 79.60383 25.349467 149 MAHOBA JAITPUR Thurat 79.527762 25.26633 150 MAHOBA KABRAI Atrar Maaf 79.709564 25.143342 151 MAHOBA KABRAI Baghwa 80.041979 25.392066 152 MAHOBA KABRAI Bania Tala Mahanpu 79.796255 25.287901 153 MAHOBA KABRAI Bhandara 79.84116 25.181132 154 MAHOBA KABRAI Bila Dakshin 80.03209 25.364583 155 MAHOBA KABRAI Bilbai 79.898211 25.331603 156 MAHOBA KABRAI Bilrahi 79.793998 25.163955 157 MAHOBA KABRAI Chhani Kalan 80.025244 25.474515 158 MAHOBA KABRAI Chhikahra 79.867024 25.36046 159 MAHOBA KABRAI Digaria 79.826708 25.123417 160 MAHOBA KABRAI Dudhaiya 79.732384 25.190751 161 MAHOBA KABRAI Gauodhi 79.972916 25.606842 162 MAHOBA KABRAI Gauodhi 79.959097 25.552944 163 MAHOBA KABRAI Kabrai 79.978843 25.38176 164 MAHOBA KABRAI Kali Pahari 79.933963 25.352902 165 MAHOBA KABRAI Luhedi 79.642624 25.1509 166 MAHOBA KABRAI Mahoba (MB) 79.873881 25.275281 167 MAHOBA KABRAI Pachahra 79.987971 25.276636 168 MAHOBA KABRAI Pidari 79.971236 25.48276 169 MAHOBA KABRAI Ratauli 79.984928 25.308929 170 MAHOBA KABRAI Sichaora 79.981125 25.44291 171 MAHOBA KABRAI Sijahri 79.788674 25.231976 172 MAHOBA KABRAI Utiyan 79.938527 25.425733 173 MAHOBA PANWARI Bahadurpur Kalan 79.439524 25.396188 174 MAHOBA PANWARI Dharwar 79.347482 25.375576 175 MAHOBA PANWARI Dulara 79.474515 25.318548 176 MAHOBA PANWARI Fadna 79.523198 25.446345 177 MAHOBA PANWARI Kashipura 79.317816 25.353589 178 MAHOBA PANWARI Kotra 79.380952 25.406494 179 MAHOBA PANWARI Naghara Ghat 79.374106 25.449093 180 MAHOBA PANWARI Nakra 79.522438 25.477951 181 MAHOBA PANWARI Panwari 79.467669 25.422984 182 MAHOBA PANWARI Pipri 79.455498 25.282133 183 MAHOBA PANWARI Rivai 79.445609 25.353589 184 MAHOBA PANWARI Ruri Kalan 79.42355 25.301371 185 MAHOBA PANWARI Saudhi 79.391601 25.490318

186 MAHOBA PANWARI Shergarh 79.474515 25.481386 Page154

187 MAHOBA PANWARI Taiya 79.358892 25.317174

Proposed locations for VES in UP, Bundelkhand S. No. District Block Location Longitude Latitude 1 HAMIRPUR GOHAND Amgaon 79.574998 25.654557 2 HAMIRPUR GOHAND Atra 79.494462 25.77705 3 HAMIRPUR GOHAND Aunta 79.641097 25.647029 4 HAMIRPUR GOHAND Bara 79.610707 25.611445 5 HAMIRPUR GOHAND Iteliya Baza 79.539288 25.758573 6 HAMIRPUR GOHAND Iteliya Raja 79.462552 25.719567 7 HAMIRPUR GOHAND Jarakhar 79.483066 25.65661 8 HAMIRPUR GOHAND Kemokhar 79.563601 25.718199 9 HAMIRPUR GOHAND Khajuri 79.594751 25.692194 10 HAMIRPUR GOHAND Kharehata Khurd 79.694281 25.60118 11 HAMIRPUR GOHAND Magrauth 79.441279 25.770207 12 HAMIRPUR GOHAND Patkhuri 79.637298 25.727095 13 HAMIRPUR GOHAND Rawatpura 79.522574 25.68672 14 HAMIRPUR KURARA Bachrauli 80.019461 26.039781 15 HAMIRPUR KURARA Badanpur 80.115951 25.956992 16 HAMIRPUR KURARA Baije Islampur 79.948043 25.912519 17 HAMIRPUR KURARA Beri 79.888781 25.906361 18 HAMIRPUR KURARA Damer 79.958679 25.975466 19 HAMIRPUR KURARA Jalla 79.978433 25.935098 20 HAMIRPUR KURARA Kakrau 79.880986 25.929578 21 HAMIRPUR KURARA Kusmara 80.059728 25.965887 22 HAMIRPUR KURARA Misripur 79.947283 26.069886 23 HAMIRPUR KURARA Patara Danda 80.039215 25.903624 24 HAMIRPUR KURARA Shekhoopur 80.058969 26.029518 25 HAMIRPUR MAUDAHA Adhai Purwa 80.212442 25.560805 26 HAMIRPUR MAUDAHA Akhaipur 80.140264 25.649767 27 HAMIRPUR MAUDAHA Artra 80.15394 25.72641 28 HAMIRPUR MAUDAHA Bakchha 80.269424 25.611445 29 HAMIRPUR MAUDAHA Bamhrauli 80.210922 25.67714 30 HAMIRPUR MAUDAHA Banni 80.020221 25.56149 31 HAMIRPUR MAUDAHA Bhulsi 80.303614 25.644977 32 HAMIRPUR MAUDAHA Dhungawan 80.0225 25.683983 33 HAMIRPUR MAUDAHA Gusyari 80.198223 25.546773 34 HAMIRPUR MAUDAHA Ichauli 80.18509 25.525905 35 HAMIRPUR MAUDAHA Kahra 80.065047 25.474581 36 HAMIRPUR MAUDAHA Karhiya 80.117471 25.610076 37 HAMIRPUR MAUDAHA Khandeh 80.143303 25.551225 38 HAMIRPUR MAUDAHA Kiswahi 80.286139 25.723673 39 HAMIRPUR MAUDAHA Laraund 80.040668 25.627629 40 HAMIRPUR MAUDAHA Lewa 80.226117 25.655241 41 HAMIRPUR MAUDAHA Maudaha (MB) 80.115951 25.692195

42 HAMIRPUR MAUDAHA Mawai Khurd 80.02402 25.514956 Page155

43 HAMIRPUR MAUDAHA Pipraunda 80.066566 25.719567 44 HAMIRPUR MAUDAHA Sirsi Kalan 80.105315 25.441734 45 HAMIRPUR MAUDAHA Sirsi Khurd 80.112912 25.523852 46 HAMIRPUR MAUDAHA Sisolar 80.271703 25.672349 47 HAMIRPUR MAUDAHA Tinduhi 80.160778 25.474581 48 HAMIRPUR MAUDAHA Urdana 80.187369 25.62171 49 HAMIRPUR MUSKARA Bajehta Danda 79.946523 25.858466 50 HAMIRPUR MUSKARA Bihuni Kalan 79.718593 25.649082 51 HAMIRPUR MUSKARA Chhadi Basayak 79.897138 25.816046 52 HAMIRPUR MUSKARA Gehrauli (Par Muskera) 79.869027 25.612813 53 HAMIRPUR MUSKARA Imiliya 79.898658 25.649767 54 HAMIRPUR MUSKARA Kandhouli 79.780894 25.61076 55 HAMIRPUR MUSKARA Kar Gaon 79.973875 25.731201 56 HAMIRPUR MUSKARA Khandehi Lodhan 79.854592 25.694247 57 HAMIRPUR MUSKARA Kharela 79.794769 25.553457 58 HAMIRPUR MUSKARA Lodha Mau 79.885742 25.737359 59 HAMIRPUR MUSKARA Muskera 79.791531 25.655241 60 HAMIRPUR MUSKARA Niwada 79.948803 25.768151 61 HAMIRPUR MUSKARA Sioni 79.811285 25.705881 62 HAMIRPUR MUSKARA Teehar 79.935127 25.68672 63 HAMIRPUR RATH Athgaon 79.441279 25.675771 64 HAMIRPUR RATH Diha 79.527892 25.569017 65 HAMIRPUR RATH Gauhani Panwari 79.443558 25.565595 66 HAMIRPUR RATH Gohani Rath 79.639578 25.519746 67 HAMIRPUR RATH Noranga 79.454955 25.609392 68 HAMIRPUR RATH Odera 79.560562 25.540276 69 HAMIRPUR RATH Rakoura 79.612226 25.563542 70 HAMIRPUR RATH Ramgarh Danda 79.388855 25.621025 71 HAMIRPUR RATH Rath Uttar 79.543847 25.60118 72 HAMIRPUR RATH Tola Khagaran 79.396453 25.697669 73 HAMIRPUR RATH Tola Rawat 79.472429 25.534117 74 HAMIRPUR SARILA Bandwa 79.753543 25.695616 75 HAMIRPUR SARILA Baukhar 79.614505 25.855746 76 HAMIRPUR SARILA Budhi 79.688203 25.848903 77 HAMIRPUR SARILA Danda 79.704917 25.88654 78 HAMIRPUR SARILA Dhauhal Khurd 79.853072 25.768835 79 HAMIRPUR SARILA Idhora 79.547646 25.877644 80 HAMIRPUR SARILA Islampur 79.571199 25.810581 81 HAMIRPUR SARILA Jariya 79.60083 25.766101 82 HAMIRPUR SARILA Khandaut 79.815084 25.828374 83 HAMIRPUR SARILA Khandaut 79.790771 25.848903 84 HAMIRPUR SARILA Khera Silajit 79.639578 25.814687 85 HAMIRPUR SARILA Kupara 79.871306 25.853677 86 HAMIRPUR SARILA Pachkhura 79.732269 25.815371 87 HAMIRPUR SARILA Pahara 79.675287 25.682614

88 HAMIRPUR SARILA Parchha 79.720873 25.737359

Page156

89 HAMIRPUR SARILA Ratauli 79.63198 25.896121 90 HAMIRPUR SARILA Sarila (NP) 79.688203 25.779787 91 HAMIRPUR SARILA Tikri Parmal 79.784693 25.766101 92 HAMIRPUR SUMERPUR Banki 80.106074 25.844098 93 HAMIRPUR SUMERPUR Chandaukhi 80.142543 25.897466 94 HAMIRPUR SUMERPUR Chhani Buzurg 79.963998 25.814677 95 HAMIRPUR SUMERPUR Ingohata 80.115192 25.766785 96 HAMIRPUR SUMERPUR Kalauli Jar 80.057449 25.84273 97 HAMIRPUR SUMERPUR Mawai Jar 80.027818 25.811266 Mundera 193 Pauthia 98 HAMIRPUR SUMERPUR Buzu 80.234475 25.725726 99 HAMIRPUR SUMERPUR Pachkhura Khurd 80.187369 25.767469 100 HAMIRPUR SUMERPUR Para Rai Pura 80.207123 25.803738 101 HAMIRPUR SUMERPUR Pateora Danda 80.235994 25.89815 102 HAMIRPUR SUMERPUR Sumerpur (NP) 80.150141 25.812634 103 HAMIRPUR SUMERPUR Sumerpur Rural 80.189648 25.846151 104 HAMIRPUR SUMERPUR Surauli Buzurg Danda 80.299055 25.86394 105 HAMIRPUR SUMERPUR Vidokhar Purai 80.074924 25.768838 106 JALAUN DAKOR Ait 79.232483 25.902219 107 JALAUN DAKOR Ajnara 79.538868 25.985664 108 JALAUN DAKOR Bhua 79.357926 25.939838 109 JALAUN DAKOR Binaura 79.297865 25.842714 110 JALAUN DAKOR Dadari 79.608052 25.934366 111 JALAUN DAKOR Dakore 79.439274 25.861865 112 JALAUN DAKOR Gadhhar 79.380734 26.015074 113 JALAUN DAKOR Hardoi Gujar 79.294064 25.990451 114 JALAUN DAKOR Jaisari Kalan 79.374652 25.84545 115 JALAUN DAKOR Kajupura 79.375412 25.900851 116 JALAUN DAKOR Kharka 79.566998 25.925474 117 JALAUN DAKOR Khera Kalan 79.31155 25.932998 118 JALAUN DAKOR Kusmiliya 79.437754 25.896748 119 JALAUN DAKOR Kuthonda 79.465123 25.93163 120 JALAUN DAKOR Madora 79.405062 25.986348 121 JALAUN DAKOR Nandha 79.355645 25.79552 122 JALAUN DAKOR Nunsai 79.325235 25.8988 123 JALAUN DAKOR Orai MB 79.452959 25.982244 124 JALAUN DAKOR Orai Rural 79.446877 26.018494 125 JALAUN DAKOR Ragoli 79.530505 26.039013 126 JALAUN DAKOR Ruraaddu 79.439274 26.065688 127 JALAUN JALAUN Aurekhi 79.303758 26.17807 128 JALAUN JALAUN Chhani Khas 79.314781 26.096305 129 JALAUN JALAUN Dhanauli 79.302427 26.01781 130 JALAUN JALAUN Gurhanyamatpur 79.358116 26.145364 131 JALAUN JALAUN Jagneva 79.36724 26.180795 132 JALAUN JALAUN Khanuvan 79.278859 26.062268

133 JALAUN JALAUN Kharra 79.3412 26.063636

Page157

134 JALAUN JALAUN Mandri 79.39879 26.093239 135 JALAUN JALAUN Parvatpur 79.435663 26.144683 136 JALAUN JALAUN Riniya 79.399931 26.21793 137 JALAUN JALAUN Salabad 79.28133 26.140594 138 JALAUN KADAURA Aata 79.613374 26.045169 139 JALAUN KADAURA Akbarpur 79.690921 26.028754 140 JALAUN KADAURA Chatela 79.812562 25.928894 141 JALAUN KADAURA Chhok 79.686359 26.075264 142 JALAUN KADAURA Ekona 79.879465 26.056112 143 JALAUN KADAURA Harchandpur 79.873383 26.01097 144 JALAUN KADAURA Imiliya Bujurg 79.646825 25.980192 145 JALAUN KADAURA Karamchandpur 79.712968 25.969248 146 JALAUN KADAURA Khutmila 79.899232 25.976772 147 JALAUN KADAURA Margaya 79.779871 25.96104 148 JALAUN KADAURA Parsan 79.716769 25.927526 149 JALAUN KADAURA Surola 79.791085 26.060782 150 JALAUN KONCH Anda 79.185347 25.951465 151 JALAUN KONCH Basob 79.128327 25.907691 152 JALAUN KONCH Basti 79.181545 26.056797 153 JALAUN KONCH Chhani 79.22564 26.015758 154 JALAUN KONCH Darhi 79.121485 25.965144 155 JALAUN KONCH Gumaoli 79.199031 25.84545 156 JALAUN KONCH Keolari 79.22469 26.109933 157 JALAUN KONCH Lona 79.149614 26.017126 158 JALAUN KONCH Pali 79.140491 25.821511 159 JALAUN KONCH Rukhana 79.214237 25.796204 160 JALAUN KONCH Shahpura 79.233243 25.933682 161 JALAUN KUTHAUND Bawali 79.382255 26.356647 162 JALAUN KUTHAUND Bhadereh Mustkil 79.465313 26.359995 163 JALAUN KUTHAUND Hadrukh 79.36876 26.259834 164 JALAUN KUTHAUND Jargaon 79.453149 26.301738 165 JALAUN KUTHAUND Jugrajpur Diwara 79.506748 26.345345 166 JALAUN KUTHAUND Kota Diwara 79.357166 26.395584 167 JALAUN KUTHAUND Madaripur 79.390047 26.314684 168 JALAUN KUTHAUND Pipariathgaiyan 79.446687 26.255065 169 JALAUN KUTHAUND Romai Mustakil 79.441365 26.411778 170 JALAUN MADHOGANJ Aheta 79.155507 26.222018 171 JALAUN MADHOGANJ Madhogarh (NP) 79.187817 26.275505 172 JALAUN MADHOGANJ Saravan 79.294254 26.238711 173 JALAUN MADHOGANJ Shahbajpur 79.283231 26.28266 174 JALAUN MADHOGANJ Sopta 79.220889 26.233942 175 JALAUN MADHOGANJ Supanunayacha 79.113312 26.267329 176 JALAUN MAHEVA Aalampur 79.737107 26.091162 177 JALAUN MAHEVA Abhedipur 79.530315 26.224062 178 JALAUN MAHEVA Babai 79.471395 26.177388

179 JALAUN MAHEVA Binaura 79.476717 26.109592

Page158

180 JALAUN MAHEVA Herayapur 79.63333 26.145364 181 JALAUN MAHEVA Imiliya Khurd 79.705555 26.124923 182 JALAUN MAHEVA Kahna 79.604821 26.094916 183 JALAUN MAHEVA Khalla 79.569469 26.148771 184 JALAUN MAHEVA Khargui Dewara 79.529175 26.269373 185 JALAUN MAHEVA Maraiye 79.511689 26.310255 186 JALAUN MAHEVA Menupur Mustakil 79.731784 26.1733 187 JALAUN MAHEVA Musmirya 79.524614 26.106526 188 JALAUN MAHEVA Pal 79.607482 26.232239 189 JALAUN MAHEVA Sadhara 79.549512 26.068424 190 JALAUN MAHEVA Singepur 79.469494 26.230194 191 JALAUN MAHEVA Tandua 79.565287 26.181817 192 JALAUN MAHEVA Urkhara Kalan 79.643974 26.180455 193 JALAUN NADIGAON Adlispura 79.103999 26.073896 194 JALAUN NADIGAON Atarehati 79.022081 26.229513 195 JALAUN NADIGAON Dabarkonch 78.970193 25.9713 196 JALAUN NADIGAON Dangchholiya 78.982927 26.13821 197 JALAUN NADIGAON Diha 79.196561 26.162398 198 JALAUN NADIGAON Gopalpura 79.093165 26.241096 199 JALAUN NADIGAON Hasupura 79.124336 26.156948 200 JALAUN NADIGAON Jugrajpura 79.137641 26.110274 201 JALAUN NADIGAON Kakrauli 79.023411 26.072528 202 JALAUN NADIGAON Kudaiya 79.037856 25.958989 203 JALAUN NADIGAON Kusmara 79.071118 26.144002 204 JALAUN NADIGAON Nadigaon (NP) 79.025502 26.108571 205 JALAUN NADIGAON Parawar 79.046029 26.180114 206 JALAUN NADIGAON Rura Sirsa 79.212526 26.187268 207 JALAUN NADIGAON Sami 79.056102 26.008235 208 JALAUN RAMPURA Bilauha 79.284941 26.393535 209 JALAUN RAMPURA Jajepura 79.226591 26.323201 210 JALAUN RAMPURA Kanjausa 79.211196 26.40788 211 JALAUN RAMPURA Mirzapur Jagir 79.103999 26.389436 212 JALAUN RAMPURA Nawada 79.315922 26.325926 213 JALAUN RAMPURA Ooncha 79.149804 26.31264 214 JALAUN RAMPURA Rampura 79.157978 26.339569 215 JALAUN RAMPURA Sonapur 79.31155 26.344351 216 JALAUN RAMPURA Tihar 79.219559 26.351182 217 BANDA TINDWARI Atarahat 80.438591 25.646516 218 BANDA TINDWARI Benda 80.611981 25.682649 219 BANDA TINDWARI Bhawanipur 80.539672 25.732757 220 BANDA TINDWARI Bhindaura 80.516579 25.643789 221 BANDA TINDWARI Bhujrakh 80.591916 25.640039 222 BANDA TINDWARI Jauharpur 80.564659 25.69083 223 BANDA TINDWARI Khairei 80.339403 25.678558 224 BANDA TINDWARI Khaptiha Kalan 80.371203 25.646857

225 BANDA TINDWARI Khokharahi 80.471149 25.600498

Page159

226 BANDA TINDWARI Paparenda 80.402247 25.610383 227 BANDA TINDWARI Piparahari 80.434805 25.686739 228 BANDA TINDWARI Pipargawan 80.5268 25.570145 229 BANDA TINDWARI Sahinga 80.540051 25.598112 230 BANDA TINDWARI Sahoorpur 80.474935 25.730371 231 BANDA KAMASIN Amethee 81.02312 25.600536 232 BANDA KAMASIN Birravan 80.809979 25.51346 233 BANDA KAMASIN Chhilolar 80.824554 25.451282 234 BANDA KAMASIN Enguva 80.902732 25.602244 235 BANDA KAMASIN Kamasin 80.894403 25.515167 236 BANDA KAMASIN Kathar 80.985262 25.601561 237 BANDA KAMASIN Kumheda Sanee 80.869038 25.558876 238 BANDA KAMASIN Lohara 80.971823 25.480672 239 BANDA KAMASIN Mamsee Khurd 80.895349 25.437618 240 BANDA KAMASIN Matehana 80.930747 25.657904 241 BANDA KAMASIN Mau 80.856924 25.610098 242 BANDA KAMASIN Museevan 80.937183 25.571511 243 BANDA KAMASIN Narayanpur 80.979205 25.529509 244 BANDA KAMASIN Parsaulee 80.790482 25.471785 245 BANDA KAMASIN Sanda Sanee 80.880963 25.482722 246 BANDA BABERU Adhawan 80.813008 25.605317 247 BANDA BABERU Aliha 80.530018 25.483062 248 BANDA BABERU Baghela 80.643782 25.609019 249 BANDA BABERU Devratha 80.601002 25.537363 250 BANDA BABERU Hardoulee 80.677097 25.563657 251 BANDA BABERU Jalalpur 80.684668 25.657424 252 BANDA BABERU Kuchendo 80.727827 25.512435 253 BANDA BABERU Marka 80.826258 25.686247 254 BANDA BABERU Milathu 80.616713 25.475886 255 BANDA BABERU Patvan 80.705869 25.599475 256 BANDA BABERU Samgara 80.776664 25.658246 257 BANDA BABERU Satnyava 80.770607 25.555461 258 BANDA BABERU Tola Kalan 80.620688 25.572877 259 BANDA JASPURA Amlor 80.371203 25.730371 260 BANDA JASPURA Chandwara 80.464442 25.878267 261 BANDA JASPURA Gadariya 80.282422 25.795434 262 BANDA JASPURA Gazipur 80.402368 25.878795 263 BANDA JASPURA Jaspura 80.375179 25.818908 264 BANDA JASPURA Kana Khera 80.426848 25.852074 265 BANDA JASPURA Lasada 80.510113 25.764904 266 BANDA JASPURA Madauli Kalan 80.51271 25.841528 267 BANDA JASPURA Marjha 80.434121 25.819588 268 BANDA JASPURA Nada Deo 80.394449 25.770941 269 BANDA JASPURA Rampur 80.365985 25.850748 270 BANDA JASPURA Sabada 80.530469 25.866021

271 BANDA JASPURA Sikahula 80.316427 25.82469

Page160

272 BANDA JASPURA Sindhan Kalan 80.466237 25.780466 273 CHITRAKOOT PAHARI Bardwara 81.063789 25.485957 274 CHITRAKOOT PAHARI Bhadedoo Bangar 81.135987 25.451733 275 CHITRAKOOT PAHARI Chanahat 81.111731 25.348315 276 CHITRAKOOT PAHARI Chhilli Rakas Khade 81.12727 25.388723 277 CHITRAKOOT PAHARI Kheriya 80.985717 25.396937 278 CHITRAKOOT PAHARI Kuseli 81.108321 25.425707 279 CHITRAKOOT PAHARI Mamasi Bujurg 80.974347 25.452403 280 CHITRAKOOT PAHARI Parsiddpur 81.031007 25.347973 281 CHITRAKOOT PAHARI Pilakhini 80.932658 25.431175 282 CHITRAKOOT PAHARI Sagawara 81.057536 25.389408 283 CHITRAKOOT PAHARI Sardhua 81.03347 25.432545 284 CHITRAKOOT PAHARI Sikari Sani 80.950091 25.364753 285 CHITRAKOOT PAHARI Taura 81.041618 25.310988 286 CHITRAKOOT RAMNAGAR Atarsui 81.217091 25.314755 287 CHITRAKOOT RAMNAGAR Chhibon 81.212164 25.28873 288 CHITRAKOOT RAMNAGAR Hanna Binaika 81.291753 25.307907 289 CHITRAKOOT RAMNAGAR Karaundi Kalan 81.137124 25.308591 290 CHITRAKOOT RAMNAGAR Khajuriha Kalan 81.178434 25.258937 291 CHITRAKOOT RAMNAGAR Mawai Khurd 81.274319 25.232569 292 CHITRAKOOT RAMNAGAR Suraundha 81.32662 25.25928 293 CHITRAKOOT RAMNAGAR Tir Mau Mustkil 81.22505 25.338041 294 CHITRAKOOT MAU Dubari 81.357697 25.31407 295 CHITRAKOOT MAU Kalchiha 81.448655 25.178121 296 CHITRAKOOT MAU Kotara Khambha 81.430463 25.232227 297 CHITRAKOOT MAU Mau Mustkil 81.372857 25.265786 298 CHITRAKOOT MAU Muraka 81.509672 25.213735 299 CHITRAKOOT MAU Sesa Subakara Mustk 81.391049 25.243527

Page161

Locations of GTEM in UP, Bundelkhand S. No. District Block Location Long Lat 1 JALAUN JALAUN Jalaun 79.33631 26.143 2 JALAUN DAKOR Orai 79.44927 25.99381 3 JALAUN KONCH Konch 79.14883 25.97903 4 JALAUN MAHEVA Kalpi 79.75109 26.11887 5 MAHOBA KABRAI Kabrai 80.0078 25.39193 6 MAHOBA KABRAI Mahoba 79.86974 25.28505 7 MAHOBA CHARKHARI Charkhari 79.74658 25.39122 8 CHITRAKOOT KARVI Chitrakoot Dham 80.92874 25.21967 9 CHITRAKOOT KARVI Chitrakoot Dham 80.91031 25.20158 10 CHITRAKOOT MANIKPUR Manikpur Sarhat 81.1025 25.05788 11 BANDA MAHUVA Atarra 80.57378 25.28581 12 BANDA BADOKHAR KHURD Banda 80.33374 25.46119 13 BANDA BADOKHAR KHURD Banda 80.31844 25.48774 14 HAMIRPUR KURARA Hamirpur 80.13174 25.95619 15 HAMIRPUR KURARA Hamirpur 80.18391 25.93399

Proposed Locations of 2D-Imaging in UP, Bundelkhand S. No. District Block Location Long Lat 1 CHITRAKOOT MAU Kharagdah 81.390303 25.187352 2 CHITRAKOOT RAMNAGAR Itwan 81.205703 25.184532 3 CHITRAKOOT KARVI Khajuriha 80.889695 25.269122 4 BANDA NARAINI Titihara 80.792703 25.266303 5 BANDA NARAINI Quazipur 80.695707 25.266303 6 BANDA NARAINI Mahuta 80.608102 25.221188 7 BANDA MAHUVA Risaura 80.439146 25.226827 8 BANDA NARAINI Shah Patan 80.470577 25.127369 9 BANDA BADOKHAR KHURD Durendi 80.282081 25.437135 10 BANDA BADOKHAR KHURD Mataundh(Gramin) 80.208161 25.430474 11 MAHOBA KABRAI Pahra 80.064019 25.380511 12 MAHOBA KABRAI Kabrai 79.964229 25.367188 13 MAHOBA KABRAI Paswara 79.949445 25.303902 14 MAHOBA KABRAI Mahoba (MB) 79.879221 25.290579 15 MAHOBA CHARKHARI Salat 79.731381 25.280586 16 MAHOBA JAITPUR Kulpahar(Rural) 79.646373 25.280586 17 MAHOBA JAITPUR Jaitpur 79.542887 25.280586

18 MAHOBA PANWARI Pipri 79.446791 25.277256

Page162

19 MAHOBA PANWARI Rivai 79.439399 25.363857 20 MAHOBA PANWARI Dharwar 79.350695 25.367188 21 HAMIRPUR RATH Nauhai 79.542887 25.547052 22 HAMIRPUR MAUDAHA Ichauli 80.162223 25.531243 23 HAMIRPUR MAUDAHA Khanna 80.06834 25.558958 24 MAHOBA KABRAI Gauodhi 79.953141 25.567037 25 CHITRAKOOT PAHARI Sursen 81.043453 25.453789 26 BANDA BABERU Armar 80.803217 25.626992 27 BANDA TINDWARI Barethi Kalan 80.533409 25.703601 28 BANDA JASPURA Rampur 80.381873 25.853488 29 HAMIRPUR KURARA Kanauta Danda 80.100979 25.963405 30 JALAUN KADAURA Ekona 79.860741 26.059999 31 JALAUN MAHEVA Urkhara Kalan 79.620501 26.196563 32 JALAUN RAMPURA Ninawali Kothi 79.306343 26.376427 33 JALAUN NADIGAON Khera 79.040233 26.139939 34 JALAUN KONCH Basob 79.140024 25.900119 35 JALAUN DAKOR Binaura 79.287863 25.853488 36 HAMIRPUR GOHAND Iteliya Raja 79.446791 25.716924 37 HAMIRPUR SARILA Jitakiri Danda 79.624197 25.873473 38 HAMIRPUR SUMERPUR Bhabhaura 80.219249 25.873473 39 HAMIRPUR MAUDAHA Rohari 80.056627 25.726917 40 JALAUN KADAURA Bhabhuaa 79.624197 26.033352 41 CHITRAKOOT KARVI Harihar 80.784737 25.183993 42 CHITRAKOOT KARVI Ghuratanpur 80.723752 25.155681 43 BANDA BADOKHAR KHURD Jamalpur 80.37633 25.553146 44 CHITRAKOOT MANIKPUR Choolhi 81.041608 25.055056 45 CHITRAKOOT MANIKPUR Agarhunda 81.077112 25.186267

Page163

Proposed Locations for Micro-level Hydrological Data Acquisition including Ground Water Quality in Bundelkhand (UP). S. District Block Location Longi- Lati- No. tude tude 1 BANDA BABERU Achhah 80.69 25.52 2 BANDA BABERU Ahar 80.62 25.52 3 BANDA BABERU Aliha 80.52 25.49 4 BANDA BABERU Anvan 80.71 25.57 5 BANDA BABERU Badaulee 80.66 25.64 6 BANDA BABERU Bagehta 80.61 25.56 7 BANDA BABERU Bhabhuwa 80.80 25.60 8 BANDA BABERU Bhadvari 80.69 25.60 9 BANDA BABERU Bhatoulee 80.57 25.57 10 BANDA BABERU Byonja 80.66 25.59 11 BANDA BABERU Hardoulee 80.68 25.55 12 BANDA BABERU Jalalpur 80.69 25.68 13 BANDA BABERU Kalana 80.79 25.65 14 BANDA BABERU Korram 80.68 25.49 15 BANDA BABERU Marka 80.84 25.69 16 BANDA BABERU Milathu 80.60 25.49 17 BANDA BABERU Murwal 80.56 25.53 18 BANDA BABERU Nibhaura 80.72 25.63 19 BANDA BABERU Samgara 80.78 25.67 20 BANDA BABERU Sanda 80.85 25.65 21 BANDA BABERU Satnyava 80.78 25.56 22 BANDA BABERU Tola Kalan 80.63 25.60 23 BANDA BABERU Vinwat 80.78 25.51 24 BANDA BADOKHAR Barokhar Khurd 80.37 25.44 KHURD 25 BANDA BADOKHAR Bhawani Purwa 80.34 25.45 KHURD 26 BANDA BADOKHAR Bilbai 80.48 25.48 KHURD 27 BANDA BADOKHAR Chahitara 80.35 25.57 KHURD 28 BANDA BADOKHAR Chak Bharkhari 80.42 25.47 KHURD 29 BANDA BADOKHAR Chamraha 80.19 25.39 KHURD 30 BANDA BADOKHAR Durendi 80.30 25.46 KHURD 31 BANDA BADOKHAR Fatpurwa 80.48 25.52 KHURD 32 BANDA BADOKHAR Ganchha 80.32 25.40 KHURD 33 BANDA BADOKHAR Gureh 80.40 25.48 KHURD 34 BANDA BADOKHAR Hateti Purwa 80.32 25.43

KHURD Page164

35 BANDA BADOKHAR Jamalpur 80.40 25.55 KHURD 36 BANDA BADOKHAR Jari 80.43 25.52 KHURD 37 BANDA BADOKHAR Kanwara 80.30 25.52 KHURD 38 BANDA BADOKHAR Karachha 80.25 25.44 KHURD 39 BANDA BADOKHAR Kurauli 80.45 25.44 KHURD 40 BANDA BADOKHAR Ladaka Purwa 80.35 25.48 KHURD 41 BANDA BADOKHAR Lohara 80.24 25.41 KHURD 42 BANDA BADOKHAR Luktara 80.34 25.61 KHURD 43 BANDA BADOKHAR Mahui 80.45 25.59 KHURD 44 BANDA BADOKHAR Mataundh(Gramin) 80.14 25.39 KHURD 45 BANDA BADOKHAR Mataundh(Gramin) 80.21 25.42 KHURD 46 BANDA BADOKHAR Mawai Buzurg 80.36 25.53 KHURD 47 BANDA BADOKHAR Mohan Purwa 80.23 25.52 KHURD 48 BANDA BADOKHAR Mohan Purwa 80.27 25.48 KHURD 49 BANDA BADOKHAR Pachanehi 80.45 25.56 KHURD 50 BANDA BADOKHAR Pachulla 80.31 25.57 KHURD 51 BANDA BADOKHAR Pathari 80.31 25.61 KHURD 52 BANDA BADOKHAR Reona 80.40 25.41 KHURD 53 BANDA BADOKHAR Tindwara 80.35 25.41 KHURD 54 BANDA BADOKHAR Ujrehta 80.26 25.56 KHURD 55 BANDA BISANDA Ballan 80.64 25.32 56 BANDA BISANDA Bil Gavan 80.86 25.40 57 BANDA BISANDA Bisanda Buzurg ( 80.62 25.40 58 BANDA BISANDA Ekauna 80.69 25.44 59 BANDA BISANDA Gadaon 80.62 25.34 60 BANDA BISANDA Kairee 80.64 25.43 61 BANDA BISANDA Kayal 80.73 25.49 62 BANDA BISANDA Konee 80.56 25.44 63 BANDA BISANDA Korrahee 80.68 25.41 64 BANDA BISANDA Kullu Khera 80.76 25.36

65 BANDA BISANDA Majhiva Sani 80.79 25.40 Page165

66 BANDA BISANDA Oran (Rural) 80.73 25.40 67 BANDA BISANDA Para 80.69 25.36 68 BANDA BISANDA Punahur 80.60 25.36 69 BANDA BISANDA Rayan 80.76 25.49 70 BANDA BISANDA Siklodhi 80.56 25.38 71 BANDA BISANDA Singhpur Mafi 80.83 25.38 72 BANDA BISANDA Utarwan 80.80 25.35 73 BANDA JASPURA Amchauli 80.45 25.89 74 BANDA JASPURA Amlor 80.36 25.74 75 BANDA JASPURA Baragaon 80.48 25.85 76 BANDA JASPURA Chilla 80.53 25.76 77 BANDA JASPURA Gadariya 80.29 25.79 78 BANDA JASPURA Gauri Kalan 80.35 25.78 79 BANDA JASPURA Jaspura 80.38 25.82 80 BANDA JASPURA Marjha 80.44 25.81 81 BANDA JASPURA Mawai Ghat 80.39 25.89 82 BANDA JASPURA Nari 80.43 25.74 83 BANDA JASPURA Padohara 80.40 25.74 84 BANDA JASPURA Rampur 80.38 25.85 85 BANDA JASPURA Sikahula 80.32 25.82 86 BANDA JASPURA Sindhan Kalan 80.47 25.77 87 BANDA KAMASIN Andoulee 80.82 25.54 88 BANDA KAMASIN Chhilolar 80.82 25.46 89 BANDA KAMASIN Jamoo 80.80 25.43 90 BANDA KAMASIN Kamasin 80.88 25.51 91 BANDA KAMASIN Kamasin 80.94 25.49 92 BANDA KAMASIN Kathar 80.99 25.61 93 BANDA KAMASIN Kitahai 80.89 25.56 94 BANDA KAMASIN Kumheda Sanee 80.87 25.55 95 BANDA KAMASIN Mamsee Khurd 80.89 25.44 96 BANDA KAMASIN Matehana 80.93 25.66 97 BANDA KAMASIN Mau 80.87 25.61 98 BANDA KAMASIN Museevan 80.94 25.57 99 BANDA KAMASIN Narayanpur 80.97 25.52 100 BANDA KAMASIN Pachhahan 80.93 25.53 101 BANDA KAMASIN Sanda Sanee 80.89 25.49 102 BANDA MAHUVA Aila 80.44 25.30 103 BANDA MAHUVA Ajit Para 80.53 25.40 104 BANDA MAHUVA Anathuwa 80.52 25.32 105 BANDA MAHUVA Atarra (MB) 80.56 25.27 106 BANDA MAHUVA Bansi 80.42 25.27 107 BANDA MAHUVA Barokhar Buzurg 80.37 25.36 108 BANDA MAHUVA Bil Gaon 80.52 25.44 109 BANDA MAHUVA Bil Gaon 80.50 25.40 110 BANDA MAHUVA Gadha 80.45 25.19

111 BANDA MAHUVA Girwan 80.41 25.32

Page166

112 BANDA MAHUVA Gokhia 80.49 25.26 113 BANDA MAHUVA Gumai 80.52 25.28 114 BANDA MAHUVA Hastam 80.52 25.35 115 BANDA MAHUVA Jarar 80.35 25.32 116 BANDA MAHUVA Khurhand 80.45 25.37 117 BANDA MAHUVA Mahuwa 80.42 25.40 118 BANDA MAHUVA Pagnara 80.47 25.20 119 BANDA MAHUVA Piparhari 80.54 25.21 120 BANDA MAHUVA Risaura 80.43 25.22 121 BANDA MAHUVA Sarai Salimpur 80.33 25.31 122 BANDA NARAINI Atarra (Rural) 80.60 25.27 123 BANDA NARAINI Badousa 80.64 25.24 124 BANDA NARAINI Bhusasi 80.69 25.27 125 BANDA NARAINI Chandour 80.72 25.29 126 BANDA NARAINI Chhataini 80.58 25.15 127 BANDA NARAINI Dadhwa Manpur 80.65 25.11 128 BANDA NARAINI Gajpatipur Khurd 80.63 25.19 129 BANDA NARAINI Gopara 80.46 25.11 130 BANDA NARAINI Gudha Kalan 80.47 25.15 131 BANDA NARAINI Lahureta 80.41 25.15 132 BANDA NARAINI Mahuta 80.61 25.22 133 BANDA NARAINI Pahari Bujurg Sani 80.77 25.30 134 BANDA NARAINI Pongari 80.37 25.06 135 BANDA NARAINI Ranipur 80.48 25.07 136 BANDA NARAINI Rasin 80.70 25.18 137 BANDA NARAINI Rauli Kalayanpur 80.72 25.24 138 BANDA NARAINI Sadha 80.53 25.11 139 BANDA NARAINI Shahpur 80.38 25.10 140 BANDA TINDWARI Alona 80.34 25.65 141 BANDA TINDWARI Atarahat 80.43 25.65 142 BANDA TINDWARI Bahadurpur 80.57 25.61 143 BANDA TINDWARI Bahinga 80.51 25.61 144 BANDA TINDWARI Benda 80.61 25.68 145 BANDA TINDWARI Dhaunsar 80.57 25.63 146 BANDA TINDWARI Jauharpur 80.57 25.70 147 BANDA TINDWARI Khaptiha Kalan 80.37 25.61 148 BANDA TINDWARI Khaptiha Kalan 80.37 25.69 149 BANDA TINDWARI Khaptiha Kalan 80.40 25.65 150 BANDA TINDWARI Khokharahi 80.46 25.59 151 BANDA TINDWARI Kumhauli 80.48 25.65 152 BANDA TINDWARI Mata 80.54 25.65 153 BANDA TINDWARI Padarathpur 80.54 25.72 154 BANDA TINDWARI Paparenda 80.41 25.63 155 BANDA TINDWARI Piparahari 80.46 25.69 156 BANDA TINDWARI Pipargawan 80.53 25.57

157 BANDA TINDWARI Sahinga 80.54 25.60

Page167

158 BANDA TINDWARI Sahoorpur 80.48 25.73 159 CHITRAKOOT KARVI Asoh 80.94 25.29 160 CHITRAKOOT KARVI Baihar 80.80 25.23 161 CHITRAKOOT KARVI Bhaisaundha 80.80 25.28 162 CHITRAKOOT KARVI Bhanga 80.82 25.19 163 CHITRAKOOT KARVI Chakala Guru Baba 80.86 25.23 164 CHITRAKOOT KARVI Chhapara Mafi 80.80 25.15 165 CHITRAKOOT KARVI Dahini 80.81 25.32 166 CHITRAKOOT KARVI Dugawa 80.77 25.18 167 CHITRAKOOT KARVI Hinouta Mafi 80.85 25.29 168 CHITRAKOOT KARVI Kadarganj 80.84 25.33 169 CHITRAKOOT KARVI Karvi Range 81.00 25.18 170 CHITRAKOOT KARVI Kauhari 80.87 25.36 171 CHITRAKOOT KARVI Kila Bag 80.88 25.19 172 CHITRAKOOT KARVI Kolouha 80.72 25.11 173 CHITRAKOOT KARVI Koorahu 80.73 25.08 174 CHITRAKOOT KARVI Kota 80.98 25.27 175 CHITRAKOOT KARVI Laudhwara 80.93 25.25 176 CHITRAKOOT KARVI Mahuta Rupouli 80.89 25.33 177 CHITRAKOOT KARVI Narainpur 80.89 25.23 178 CHITRAKOOT KARVI Ora 80.92 25.40 179 CHITRAKOOT KARVI Pahi 80.96 25.21 180 CHITRAKOOT KARVI Rangoli 80.99 25.24 181 CHITRAKOOT KARVI Sabhapur Tarao 80.90 25.27 182 CHITRAKOOT KARVI Siddhpur 80.93 25.17 183 CHITRAKOOT MANIKPUR Achur Nerua 80.98 25.02 184 CHITRAKOOT MANIKPUR Agarhunda 81.10 25.20 185 CHITRAKOOT MANIKPUR Bambia 80.86 24.98 186 CHITRAKOOT MANIKPUR Barah Mafi 81.05 25.02 187 CHITRAKOOT MANIKPUR Bhenda 80.94 25.02 188 CHITRAKOOT MANIKPUR Bhounri 81.05 25.22 189 CHITRAKOOT MANIKPUR Chandara Mara 81.05 25.12 190 CHITRAKOOT MANIKPUR Char 81.05 25.20 191 CHITRAKOOT MANIKPUR Chureh Kesarua 81.13 25.07 192 CHITRAKOOT MANIKPUR Chureh Kesarua 81.19 25.09 193 CHITRAKOOT MANIKPUR Dadari Mafi 80.91 25.06 194 CHITRAKOOT MANIKPUR Desah 81.20 25.14 195 CHITRAKOOT MANIKPUR Gadhchapa 81.15 25.12 196 CHITRAKOOT MANIKPUR Hanuwa 81.10 25.14 197 CHITRAKOOT MANIKPUR Jamihili 81.06 25.27 198 CHITRAKOOT MANIKPUR Kalwaliya Mahuliya 81.12 25.02 199 CHITRAKOOT MANIKPUR Karvi Range 80.98 25.15 200 CHITRAKOOT MANIKPUR Kota Kadaila 81.23 25.11 201 CHITRAKOOT MANIKPUR Koubara 81.15 25.18 202 CHITRAKOOT MANIKPUR Kulmar Parasen 80.98 24.96

203 CHITRAKOOT MANIKPUR Madaiyan 80.95 25.12

Page168

204 CHITRAKOOT MANIKPUR Magarhai 81.12 25.27 205 CHITRAKOOT MANIKPUR Mahuli 81.06 24.96 206 CHITRAKOOT MANIKPUR Manikpur Range 81.03 25.07 207 CHITRAKOOT MANIKPUR Manikpur Range 81.14 24.94 208 CHITRAKOOT MANIKPUR Markundi Range 80.96 25.06 209 CHITRAKOOT MANIKPUR Raipura 81.13 25.24 210 CHITRAKOOT MANIKPUR Rani Pur Kalyan Gar 81.20 24.98 211 CHITRAKOOT MANIKPUR Rukama Bujurg 80.90 25.11 212 CHITRAKOOT MANIKPUR Rukama Khurd 80.97 25.10 213 CHITRAKOOT MANIKPUR Semardaha 81.07 25.15 214 CHITRAKOOT MANIKPUR Takhatupur 81.03 25.19 215 CHITRAKOOT MANIKPUR Tikaria Jamunihai 80.89 25.02 216 CHITRAKOOT MANIKPUR Ulden 81.13 24.97 217 CHITRAKOOT MANIKPUR Ulden 81.13 24.97 218 CHITRAKOOT MANIKPUR Ulden 81.13 24.97 219 CHITRAKOOT MANIKPUR Unchadeeh 81.21 25.06 220 CHITRAKOOT MAU Bamburi 81.37 25.19 221 CHITRAKOOT MAU Bargadh 81.46 25.13 222 CHITRAKOOT MAU Bariyari Kalan Must 81.48 25.23 223 CHITRAKOOT MAU Kotwa Mafi 81.41 25.16 224 CHITRAKOOT MAU Biyawal Mustkil 81.37 25.32 225 CHITRAKOOT MAU Bojh 81.49 25.18 226 CHITRAKOOT MAU Khandeha 81.30 25.19 227 CHITRAKOOT MAU Khohar 81.49 25.09 228 CHITRAKOOT MAU Kotara Khambha 81.43 25.23 229 CHITRAKOOT MAU Manodhasani 81.36 25.23 230 CHITRAKOOT MAU Mau Mustkil 81.37 25.27 231 CHITRAKOOT MAU Pardawan Mustakil 81.53 25.26 232 CHITRAKOOT PAHARI Bachharan 81.07 25.35 233 CHITRAKOOT PAHARI Bhadedoo Bangar 81.13 25.45 234 CHITRAKOOT PAHARI Bir Ghumai Surki 81.02 25.49 235 CHITRAKOOT PAHARI Dadhiya 81.11 25.32 236 CHITRAKOOT PAHARI Dhourahara Bangar 81.11 25.49 237 CHITRAKOOT PAHARI Khar Senda 81.01 25.32 238 CHITRAKOOT PAHARI Kheriya 80.98 25.40 239 CHITRAKOOT PAHARI Kucharam 80.95 25.35 240 CHITRAKOOT PAHARI Mamasi Bujurg 80.98 25.44 241 CHITRAKOOT PAHARI Mirzapur 81.03 25.45 242 CHITRAKOOT PAHARI Nonar 81.02 25.36 243 CHITRAKOOT PAHARI Pachokhar 80.96 25.32 244 CHITRAKOOT PAHARI Panauti 81.03 25.40 245 CHITRAKOOT PAHARI Raipur Bangar 81.12 25.41 246 CHITRAKOOT PAHARI Sardhua 81.07 25.44 247 CHITRAKOOT PAHARI Surwal Bangar 81.18 25.47 248 CHITRAKOOT PAHARI Taura 81.04 25.31

249 CHITRAKOOT RAMNAGAR Bandhi 81.18 25.23

Page169

250 CHITRAKOOT RAMNAGAR Chhibon 81.19 25.28 251 CHITRAKOOT RAMNAGAR Ghunuwa 81.19 25.21 252 CHITRAKOOT RAMNAGAR Itwan 81.21 25.17 253 CHITRAKOOT RAMNAGAR Jorwara 81.27 25.24 254 CHITRAKOOT RAMNAGAR Karaundi Kalan 81.14 25.32 255 CHITRAKOOT RAMNAGAR Khajuriha Khurd 81.20 25.26 256 CHITRAKOOT RAMNAGAR Nadin Kurmiyan 81.14 25.35 257 CHITRAKOOT RAMNAGAR Piparaund 81.30 25.26 258 CHITRAKOOT RAMNAGAR Piyariya Khurd 81.19 25.32 259 CHITRAKOOT RAMNAGAR Reruwa 81.23 25.27 260 CHITRAKOOT RAMNAGAR Rithi Mustakil 81.20 25.35 261 CHITRAKOOT RAMNAGAR Suhel Mustkil 81.31 25.32 262 CHITRAKOOT RAMNAGAR Ufarauli 81.26 25.28 263 HAMIRPUR GOHAND Akauna 79.64 25.59 264 HAMIRPUR GOHAND Amgaon 79.57 25.65 265 HAMIRPUR GOHAND Amgaon 79.59 25.65 266 HAMIRPUR GOHAND Bara Kharka 79.52 25.73 267 HAMIRPUR GOHAND Bilgaon 79.39 25.77 268 HAMIRPUR GOHAND Birbahi 79.58 25.74 269 HAMIRPUR GOHAND Chikasi 79.48 25.81 270 HAMIRPUR GOHAND Chilli 79.66 25.66 271 HAMIRPUR GOHAND Dhagwan 79.45 25.69 272 HAMIRPUR GOHAND Dhanouri 79.68 25.61 273 HAMIRPUR GOHAND Itayal 79.58 25.63 274 HAMIRPUR GOHAND Iteliya Baza 79.53 25.76 275 HAMIRPUR GOHAND Jigini 79.41 25.73 276 HAMIRPUR GOHAND Kargawan 79.52 25.65 277 HAMIRPUR GOHAND Kemokhar 79.55 25.73 278 HAMIRPUR GOHAND Khajuri 79.60 25.69 279 HAMIRPUR GOHAND Kuan Khera 79.65 25.70 280 HAMIRPUR GOHAND Magrauth 79.46 25.77 281 HAMIRPUR GOHAND Magrol 79.69 25.71 282 HAMIRPUR GOHAND Pawai 79.64 25.73 283 HAMIRPUR GOHAND Rahank 79.49 25.70 284 HAMIRPUR GOHAND Rawatpura 79.53 25.69 285 HAMIRPUR GOHAND Sikrondha Kharka 79.46 25.74 286 HAMIRPUR KURARA Bachrauli 80.05 26.06 287 HAMIRPUR KURARA Beri 79.89 25.90 288 HAMIRPUR KURARA Bhitri 79.99 26.05 289 HAMIRPUR KURARA Chandupur Danda 80.11 25.98 290 HAMIRPUR KURARA Damer 79.96 25.99 291 HAMIRPUR KURARA Debiganj 79.93 25.91 292 HAMIRPUR KURARA Jakhela 79.94 25.93 293 HAMIRPUR KURARA Kandaur Danda 79.99 25.91 294 HAMIRPUR KURARA Kurara Rural 80.04 25.99

295 HAMIRPUR KURARA Majara Kundaura Danda 80.15 25.94

Page170

296 HAMIRPUR KURARA Para 79.98 25.93 297 HAMIRPUR KURARA Patara Danda 80.07 25.93 298 HAMIRPUR KURARA Patara Danda 80.01 25.94 299 HAMIRPUR KURARA Patara Danda 80.05 25.91 300 HAMIRPUR KURARA Raghwa 80.01 26.01 301 HAMIRPUR KURARA Sikrohi Daria 80.06 26.02 302 HAMIRPUR KURARA Umrahat 79.95 26.12 303 HAMIRPUR MAUDAHA Akhaipur 80.13 25.65 304 HAMIRPUR MAUDAHA Artra 80.15 25.70 305 HAMIRPUR MAUDAHA Bamhrauli 80.20 25.69 306 HAMIRPUR MAUDAHA Banni 80.03 25.57 307 HAMIRPUR MAUDAHA Bhabhmai 80.26 25.60 308 HAMIRPUR MAUDAHA Bharsawan 80.02 25.76 309 HAMIRPUR MAUDAHA Bhaturi 80.27 25.65 310 HAMIRPUR MAUDAHA Bhulsi 80.29 25.67 311 HAMIRPUR MAUDAHA Biherka 80.22 25.61 312 HAMIRPUR MAUDAHA Chek Daha 80.03 25.66 313 HAMIRPUR MAUDAHA Chichara 80.05 25.52 314 HAMIRPUR MAUDAHA Ichauli 80.19 25.52 315 HAMIRPUR MAUDAHA Kahra 80.06 25.48 316 HAMIRPUR MAUDAHA Kapsa 80.22 25.57 317 HAMIRPUR MAUDAHA Karhiya 80.13 25.61 318 HAMIRPUR MAUDAHA Khandeh 80.14 25.57 319 HAMIRPUR MAUDAHA Khanna 80.06 25.57 320 HAMIRPUR MAUDAHA Ladar 80.01 25.60 321 HAMIRPUR MAUDAHA Lewa 80.21 25.66 322 HAMIRPUR MAUDAHA Mahcha 80.05 25.69 323 HAMIRPUR MAUDAHA Maudaha (MB) 80.11 25.68 324 HAMIRPUR MAUDAHA Noorpur 80.21 25.48 325 HAMIRPUR MAUDAHA Par Khera 80.02 25.74 326 HAMIRPUR MAUDAHA Perehta 80.27 25.72 327 HAMIRPUR MAUDAHA Reevan 80.08 25.60 328 HAMIRPUR MAUDAHA Reevan 80.11 25.57 329 HAMIRPUR MAUDAHA Rohari 80.07 25.74 330 HAMIRPUR MAUDAHA Sirsi Kalan 80.10 25.48 331 HAMIRPUR MAUDAHA Sirsi Kalan 80.11 25.44 332 HAMIRPUR MAUDAHA Sirsi Kalan 80.14 25.47 333 HAMIRPUR MAUDAHA Sirsi Khurd 80.13 25.52 334 HAMIRPUR MUSKARA Bajehta Danda 79.97 25.86 335 HAMIRPUR MUSKARA Barethi 79.93 25.74 336 HAMIRPUR MUSKARA Baswari 79.85 25.65 337 HAMIRPUR MUSKARA Bhandhur Buzurg 79.88 25.76 338 HAMIRPUR MUSKARA Bhujpur 79.91 25.85 339 HAMIRPUR MUSKARA Bihuni Kalan 79.73 25.65 340 HAMIRPUR MUSKARA Bihuni Khurd 79.77 25.65

341 HAMIRPUR MUSKARA Chhadi Basayak 79.89 25.81

Page171

342 HAMIRPUR MUSKARA Chhani (Par Muskera) 79.73 25.59 343 HAMIRPUR MUSKARA Chilli 79.87 25.69 344 HAMIRPUR MUSKARA Dhawari 79.77 25.57 345 HAMIRPUR MUSKARA Gehrauli (Par Muskera) 79.87 25.60 346 HAMIRPUR MUSKARA Imiliya 79.90 25.65 347 HAMIRPUR MUSKARA Itwan 79.84 25.69 348 HAMIRPUR MUSKARA Jalla 79.90 25.74 349 HAMIRPUR MUSKARA Kandhouli 79.79 25.60 350 HAMIRPUR MUSKARA Kar Gaon 79.98 25.74 351 HAMIRPUR MUSKARA Kharela (NP) 79.79 25.53 352 HAMIRPUR MUSKARA Mahera 79.85 25.74 353 HAMIRPUR MUSKARA Muskera 79.82 25.65 354 HAMIRPUR MUSKARA Neoriya 79.96 25.65 355 HAMIRPUR MUSKARA Niwada 79.95 25.77 356 HAMIRPUR MUSKARA Punniyan 79.86 25.56 357 HAMIRPUR MUSKARA Sioni 79.79 25.69 358 HAMIRPUR MUSKARA Tagari 79.94 25.61 359 HAMIRPUR MUSKARA Teehar 79.96 25.68 360 HAMIRPUR MUSKARA Umari 79.92 25.71 361 HAMIRPUR RATH Barel 79.49 25.57 362 HAMIRPUR RATH Bihgaon 79.68 25.57 363 HAMIRPUR RATH Diha 79.53 25.57 364 HAMIRPUR RATH Gohani Rath 79.63 25.52 365 HAMIRPUR RATH Malheta Danda 79.43 25.60 366 HAMIRPUR RATH Malheta Danda 79.43 25.55 367 HAMIRPUR RATH Mawai 79.60 25.52 368 HAMIRPUR RATH Noranga 79.47 25.61 369 HAMIRPUR RATH Odera 79.56 25.54 370 HAMIRPUR RATH Padra 79.62 25.56 371 HAMIRPUR RATH Paharigarhi 79.52 25.52 372 HAMIRPUR RATH Ramgarh Danda 79.38 25.62 373 HAMIRPUR RATH Rath (MB) 79.58 25.59 374 HAMIRPUR RATH Rath Uttar 79.54 25.60 375 HAMIRPUR RATH Sargaon 79.43 25.66 376 HAMIRPUR RATH Tola Khagaran 79.40 25.68 377 HAMIRPUR RATH Tola Rawat 79.46 25.52 378 HAMIRPUR SARILA Badhouli 79.60 25.84 379 HAMIRPUR SARILA Basariya 79.73 25.89 380 HAMIRPUR SARILA Bhedi Danda 79.82 25.86 381 HAMIRPUR SARILA Bilgaon 79.82 25.74 382 HAMIRPUR SARILA Bilgaon 79.81 25.76 383 HAMIRPUR SARILA Bilpur 79.78 25.79 384 HAMIRPUR SARILA Birhat 79.52 25.82 385 HAMIRPUR SARILA Chandaut Danda 79.66 25.85 386 HAMIRPUR SARILA Chandaut Danda 79.69 25.90

387 HAMIRPUR SARILA Dhagwan 79.63 25.83

Page172

388 HAMIRPUR SARILA Dharoupur 79.80 25.82 389 HAMIRPUR SARILA Dhauhal Buzurg 79.85 25.80 390 HAMIRPUR SARILA Hasaupur Sensa 79.85 25.85 391 HAMIRPUR SARILA Idhora 79.55 25.89 392 HAMIRPUR SARILA Islampur 79.57 25.80 393 HAMIRPUR SARILA Jamauri Danda 79.63 25.91 394 HAMIRPUR SARILA Jariya 79.61 25.77 395 HAMIRPUR SARILA Jitakiri Danda 79.62 25.88 396 HAMIRPUR SARILA Kadoura 79.73 25.85 397 HAMIRPUR SARILA Kesarganj 79.69 25.77 398 HAMIRPUR SARILA Khandaut 79.77 25.85 399 HAMIRPUR SARILA Mamna 79.74 25.77 400 HAMIRPUR SARILA Pachkhura 79.73 25.82 401 HAMIRPUR SARILA Pahara 79.68 25.68 402 HAMIRPUR SARILA Parchha 79.73 25.74 403 HAMIRPUR SARILA Puraini 79.77 25.74 404 HAMIRPUR SARILA Sarila 79.65 25.77 405 HAMIRPUR SUMERPUR Atrar 79.98 25.80 406 HAMIRPUR SUMERPUR Bada Gaon 80.20 25.90 407 HAMIRPUR SUMERPUR Chand Purwa Buzurg 80.16 25.77 408 HAMIRPUR SUMERPUR Chhani Khurd 79.95 25.83 409 HAMIRPUR SUMERPUR Dariapur 80.12 25.84 410 HAMIRPUR SUMERPUR Dhundh Pur 80.27 25.77 411 HAMIRPUR SUMERPUR Ingohata 80.13 25.74 412 HAMIRPUR SUMERPUR Kaithi 80.32 25.74 413 HAMIRPUR SUMERPUR Kalauli Jar 80.07 25.85 414 HAMIRPUR SUMERPUR Mundera 193 Pauthia 80.21 25.74 Buzu 415 HAMIRPUR SUMERPUR Nadehra 80.06 25.82 416 HAMIRPUR SUMERPUR Pachkhura Khurd 80.19 25.77 417 HAMIRPUR SUMERPUR Pandheri 80.18 25.82 418 HAMIRPUR SUMERPUR Para Ojhi Daria 80.15 25.90 419 HAMIRPUR SUMERPUR Pateora Danda 80.27 25.90 420 HAMIRPUR SUMERPUR Pouthia Buzurg 80.11 25.90 421 HAMIRPUR SUMERPUR Ragaura 80.10 25.82 422 HAMIRPUR SUMERPUR Sumerpur Rural 80.18 25.84 423 HAMIRPUR SUMERPUR Surauli Buzurg Danda 80.31 25.86 424 HAMIRPUR SUMERPUR Swasa Khurd 80.02 25.85 425 HAMIRPUR SUMERPUR Terha 80.23 25.84 426 HAMIRPUR SUMERPUR Terha 80.26 25.84 427 HAMIRPUR SUMERPUR Terha 80.24 25.82 428 HAMIRPUR SUMERPUR Vidokhar Purai 80.09 25.77 429 JALAUN DAKOR Air 79.51 25.94 430 JALAUN DAKOR Airi 79.47 25.91 431 JALAUN DAKOR Ait 79.23 25.89

432 JALAUN DAKOR Ajnara 79.54 25.99

Page173

433 JALAUN DAKOR Ajnari 79.43 25.96 434 JALAUN DAKOR Atariya 79.51 26.07 435 JALAUN DAKOR Bara Gaon 79.40 25.94 436 JALAUN DAKOR Barsar 79.35 25.84 437 JALAUN DAKOR Bhua 79.36 25.94 438 JALAUN DAKOR Chaursi 79.48 26.01 439 JALAUN DAKOR Dadari 79.57 25.95 440 JALAUN DAKOR Dadari 79.60 25.93 441 JALAUN DAKOR Dakore 79.44 25.87 442 JALAUN DAKOR Dhagwan Kalan 79.27 25.93 443 JALAUN DAKOR Dhamni Buzurg 79.52 25.96 444 JALAUN DAKOR Gurha 79.55 25.85 445 JALAUN DAKOR Haidalpur 79.48 25.86 446 JALAUN DAKOR Hardoi Gujar 79.29 25.99 447 JALAUN DAKOR Jagatpur Buzurg 79.46 26.08 448 JALAUN DAKOR Jaisari Khurd 79.40 25.86 449 JALAUN DAKOR Kahta 79.40 25.82 450 JALAUN DAKOR Karsan 79.42 26.01 451 JALAUN DAKOR Kharka 79.57 25.91 452 JALAUN DAKOR Khera Kalan 79.31 25.93 453 JALAUN DAKOR Kukar Gaon 79.41 26.05 454 JALAUN DAKOR Kuthonda 79.47 25.94 455 JALAUN DAKOR Minora Orai 79.36 26.01 456 JALAUN DAKOR Minora Orai 79.36 25.99 457 JALAUN DAKOR Mohana 79.44 25.82 458 JALAUN DAKOR Nandha 79.35 25.80 459 JALAUN DAKOR Nunbai 79.27 25.85 460 JALAUN DAKOR Orai MB 79.46 25.99 461 JALAUN DAKOR Pur 79.31 25.86 462 JALAUN DAKOR Said Nagar 79.27 25.82 463 JALAUN DAKOR Sarsoki 79.52 26.01 464 JALAUN DAKOR Sesa 79.36 25.90 465 JALAUN DAKOR Somai 79.28 25.90 466 JALAUN DAKOR Tikar 79.52 25.90 467 JALAUN JALAUN Aurekhi 79.31 26.18 468 JALAUN JALAUN Bhitara 79.35 26.12 469 JALAUN JALAUN Dhanauli 79.31 26.02 470 JALAUN JALAUN Garehana 79.43 26.13 471 JALAUN JALAUN Garhguvan 79.41 26.21 472 JALAUN JALAUN Gidhosa 79.30 26.07 473 JALAUN JALAUN Guplapurjalaun 79.45 26.23 474 JALAUN JALAUN Harduiraja 79.38 26.16 475 JALAUN JALAUN Haripura 79.36 26.19 476 JALAUN JALAUN Harkoti 79.36 26.07 477 JALAUN JALAUN Luna 79.32 26.11

478 JALAUN JALAUN Mandri 79.40 26.09

Page174

479 JALAUN JALAUN Salabad 79.29 26.15 480 JALAUN JALAUN Sikra Raja 79.26 26.11 481 JALAUN KADAURA Akbarpur 79.69 26.02 482 JALAUN KADAURA Akori 79.62 26.02 483 JALAUN KADAURA Babina 79.82 26.02 484 JALAUN KADAURA Baragawn 79.85 25.93 485 JALAUN KADAURA Bhadhrekhi 79.60 26.06 486 JALAUN KADAURA Chatela 79.81 25.94 487 JALAUN KADAURA Ekona 79.88 26.07 488 JALAUN KADAURA Etora Bavani 79.86 25.99 489 JALAUN KADAURA Gohana 79.90 26.02 490 JALAUN KADAURA Hajipur Saliya 79.78 25.90 491 JALAUN KADAURA Imiliya Bujurg 79.63 25.99 492 JALAUN KADAURA Jaksiya 79.93 26.05 493 JALAUN KADAURA Kahta(Hamirpur) 79.65 25.94 494 JALAUN KADAURA Karamchandpur 79.71 25.98 495 JALAUN KADAURA Kashirampur 79.73 26.07 496 JALAUN KADAURA Khutmila 79.91 25.98 497 JALAUN KADAURA Kutubpur 79.95 26.01 498 JALAUN KADAURA Lamsar 79.76 26.04 499 JALAUN KADAURA Margaya 79.77 25.98 500 JALAUN KADAURA Masgav 79.68 26.05 501 JALAUN KADAURA Naka 79.82 25.98 502 JALAUN KADAURA Okasa 79.56 26.05 503 JALAUN KADAURA Osargav 79.65 26.07 504 JALAUN KADAURA Pali 79.87 26.10 505 JALAUN KADAURA Parosa 2 79.86 26.02 506 JALAUN KADAURA Parsan 79.71 25.93 507 JALAUN KADAURA Suroli Mustkil 79.80 26.08 508 JALAUN KONCH Anda 79.18 25.94 509 JALAUN KONCH Basob 79.13 25.91 510 JALAUN KONCH Basti 79.18 26.05 511 JALAUN KONCH Bhadari 79.21 25.99 512 JALAUN KONCH Braoda Kalan 79.07 25.98 513 JALAUN KONCH Champatpura 79.26 26.05 514 JALAUN KONCH Chamrathakurpur 79.11 25.98 515 JALAUN KONCH Chhani 79.23 26.02 516 JALAUN KONCH Chhiraoli 79.20 25.82 517 JALAUN KONCH Hajipur 79.14 25.82 518 JALAUN KONCH Keolari 79.20 26.10 519 JALAUN KONCH Khoaha 79.21 26.08 520 JALAUN KONCH Kishunpura 79.07 25.94 521 JALAUN KONCH Konch MB 79.15 25.99 522 JALAUN KONCH Kudra Buzurg 79.10 26.02 523 JALAUN KONCH Lona 79.15 26.02

524 JALAUN KONCH Mawai Ait 79.21 25.85

Page175

525 JALAUN KONCH Pahargaon 79.06 25.88 526 JALAUN KONCH Pirona 79.15 25.86 527 JALAUN KONCH Satoh 79.20 25.91 528 JALAUN KONCH Shahpura 79.23 25.94 529 JALAUN KONCH Sunaya 79.11 25.93 530 JALAUN KUTHAUND Bastepur 79.39 26.27 531 JALAUN KUTHAUND Ladpur Mustakil 79.44 26.41 532 JALAUN KUTHAUND Lohai Mustakil 79.48 26.32 533 JALAUN KUTHAUND Masgaon Diwara 79.48 26.40 534 JALAUN KUTHAUND Muhammadpur 79.38 26.33 535 JALAUN KUTHAUND Randhirpur 79.45 26.35 536 JALAUN KUTHAUND Shekhpurbujurg 79.38 26.24 537 JALAUN KUTHAUND Sirsakalar 79.42 26.30 538 JALAUN KUTHAUND Surawali Jalaun 79.40 26.34 539 JALAUN KUTHAUND Tolakpur 79.37 26.39 540 JALAUN MADHOGANJ Asahana 79.11 26.29 541 JALAUN MADHOGANJ Bahora 79.24 26.24 542 JALAUN MADHOGANJ Chaki 79.27 26.20 543 JALAUN MADHOGANJ Galampura 79.15 26.27 544 JALAUN MADHOGANJ Kartalapur 79.35 26.29 545 JALAUN MADHOGANJ Nichawadi 79.18 26.22 546 JALAUN MADHOGANJ Padkula 79.29 26.27 547 JALAUN MADHOGANJ Ramhetpura 79.20 26.27 548 JALAUN MADHOGANJ Saravan 79.29 26.24 549 JALAUN MADHOGANJ Tajpura Avval 79.14 26.24 550 JALAUN MAHEVA Atrakala 79.48 26.21 551 JALAUN MAHEVA Bamhora 79.54 26.19 552 JALAUN MAHEVA Bhitari 79.48 26.27 553 JALAUN MAHEVA Binaura 79.48 26.11 554 JALAUN MAHEVA Charsoni 79.44 26.18 555 JALAUN MAHEVA Dahelkhand Dewara 79.64 26.20 556 JALAUN MAHEVA Gargawan 79.65 26.12 557 JALAUN MAHEVA Gora Kalan 79.62 26.16 558 JALAUN MAHEVA Haidarpur 79.55 26.09 559 JALAUN MAHEVA Kahna 79.60 26.09 560 JALAUN MAHEVA Kandaki Rihi Mustak 79.54 26.24 561 JALAUN MAHEVA Kiratpur 79.71 26.16 562 JALAUN MAHEVA Langarpur 79.72 26.10 563 JALAUN MAHEVA Lona 79.51 26.21 564 JALAUN MAHEVA Manpur 79.52 26.29 565 JALAUN MAHEVA Menupur Mustakil 79.73 26.17 566 JALAUN MAHEVA Musmirya 79.52 26.11 567 JALAUN MAHEVA Nadai 79.54 26.16 568 JALAUN MAHEVA Padri Divara 79.68 26.18 569 JALAUN MAHEVA Pal 79.61 26.23

570 JALAUN MAHEVA Sahrapur 79.68 26.10

Page176

571 JALAUN MAHEVA Satrahju 79.60 26.18 572 JALAUN MAHEVA Sohrapurata 79.49 26.15 573 JALAUN NADIGAON Amkhera 79.11 26.08 574 JALAUN NADIGAON Bargawan Madhaugarh 79.07 26.18 575 JALAUN NADIGAON Benda 78.97 25.99 576 JALAUN NADIGAON Bhagwantpura 79.12 26.12 577 JALAUN NADIGAON Burhiya 79.01 26.03 578 JALAUN NADIGAON Dang Khajuri 79.00 26.10 579 JALAUN NADIGAON Dongarpura 79.05 26.07 580 JALAUN NADIGAON Gobardhanpura 79.15 26.10 581 JALAUN NADIGAON Gopalpura 79.07 26.23 582 JALAUN NADIGAON Gopalpura 79.10 26.24 583 JALAUN NADIGAON Khaksis 79.23 26.16 584 JALAUN NADIGAON Khilli Konch 79.01 25.96 585 JALAUN NADIGAON Kudari Madhogarh 79.16 26.16 586 JALAUN NADIGAON Lahudi 79.01 26.19 587 JALAUN NADIGAON Magraul 79.12 26.19 588 JALAUN NADIGAON Mahatwani Madhogarh 79.19 26.15 589 JALAUN NADIGAON Naoli 79.03 26.16 590 JALAUN NADIGAON Rura Sirsa 79.22 26.18 591 JALAUN NADIGAON Sami 79.06 26.01 592 JALAUN NADIGAON Simora 79.06 26.12 593 JALAUN NADIGAON Singpura 78.97 26.02 594 JALAUN RAMPURA Bhitaura 79.20 26.42 595 JALAUN RAMPURA Bilaund 79.15 26.43 596 JALAUN RAMPURA Fatehpur Kala 79.23 26.35 597 JALAUN RAMPURA Hanumantpura 79.11 26.36 598 JALAUN RAMPURA Jajepura 79.23 26.32 599 JALAUN RAMPURA Kanhapura 79.26 26.33 600 JALAUN RAMPURA Kasba 79.18 26.32 601 JALAUN RAMPURA Mahmoodpur 79.26 26.41 602 JALAUN RAMPURA Mirzapur Jagir 79.11 26.40 603 JALAUN RAMPURA Nawada 79.32 26.33 604 JALAUN RAMPURA Nawar 79.29 26.35 605 JALAUN RAMPURA Nimgaon 79.35 26.34 606 JALAUN RAMPURA Patrahi 79.31 26.40 607 JALAUN RAMPURA Rampura 79.20 26.34 608 JALAUN RAMPURA Silauva Bujurg 79.15 26.32 609 JALAUN RAMPURA Silli 79.15 26.39 610 JALAUN RAMPURA Udotpura Jagir 79.23 26.39 611 MAHOBA CHARKHARI Akathauha 79.70 25.41 612 MAHOBA CHARKHARI Baihari 79.86 25.49 613 MAHOBA CHARKHARI Bambhauri Kalan 79.86 25.43 614 MAHOBA CHARKHARI Bamnetha 79.78 25.44 615 MAHOBA CHARKHARI Bamohauri Khurd 79.70 25.48

616 MAHOBA CHARKHARI Bamrara 79.83 25.43

Page177

617 MAHOBA CHARKHARI Bapretha 79.64 25.48 618 MAHOBA CHARKHARI Barayan 79.92 25.57 619 MAHOBA CHARKHARI Bhatewara Kalan 79.57 25.43 620 MAHOBA CHARKHARI Chandauli 79.69 25.52 621 MAHOBA CHARKHARI Chandauli 79.73 25.52 622 MAHOBA CHARKHARI Charkhari (MB) 79.74 25.39 623 MAHOBA CHARKHARI Fatehpur 79.79 25.41 624 MAHOBA CHARKHARI Gorkha 79.65 25.40 625 MAHOBA CHARKHARI Gudha 79.67 25.43 626 MAHOBA CHARKHARI Imaliya Dang 79.85 25.40 627 MAHOBA CHARKHARI Jaraula 79.58 25.47 628 MAHOBA CHARKHARI Jaswari 79.77 25.49 629 MAHOBA CHARKHARI Karahara Khurd 79.61 25.47 630 MAHOBA CHARKHARI Luhupuri 79.73 25.43 631 MAHOBA CHARKHARI Natarra 79.83 25.46 632 MAHOBA CHARKHARI Padora 79.90 25.53 633 MAHOBA CHARKHARI Pahretha 79.84 25.52 634 MAHOBA CHARKHARI Patha 79.90 25.49 635 MAHOBA CHARKHARI Ragaul 79.66 25.47 636 MAHOBA CHARKHARI Rupnagar 79.76 25.41 637 MAHOBA CHARKHARI Supa 79.74 25.32 638 MAHOBA CHARKHARI Supa 79.76 25.34 639 MAHOBA CHARKHARI Tola Soyam 79.73 25.22 640 MAHOBA JAITPUR Ajnar 79.52 25.22 641 MAHOBA JAITPUR Akauni 79.61 25.23 642 MAHOBA JAITPUR Arghat Mau 79.62 25.19 643 MAHOBA JAITPUR Ari 79.46 25.19 644 MAHOBA JAITPUR Bagaul 79.63 25.35 645 MAHOBA JAITPUR Baghaura 79.41 25.14 646 MAHOBA JAITPUR Bamhauri Khurd 79.69 25.32 647 MAHOBA JAITPUR Bamnaura 79.53 25.15 648 MAHOBA JAITPUR Baura 79.61 25.32 649 MAHOBA JAITPUR Bhadarwara 79.65 25.23 650 MAHOBA JAITPUR Budhi 79.61 25.37 651 MAHOBA JAITPUR Budhwara 79.44 25.14 652 MAHOBA JAITPUR Chhitarwara 79.52 25.29 653 MAHOBA JAITPUR Dhanawan 79.61 25.43 654 MAHOBA JAITPUR Dinai 79.54 25.40 655 MAHOBA JAITPUR Dwasi 79.58 25.34 656 MAHOBA JAITPUR Jaitpur 79.55 25.28 657 MAHOBA JAITPUR Karahara Dang 79.69 25.26 658 MAHOBA JAITPUR Khiria Jadid 79.69 25.23 659 MAHOBA JAITPUR Kulpahar (NP) 79.65 25.32 660 MAHOBA JAITPUR Kulpahar(Rural) 79.69 25.35 661 MAHOBA JAITPUR Mahua Itaura 79.51 25.39

662 MAHOBA JAITPUR Mudhari 79.63 25.26

Page178

663 MAHOBA JAITPUR Pasanabad 79.49 25.14 664 MAHOBA JAITPUR Purwa Jaitpur 79.55 25.20 665 MAHOBA JAITPUR Ragaulia Khurd 79.66 25.20 666 MAHOBA JAITPUR Supa 79.73 25.35 667 MAHOBA JAITPUR Tikariya Jaitpur 79.46 25.23 668 MAHOBA JAITPUR Vijaypur 79.59 25.40 669 MAHOBA KABRAI Baghwa 80.02 25.40 670 MAHOBA KABRAI Bagraun 79.82 25.35 671 MAHOBA KABRAI Bara 79.81 25.20 672 MAHOBA KABRAI Bhatewar 79.89 25.40 673 MAHOBA KABRAI Bila Dakshin 80.03 25.37 674 MAHOBA KABRAI Bilbai 79.88 25.35 675 MAHOBA KABRAI Bilbai 79.89 25.32 676 MAHOBA KABRAI Chhani Kalan 80.01 25.48 677 MAHOBA KABRAI Chhikahra 79.86 25.37 678 MAHOBA KABRAI Daharra 79.96 25.35 679 MAHOBA KABRAI Darhat Maaf 79.94 25.32 680 MAHOBA KABRAI Dharaon 79.95 25.43 681 MAHOBA KABRAI Fatehpur Bajaria 79.85 25.32 682 MAHOBA KABRAI Ganj 79.93 25.39 683 MAHOBA KABRAI Gauodhi 79.98 25.60 684 MAHOBA KABRAI Gauodhi 79.98 25.57 685 MAHOBA KABRAI Ghut Bai 79.94 25.28 686 MAHOBA KABRAI Gopal Pura 79.85 25.18 687 MAHOBA KABRAI Imilia 79.73 25.14 688 MAHOBA KABRAI Kabrai 79.98 25.38 689 MAHOBA KABRAI Kabrai (NP) 80.00 25.40 690 MAHOBA KABRAI Kaimaha 79.77 25.14 691 MAHOBA KABRAI Kharka 80.10 25.36 692 MAHOBA KABRAI Kheoraiya Jeyraiya 79.81 25.12 693 MAHOBA KABRAI Kumdaora Maaf 79.92 25.25 694 MAHOBA KABRAI Mahewa 80.01 25.43 695 MAHOBA KABRAI Mahoba (MB) 79.87 25.28 696 MAHOBA KABRAI Makarbai 80.03 25.35 697 MAHOBA KABRAI Mawai 79.85 25.14 698 MAHOBA KABRAI Nanaora 79.70 25.19 699 MAHOBA KABRAI Nathoopura 79.82 25.32 700 MAHOBA KABRAI Pahra 80.06 25.36 701 MAHOBA KABRAI Pidari 79.98 25.49 702 MAHOBA KABRAI Pipra Maaf 79.69 25.15 703 MAHOBA KABRAI Raipura Kalan 79.79 25.27 704 MAHOBA KABRAI Raipura Kalan 79.78 25.30 705 MAHOBA KABRAI Ratauli 79.98 25.31 706 MAHOBA KABRAI Shah Pahari 79.90 25.26 707 MAHOBA KABRAI Sijahri 79.78 25.23

708 MAHOBA KABRAI Sijaria 79.85 25.11

Page179

709 MAHOBA KABRAI Sindhanpur Baghari 79.94 25.48 710 MAHOBA KABRAI Sri Nagar 79.77 25.18 711 MAHOBA KABRAI Surha 79.95 25.52 712 MAHOBA KABRAI Tindaoli 79.84 25.23 713 MAHOBA PANWARI Budhaura 79.53 25.44 714 MAHOBA PANWARI Chamarra 79.36 25.35 715 MAHOBA PANWARI Dhawar 79.43 25.37 716 MAHOBA PANWARI Dulara 79.48 25.31 717 MAHOBA PANWARI Imiliya 79.43 25.27 718 MAHOBA PANWARI Jakhi 79.43 25.44 719 MAHOBA PANWARI Kashipura 79.31 25.36 720 MAHOBA PANWARI Khagri 79.49 25.48 721 MAHOBA PANWARI Kotra 79.37 25.40 722 MAHOBA PANWARI Kunata 79.53 25.36 723 MAHOBA PANWARI Natarra 79.55 25.48 724 MAHOBA PANWARI Richhara 79.40 25.36 725 MAHOBA PANWARI Rivai 79.47 25.34 726 MAHOBA PANWARI Rupnaul 79.37 25.44 727 MAHOBA PANWARI Ruri Kalan 79.44 25.32 728 MAHOBA PANWARI Saragpura 79.47 25.40 729 MAHOBA PANWARI Saudhi 79.39 25.49 730 MAHOBA PANWARI Saudhi 79.45 25.48

Page180

Village wise list of Micro level Hydrogeological data Acquisition including Ground Water Quality in 6 districts of Bundelkhand,M.P Sr Dist Block Long Lati 1 CHHATARPUR BADA MALHERA 80.1226 24.8278 2 CHHATARPUR BADA MALHERA 80.1671 24.9317 3 CHHATARPUR BADA MALHERA 80.2053 24.8639 4 CHHATARPUR BADA MALHERA 80.2742 24.8831 5 CHHATARPUR BADA MALHERA 80.224 24.973 6 CHHATARPUR BADA MALHERA 80.4371 25.007 7 CHHATARPUR BADA MALHERA 80.3049 24.9788 8 CHHATARPUR BADA MALHERA 80.3273 24.912 9 CHHATARPUR BADA MALHERA 80.5153 25.081 10 CHHATARPUR BADA MALHERA 80.4156 25.0418 11 CHHATARPUR BADA MALHERA 80.353 24.973 12 CHHATARPUR BADA MALHERA 80.2127 24.9033 13 CHHATARPUR BADA MALHERA 80.0706 24.9129 14 CHHATARPUR BADA MALHERA 80.1253 24.8889 15 CHHATARPUR BADA MALHERA 80.1783 24.8825 16 CHHATARPUR BADA MALHERA 80.1694 24.8313 17 CHHATARPUR BADA MALHERA 80.2453 24.9458 18 CHHATARPUR BADA MALHERA 80.3185 24.9402 19 CHHATARPUR BADA MALHERA 80.2577 25.0018 20 CHHATARPUR BADA MALHERA 80.3256 24.9578 21 CHHATARPUR BADA MALHERA 80.2868 24.9586 22 CHHATARPUR BADA MALHERA 80.3847 24.9778 23 CHHATARPUR BADA MALHERA 80.4138 25.017 24 CHHATARPUR BADA MALHERA 79.0332 24.418 25 CHHATARPUR BADA MALHERA 79.0538 24.4604 26 CHHATARPUR BADA MALHERA 79.0542 24.5043 27 CHHATARPUR BADA MALHERA 79.2606 24.5176 28 CHHATARPUR BADA MALHERA 79.0533 24.5611 29 CHHATARPUR BADA MALHERA 79.3789 24.5104 30 CHHATARPUR BADA MALHERA 79.2253 24.5825 31 CHHATARPUR BADA MALHERA 79.279 24.6039 32 CHHATARPUR BADA MALHERA 79.2698 24.6497 33 CHHATARPUR BADA MALHERA 79.3327 24.6375 34 CHHATARPUR BADA MALHERA 79.3638 24.573 35 CHHATARPUR BADA MALHERA 79.1775 24.5191 36 CHHATARPUR BIJAWAR 79.366 24.7311 37 CHHATARPUR BIJAWAR 79.1164 24.4418 38 CHHATARPUR BIJAWAR 79.24 24.4602 39 CHHATARPUR BIJAWAR 79.1022 24.5119 40 CHHATARPUR BIJAWAR 79.2945 24.5103 41 CHHATARPUR BIJAWAR 79.3919 24.5631

Page181

42 CHHATARPUR BIJAWAR 79.1401 24.5998 43 CHHATARPUR BIJAWAR 79.0828 24.6111 44 CHHATARPUR BIJAWAR 79.0249 24.5094 45 CHHATARPUR BIJAWAR 79.3356 24.7123 46 CHHATARPUR BIJAWAR 79.2099 24.6131 47 CHHATARPUR BIJAWAR 79.3887 24.6181 48 CHHATARPUR BIJAWAR 79.2057 24.4668 49 CHHATARPUR BIJAWAR 79.2499 24.5407 50 CHHATARPUR BIJAWAR 79.0884 24.5701 51 CHHATARPUR BIJAWAR 79.0913 24.5395 52 CHHATARPUR BIJAWAR 79.3139 24.5523 53 CHHATARPUR BIJAWAR 79.1813 24.4844 54 CHHATARPUR BIJAWAR 79.1637 24.5833 55 CHHATARPUR BIJAWAR 79.1436 24.5577 56 CHHATARPUR BIJAWAR 79.4287 24.5174 57 CHHATARPUR BIJAWAR 79.3086 24.4842 58 CHHATARPUR BIJAWAR 79.023 24.4719 59 CHHATARPUR BIJAWAR 79.0108 24.7315 60 CHHATARPUR BIJAWAR 79.1198 24.7361 61 CHHATARPUR BIJAWAR 79.2273 24.724 62 CHHATARPUR BIJAWAR 79.0745 24.8346 63 CHHATARPUR BIJAWAR 79.1599 24.7852 64 CHHATARPUR BIJAWAR 79.2484 24.7931 65 CHHATARPUR BIJAWAR 79.1656 24.8804 66 CHHATARPUR BIJAWAR 79.3229 24.9429 67 CHHATARPUR BIJAWAR 79.2376 24.879 68 CHHATARPUR BIJAWAR 79.2077 24.8533 69 CHHATARPUR BIJAWAR 79.1866 24.6437 70 CHHATARPUR BIJAWAR 79.3092 24.9609 71 CHHATARPUR BIJAWAR 79.2801 24.8913 72 CHHATARPUR BIJAWAR 79.2925 24.8241 73 CHHATARPUR BIJAWAR 79.2854 24.7392 74 CHHATARPUR BIJAWAR 79.2757 24.6872 75 CHHATARPUR BIJAWAR 79.2078 24.6872 76 CHHATARPUR BIJAWAR 79.1707 24.7368 77 CHHATARPUR BIJAWAR 79.2104 24.7776 78 CHHATARPUR BIJAWAR 79.1778 24.8313 79 CHHATARPUR BIJAWAR 79.0949 24.8633 80 CHHATARPUR BIJAWAR 79.124 24.8953 81 CHHATARPUR BIJAWAR 79.191 24.9225 82 CHHATARPUR BIJAWAR 79.041 24.8569 83 CHHATARPUR BIJAWAR 79.0384 24.7888 84 CHHATARPUR BIJAWAR 79.0578 24.7288 85 CHHATARPUR BIJAWAR 79.0904 24.6984 86 CHHATARPUR BIJAWAR 79.094 24.7744

87 CHHATARPUR BIJAWAR 79.1372 24.8057

Page182

88 CHHATARPUR BIJAWAR 79.1337 24.8393 89 CHHATARPUR BIJAWAR 79.2369 24.8417 90 CHHATARPUR BIJAWAR 79.2228 24.8161 91 CHHATARPUR BUXWAHA 78.9961 23.9245 92 CHHATARPUR BUXWAHA 79.0732 23.978 93 CHHATARPUR BUXWAHA 79.1637 24.0473 94 CHHATARPUR BUXWAHA 79.0728 24.0674 95 CHHATARPUR BUXWAHA 78.9181 24.0109 96 CHHATARPUR BUXWAHA 78.8327 24.1158 97 CHHATARPUR BUXWAHA 78.7717 24.006 98 CHHATARPUR BUXWAHA 78.7174 24.183 99 CHHATARPUR BUXWAHA 78.7214 24.0983 100 CHHATARPUR BUXWAHA 78.9351 23.9374 101 CHHATARPUR BUXWAHA 78.9988 24.0703 102 CHHATARPUR BUXWAHA 78.7605 24.2011 103 CHHATARPUR BUXWAHA 78.7587 24.1625 104 CHHATARPUR BUXWAHA 78.7817 24.0965 105 CHHATARPUR BUXWAHA 78.8364 24.0466 106 CHHATARPUR BUXWAHA 78.9969 24.0112 107 CHHATARPUR BUXWAHA 78.9952 23.9645 108 CHHATARPUR BUXWAHA 79.0693 24.016 109 CHHATARPUR BUXWAHA 79.1328 24.0096 110 CHHATARPUR BUXWAHA 79.1099 24.0466 111 CHHATARPUR BUXWAHA 78.8716 24.0096 112 CHHATARPUR BUXWAHA 78.7993 23.9999 113 CHHATARPUR BUXWAHA 78.7446 24.0337 114 CHHATARPUR BUXWAHA 78.727 24.0096 115 CHHATARPUR BUXWAHA 78.7658 23.9693 116 CHHATARPUR BUXWAHA 78.9705 23.9001 117 CHHATARPUR BUXWAHA 78.9422 24.0273 118 CHHATARPUR BUXWAHA 78.854 24.0949 119 CHHATARPUR BUXWAHA 78.8364 24.1577 120 CHHATARPUR BUXWAHA 78.7869 24.1367 121 CHHATARPUR BUXWAHA 78.7199 24.1383 122 CHHATARPUR CHHATARPUR 78.8928 24.0418 123 CHHATARPUR CHHATARPUR 79.2057 24.1067 124 CHHATARPUR CHHATARPUR 79.2857 24.0192 125 CHHATARPUR CHHATARPUR 79.4085 24.0376 126 CHHATARPUR CHHATARPUR 79.386 24.1181 127 CHHATARPUR CHHATARPUR 79.4825 24.1201 128 CHHATARPUR CHHATARPUR 79.595 24.1661 129 CHHATARPUR CHHATARPUR 79.4328 24.2136 130 CHHATARPUR CHHATARPUR 79.3652 24.178 131 CHHATARPUR CHHATARPUR 79.4549 24.2956 132 CHHATARPUR CHHATARPUR 79.5499 24.2029

133 CHHATARPUR CHHATARPUR 79.5086 24.3183

Page183

134 CHHATARPUR CHHATARPUR 79.5792 24.2583 135 CHHATARPUR CHHATARPUR 79.5007 24.2503 136 CHHATARPUR CHHATARPUR 79.4381 24.2495 137 CHHATARPUR CHHATARPUR 79.476 24.203 138 CHHATARPUR CHHATARPUR 79.5139 24.1534 139 CHHATARPUR CHHATARPUR 79.4672 24.1638 140 CHHATARPUR CHHATARPUR 79.4292 24.1294 141 CHHATARPUR CHHATARPUR 79.4063 24.0677 142 CHHATARPUR CHHATARPUR 79.4742 24.0974 143 CHHATARPUR CHHATARPUR 79.2854 24.1022 144 CHHATARPUR CHHATARPUR 79.2395 24.0629 145 CHHATARPUR CHHATARPUR 79.1919 24.0806 146 CHHATARPUR CHHATARPUR 79.2095 24.0277 147 CHHATARPUR CHHATARPUR 79.2607 24.0309 148 CHHATARPUR CHHATARPUR 79.3498 24.0077 149 CHHATARPUR CHHATARPUR 79.3975 24.0141 150 CHHATARPUR CHHATARPUR 79.3375 24.0477 151 CHHATARPUR CHHATARPUR 79.3022 24.0645 152 CHHATARPUR CHHATARPUR 79.3463 24.1046 153 CHHATARPUR CHHATARPUR 79.3675 24.1446 154 CHHATARPUR CHHATARPUR 79.3313 24.1694 155 CHHATARPUR CHHATARPUR 79.5078 24.1774 156 CHHATARPUR CHHATARPUR 79.4363 24.1854 157 CHHATARPUR CHHATARPUR 78.7688 25.9807 158 CHHATARPUR GAURIHAR 78.8428 25.9211 159 CHHATARPUR GAURIHAR 78.6732 25.8981 160 CHHATARPUR GAURIHAR 78.7472 25.8825 161 CHHATARPUR GAURIHAR 78.794 25.8329 162 CHHATARPUR GAURIHAR 78.7043 25.8407 163 CHHATARPUR GAURIHAR 78.7322 25.777 164 CHHATARPUR GAURIHAR 78.7499 25.6643 165 CHHATARPUR GAURIHAR 78.6661 25.5875 166 CHHATARPUR GAURIHAR 78.7367 25.6183 167 CHHATARPUR GAURIHAR 78.7984 25.6361 168 CHHATARPUR GAURIHAR 78.7525 25.7009 169 CHHATARPUR GAURIHAR 78.7243 25.7511 170 CHHATARPUR GAURIHAR 78.7578 25.7689 171 CHHATARPUR GAURIHAR 78.7561 25.8418 172 CHHATARPUR GAURIHAR 78.8302 25.8693 173 CHHATARPUR GAURIHAR 78.7702 25.9276 174 CHHATARPUR GAURIHAR 78.7508 25.9584 175 CHHATARPUR GAURIHAR 78.712 25.8855 176 CHHATARPUR GAURIHAR 78.6573 25.858 177 CHHATARPUR GAURIHAR 78.8514 25.8871 178 CHHATARPUR GAURIHAR 78.8531 25.8175

179 CHHATARPUR GAURIHAR 78.6925 25.7916

Page184

180 CHHATARPUR GAURIHAR 78.779 25.6701 181 CHHATARPUR GAURIHAR 78.682 25.9616 182 CHHATARPUR GAURIHAR 79.5096 24.6849 183 CHHATARPUR GAURIHAR 79.5746 24.6602 184 CHHATARPUR GAURIHAR 79.5465 24.6125 185 CHHATARPUR GAURIHAR 79.6127 24.5508 186 CHHATARPUR GAURIHAR 79.766 24.5778 187 CHHATARPUR GAURIHAR 79.3668 24.673 188 CHHATARPUR GAURIHAR 79.5047 24.7605 189 CHHATARPUR GAURIHAR 79.5204 24.725 190 CHHATARPUR GAURIHAR 79.6175 24.4522 191 CHHATARPUR GAURIHAR 79.7126 24.6203 192 CHHATARPUR GAURIHAR 79.8531 24.5481 193 CHHATARPUR LAUNDI 79.8348 24.4319 194 CHHATARPUR LAUNDI 79.4898 24.4532 195 CHHATARPUR LAUNDI 79.4596 24.6517 196 CHHATARPUR LAUNDI 79.748 24.4919 197 CHHATARPUR LAUNDI 79.7205 24.4244 198 CHHATARPUR LAUNDI 79.7417 24.4333 199 CHHATARPUR LAUNDI 79.783 24.4936 200 CHHATARPUR LAUNDI 79.7991 24.4221 201 CHHATARPUR LAUNDI 79.8609 24.4806 202 CHHATARPUR LAUNDI 79.4625 24.7478 203 CHHATARPUR LAUNDI 79.4572 24.7353 204 CHHATARPUR LAUNDI 79.4503 24.6888 205 CHHATARPUR LAUNDI 79.4547 24.5711 206 CHHATARPUR LAUNDI 79.5095 24.4845 207 CHHATARPUR LAUNDI 79.5697 24.5164 208 CHHATARPUR LAUNDI 79.5806 24.4915 209 CHHATARPUR LAUNDI 79.6236 24.6088 210 CHHATARPUR LAUNDI 79.549 24.5832 211 CHHATARPUR LAUNDI 79.5053 24.5947 212 CHHATARPUR LAUNDI 79.4692 24.5277 213 CHHATARPUR LAUNDI 79.747 24.5535 214 CHHATARPUR LAUNDI 79.6704 24.506 215 CHHATARPUR LAUNDI 79.6557 24.4024 216 CHHATARPUR LAUNDI 79.8493 24.3769 217 CHHATARPUR LAUNDI 79.8058 24.599 218 CHHATARPUR LAUNDI 79.3262 24.7433 219 CHHATARPUR LAUNDI 79.346 24.7772 220 CHHATARPUR LAUNDI 79.385 24.7165 221 CHHATARPUR LAUNDI 79.4208 24.6097 222 CHHATARPUR LAUNDI 79.5172 24.4251 223 CHHATARPUR LAUNDI 79.5227 24.5508 224 CHHATARPUR LAUNDI 79.5439 24.6604

225 CHHATARPUR NOWGAON 79.6774 24.5604

Page185

226 CHHATARPUR NOWGAON 79.5805 24.7232 227 CHHATARPUR NOWGAON 79.8068 24.6403 228 CHHATARPUR NOWGAON 79.6717 24.6495 229 CHHATARPUR NOWGAON 79.474 24.3992 230 CHHATARPUR NOWGAON 79.5114 24.6409 231 CHHATARPUR NOWGAON 79.5489 24.4757 232 CHHATARPUR NOWGAON 79.6483 24.5794 233 CHHATARPUR NOWGAON 79.5997 24.6841 234 CHHATARPUR NOWGAON 79.6636 24.4883 235 CHHATARPUR NOWGAON 79.7393 24.5903 236 CHHATARPUR NOWGAON 79.7851 24.6341 237 CHHATARPUR NOWGAON 78.1452 24.0501 238 CHHATARPUR NOWGAON 78.2353 24.1225 239 CHHATARPUR NOWGAON 78.1598 24.1276 240 CHHATARPUR NOWGAON 78.1444 24.18 241 CHHATARPUR NOWGAON 78.2231 24.1602 242 CHHATARPUR NOWGAON 78.2605 24.2202 243 CHHATARPUR NOWGAON 78.1303 24.2431 244 CHHATARPUR NOWGAON 78.2826 24.2639 245 CHHATARPUR NOWGAON 78.1968 24.3074 246 CHHATARPUR NOWGAON 78.2223 24.3662 247 CHHATARPUR NOWGAON 78.3042 24.4129 248 CHHATARPUR NOWGAON 78.1729 24.045 249 CHHATARPUR NOWGAON 78.1711 24.0804 250 CHHATARPUR NOWGAON 78.1464 24.0836 251 CHHATARPUR NOWGAON 78.1958 24.1045 252 CHHATARPUR NOWGAON 78.1817 24.1416 253 CHHATARPUR NOWGAON 78.1535 24.1593 254 CHHATARPUR NOWGAON 78.2276 24.1947 255 CHHATARPUR NOWGAON 78.1729 24.2059 256 CHHATARPUR NOWGAON 78.1147 24.2913 257 CHHATARPUR NOWGAON 78.1764 24.2703 258 CHHATARPUR NOWGAON 78.2382 24.2591 259 CHHATARPUR RAJNAGAR 78.2876 24.28 260 CHHATARPUR RAJNAGAR 78.3141 24.3363 261 CHHATARPUR RAJNAGAR 78.3317 24.3798 262 CHHATARPUR RAJNAGAR 78.2629 24.4184 263 CHHATARPUR RAJNAGAR 78.1958 24.3878 264 CHHATARPUR RAJNAGAR 78.1535 24.346 265 CHHATARPUR RAJNAGAR 78.2594 24.3299 266 CHHATARPUR RAJNAGAR 78.2399 24.2993 267 CHHATARPUR RAJNAGAR 78.2735 24.3717 268 CHHATARPUR RAJNAGAR 78.3282 24.288 269 CHHATARPUR RAJNAGAR 79.0958 24.1961 270 CHHATARPUR RAJNAGAR 79.1362 24.1516

271 CHHATARPUR RAJNAGAR 79.1849 24.2512

Page186

272 CHHATARPUR RAJNAGAR 79.2327 24.2115 273 CHHATARPUR RAJNAGAR 79.2822 24.1883 274 CHHATARPUR RAJNAGAR 79.3706 24.4426 275 CHHATARPUR RAJNAGAR 79.2718 24.395 276 CHHATARPUR RAJNAGAR 79.2822 24.3123 277 CHHATARPUR RAJNAGAR 79.3302 24.264 278 CHHATARPUR RAJNAGAR 79.2523 24.2772 279 CHHATARPUR RAJNAGAR 79.1908 24.16 280 CHHATARPUR RAJNAGAR 79.3531 24.2061 281 CHHATARPUR RAJNAGAR 79.3705 24.2596 282 CHHATARPUR RAJNAGAR 79.4428 24.4558 283 CHHATARPUR RAJNAGAR 79.4257 24.4178 284 CHHATARPUR RAJNAGAR 79.1182 24.1738 285 CHHATARPUR RAJNAGAR 79.2365 24.2355 286 CHHATARPUR RAJNAGAR 79.1679 24.2074 287 CHHATARPUR RAJNAGAR 79.1055 24.2321 288 CHHATARPUR RAJNAGAR 79.2671 24.2568 289 CHHATARPUR RAJNAGAR 79.3022 24.2072 290 CHHATARPUR RAJNAGAR 79.3852 24.3581 291 CHHATARPUR RAJNAGAR 79.3525 24.3684 292 CHHATARPUR RAJNAGAR 79.1944 24.3468 293 CHHATARPUR RAJNAGAR 79.1557 24.3705 294 CHHATARPUR RAJNAGAR 79.2743 24.3543 295 CHHATARPUR RAJNAGAR 79.2804 24.4422 296 CHHATARPUR RAJNAGAR 79.3326 24.4225 297 CHHATARPUR RAJNAGAR 79.2008 24.2871 298 CHHATARPUR RAJNAGAR 79.3748 24.2963 299 CHHATARPUR RAJNAGAR 79.1925 24.2238 300 CHHATARPUR RAJNAGAR 79.6548 25.0155 301 CHHATARPUR RAJNAGAR 79.6144 24.9415 302 CHHATARPUR RAJNAGAR 79.6196 24.8217 303 CHHATARPUR RAJNAGAR 79.3869 24.824 304 CHHATARPUR RAJNAGAR 79.4118 24.9719 305 CHHATARPUR RAJNAGAR 79.5148 24.9485 306 CHHATARPUR RAJNAGAR 79.4899 24.8824 307 CHHATARPUR RAJNAGAR 79.3335 24.8441 308 CHHATARPUR RAJNAGAR 79.5981 24.8894 309 CHHATARPUR RAJNAGAR 79.5516 24.9921 310 DAMOH BATIYAGARH 79.511 24.8302 311 DAMOH BATIYAGARH 79.6556 24.7804 312 DAMOH BATIYAGARH 79.3514 24.9784 313 DAMOH BATIYAGARH 79.5527 25.0338 314 DAMOH BATIYAGARH 79.6801 24.931 315 DAMOH BATIYAGARH 79.729 24.8703 316 DAMOH BATIYAGARH 79.6162 24.7462

317 DAMOH BATIYAGARH 79.411 24.7724

Page187

318 DAMOH BATIYAGARH 79.3587 24.9186 319 DAMOH BATIYAGARH 79.4398 24.9195 320 DAMOH BATIYAGARH 79.4012 24.888 321 DAMOH BATIYAGARH 79.4486 24.8601 322 DAMOH BATIYAGARH 79.5395 24.7972 323 DAMOH BATIYAGARH 79.603 24.7887 324 DAMOH BATIYAGARH 79.665 24.8574 325 DAMOH BATIYAGARH 79.6342 24.8986 326 DAMOH BATIYAGARH 79.56 24.9261 327 DAMOH BATIYAGARH 79.6181 24.9961 328 DAMOH BATIYAGARH 79.4833 24.9873 329 DAMOH BATIYAGARH 79.4657 24.9505 330 DAMOH BATIYAGARH 79.5629 24.8588 331 DAMOH BATIYAGARH 79.4501 24.8056 332 DAMOH BATIYAGARH 79.3294 24.7892 333 DAMOH BATIYAGARH 79.6181 24.8574 334 DAMOH BATIYAGARH 79.5873 24.974 335 DAMOH BATIYAGARH 79.5908 25.0364 336 DAMOH BATIYAGARH 79.518 23.9605 337 DAMOH BATIYAGARH 79.5709 23.9293 338 DAMOH BATIYAGARH 79.6524 23.8166 339 DAMOH BATIYAGARH 79.4851 23.8695 340 DAMOH BATIYAGARH 79.5649 23.7986 341 DAMOH BATIYAGARH 79.6045 23.7686 342 DAMOH BATIYAGARH 79.5617 23.708 343 DAMOH BATIYAGARH 79.4651 23.7785 344 DAMOH DAMOH 79.3908 23.8149 345 DAMOH DAMOH 79.4315 23.7158 346 DAMOH DAMOH 79.4143 23.5537 347 DAMOH DAMOH 79.4689 23.9461 348 DAMOH DAMOH 79.5333 23.9092 349 DAMOH DAMOH 79.6357 23.8644 350 DAMOH DAMOH 79.6974 23.8764 351 DAMOH DAMOH 79.5183 23.8092 352 DAMOH DAMOH 79.4231 23.8508 353 DAMOH DAMOH 79.5616 23.8364 354 DAMOH DAMOH 79.5739 23.8748 355 DAMOH DAMOH 79.3613 23.7219 356 DAMOH DAMOH 79.3507 23.5618 357 DAMOH DAMOH 79.3313 23.4938 358 DAMOH DAMOH 79.3525 23.4665 359 DAMOH DAMOH 79.3913 23.4978 360 DAMOH DAMOH 79.3772 23.5314 361 DAMOH DAMOH 79.4478 23.6082 362 DAMOH DAMOH 79.3736 23.633

363 DAMOH DAMOH 79.4001 23.6026

Page188

364 DAMOH DAMOH 79.4742 23.6563 365 DAMOH DAMOH 79.4072 23.6827 366 DAMOH DAMOH 79.3507 23.6891 367 DAMOH DAMOH 79.5183 23.6827 368 DAMOH DAMOH 79.4089 23.7531 369 DAMOH DAMOH 78.2902 25.7297 370 DAMOH DAMOH 78.3233 25.779 371 DAMOH DAMOH 78.3709 25.6833 372 DAMOH DAMOH 78.4386 25.774 373 DAMOH DAMOH 78.4484 25.6177 374 DAMOH DAMOH 78.5272 25.5936 375 DAMOH DAMOH 78.6342 25.595 376 DAMOH DAMOH 78.6928 25.6811 377 DAMOH HATTA 78.6669 25.7673 378 DAMOH HATTA 78.5665 25.7637 379 DAMOH HATTA 78.5157 25.7297 380 DAMOH HATTA 78.5921 25.6957 381 DAMOH HATTA 78.6291 25.6308 382 DAMOH HATTA 78.5464 25.6514 383 DAMOH HATTA 78.427 25.7035 384 DAMOH HATTA 78.4658 25.7234 385 DAMOH HATTA 78.3652 25.8109 386 DAMOH HATTA 78.3264 25.5428 387 DAMOH HATTA 78.3723 25.5738 388 DAMOH HATTA 78.3441 25.6168 389 DAMOH HATTA 78.4111 25.5993 390 DAMOH HATTA 78.6149 25.6558 391 DAMOH HATTA 78.6661 25.7067 392 DAMOH HATTA 78.6264 25.7393 393 DAMOH HATTA 78.5408 25.7003 394 DAMOH HATTA 78.4393 25.678 395 DAMOH HATTA 78.3732 25.6438 396 DAMOH JABERA 78.3635 25.7401 397 DAMOH JABERA 78.4993 25.7496 398 DAMOH JABERA 78.3913 25.7744 399 DAMOH JABERA 78.3419 25.701 400 DAMOH JABERA 78.3587 25.5421 401 DAMOH JABERA 78.4611 25.5815 402 DAMOH JABERA 78.4696 25.6484 403 DAMOH JABERA 78.4852 25.6977 404 DAMOH JABERA 78.6021 25.7777 405 DAMOH JABERA 78.5346 25.7777 406 DAMOH JABERA 78.5732 25.5903 407 DAMOH JABERA 78.5804 25.633 408 DAMOH JABERA 78.6442 25.6846

409 DAMOH JABERA 78.5756 25.7273

Page189

410 DAMOH JABERA 78.4166 25.7339 411 DAMOH JABERA 78.9114 23.564 412 DAMOH JABERA 78.9269 23.5135 413 DAMOH JABERA 79.1141 23.4922 414 DAMOH JABERA 78.989 23.3992 415 DAMOH JABERA 79.1218 23.3697 416 DAMOH JABERA 79.0001 23.2287 417 DAMOH JABERA 79.1571 23.2214 418 DAMOH JABERA 79.0285 23.2943 419 DAMOH JABERA 78.9709 23.3425 420 DAMOH JABERA 79.206 23.2975 421 DAMOH JABERA 79.059 23.4115 422 DAMOH JABERA 78.9475 23.5171 423 DAMOH JABERA 78.9952 23.501 424 DAMOH JABERA 79.0375 23.5171 425 DAMOH JABERA 79.1275 23.5106 426 DAMOH JABERA 79.0604 23.4672 427 DAMOH JABERA 78.9863 23.4494 428 DAMOH JABERA 79.1416 23.435 429 DAMOH JABERA 79.1204 23.3448 430 DAMOH JABERA 79.1081 23.2563 431 DAMOH JABERA 79.1293 23.1984 432 DAMOH JABERA 79.0587 23.2386 433 DAMOH JABERA 78.9687 23.2611 434 DAMOH JABERA 79.1575 23.2965 435 DAMOH JABERA 79.2087 23.3336 436 DAMOH JABERA 79.0622 23.3303 437 DAMOH JABERA 79.1028 23.3207 438 DAMOH JABERA 79.0463 23.3786 439 DAMOH JABERA 79.0216 23.4607 440 DAMOH JABERA 78.9669 23.4768 441 DAMOH JABERA 78.9422 23.4462 442 DAMOH JABERA 79.0181 23.34 443 DAMOH JABERA 78.9846 23.2981 444 DAMOH JABERA 79.1116 23.2289 445 DAMOH PATERA 80.0334 25.2546 446 DAMOH PATERA 80.1203 25.1954 447 DAMOH PATERA 80.2344 25.1133 448 DAMOH PATERA 80.3477 25.1529 449 DAMOH PATERA 80.2198 25.2049 450 DAMOH PATERA 80.1219 25.2802 451 DAMOH PATERA 80.176 25.3113 452 DAMOH PATERA 80.3023 25.2542 453 DAMOH PATERA 80.3717 25.1909 454 DAMOH PATERA 80.2799 25.3819

455 DAMOH PATERA 80.2301 25.2523

Page190

456 DAMOH PATERA 80.273 25.1653 457 DAMOH PATERA 80.2259 25.3804 458 DAMOH PATERA 80.1831 25.3522 459 DAMOH PATERA 80.081 25.3179 460 DAMOH PATERA 80.0557 25.2888 461 DAMOH PATERA 80.1743 25.2008 462 DAMOH PATERA 80.1413 25.2254 463 DAMOH PATERA 80.2511 25.3082 464 DAMOH PATERA 80.2346 25.3496 465 DAMOH PATERA 80.2959 25.3187 466 DAMOH PATERA 80.3105 25.2008 467 DAMOH PATHARIA 80.2706 25.2061 468 DAMOH PATHARIA 80.293 25.0872 469 DAMOH PATHARIA 80.3017 25.1321 470 DAMOH PATHARIA 80.2181 25.1638 471 DAMOH PATHARIA 80.1782 25.1673 472 DAMOH PATHARIA 80.0975 25.2351 473 DAMOH PATHARIA 80.009 25.2263 474 DAMOH PATHARIA 80.399 25.2245 475 DAMOH PATHARIA 80.4145 25.1832 476 DAMOH PATHARIA 80.2521 25.2791 477 DAMOH PATHARIA 80.1724 25.2835 478 DAMOH PATHARIA 80.1325 25.3126 479 DAMOH PATHARIA 80.1704 25.3363 480 DAMOH PATHARIA 79.9213 24.4606 481 DAMOH PATHARIA 80.026 24.3751 482 DAMOH PATHARIA 80.0937 24.4835 483 DAMOH PATHARIA 80.149 24.3905 484 DAMOH PATHARIA 80.222 24.5187 485 DAMOH PATHARIA 80.199 24.468 486 DAMOH PATHARIA 80.2637 24.405 487 DAMOH PATHARIA 80.3526 24.3933 488 DAMOH PATHARIA 80.3826 24.4311 489 DAMOH PATHARIA 80.3715 24.522 490 DAMOH PATHARIA 80.3235 24.5058 491 DAMOH PATHARIA 80.2663 24.4519 492 DAMOH PATHARIA 80.0544 24.4469 493 DAMOH PATHARIA 80.0251 24.5261 494 DAMOH PATHARIA 79.9551 24.472 495 DAMOH PATHARIA 80.0398 24.48 496 DAMOH PATHARIA 79.9815 24.4241 497 DAMOH PATHARIA 79.9798 24.3698 498 DAMOH PATHARIA 80.038 24.3363 499 DAMOH PATHARIA 80.0415 24.4273 500 DAMOH PATHARIA 80.2056 24.4145

501 DAMOH PATHARIA 80.3503 24.4369

Page191

502 DAMOH TENDULHEDA 80.2638 24.5039 503 DAMOH TENDULHEDA 80.308 24.5486 504 DAMOH TENDULHEDA 80.4032 24.496 505 DAMOH TENDULHEDA 80.3468 24.4768 506 DAMOH TENDULHEDA 80.4209 24.4129 507 DAMOH TENDULHEDA 80.4032 24.3507 508 DAMOH TENDULHEDA 80.4579 24.3842 509 DAMOH TENDULHEDA 80.1756 24.4928 510 DAMOH TENDULHEDA 80.165 24.4353 511 DAMOH TENDULHEDA 80.105 24.4417 512 DAMOH TENDULHEDA 80.0415 24.389 513 DAMOH TENDULHEDA 80.0045 24.4704 514 DAMOH TENDULHEDA 79.918 24.5103 515 DAMOH TENDULHEDA 79.9339 24.5311 516 DAMOH TENDULHEDA 80.0662 24.563 517 DATIA BHANDER 80.2462 24.4975 518 DATIA BHANDER 80.2885 24.4832 519 DATIA BHANDER 80.308 24.4417 520 DATIA BHANDER 80.3097 24.397 521 DATIA BHANDER 80.1368 24.4113 522 DATIA BHANDER 79.6226 24.1065 523 DATIA BHANDER 79.7593 24.1149 524 DATIA BHANDER 79.6757 24.1623 525 DATIA BHANDER 79.8004 24.2103 526 DATIA BHANDER 79.797 24.2864 527 DATIA BHANDER 79.7158 24.2239 528 DATIA BHANDER 79.4354 24.3752 529 DATIA BHANDER 79.4989 24.3575 530 DATIA BHANDER 79.588 24.42 531 DATIA BHANDER 79.5819 24.3936 532 DATIA BHANDER 79.5774 24.3351 533 DATIA BHANDER 79.6569 24.3023 534 DATIA BHANDER 79.7548 24.364 535 DATIA BHANDER 79.723 24.2951 536 DATIA BHANDER 79.7636 24.2295 537 DATIA BHANDER 79.7266 24.1454 538 DATIA BHANDER 79.6974 24.0998 539 DATIA BHANDER 79.6119 24.215 540 DATIA BHANDER 79.671 24.2695 541 DATIA BHANDER 79.7147 23.8207 542 DATIA DATIA 79.7604 23.7841 543 DATIA DATIA 79.6529 23.7484 544 DATIA DATIA 79.7421 23.718 545 DATIA DATIA 79.8673 23.6792 546 DATIA DATIA 79.8609 23.6014

547 DATIA DATIA 79.8119 23.5223

Page192

548 DATIA DATIA 79.7152 23.5599 549 DATIA DATIA 79.6918 23.6473 550 DATIA DATIA 79.6155 23.691 551 DATIA DATIA 79.5536 23.648 552 DATIA DATIA 79.7535 23.4832 553 DATIA DATIA 79.6884 23.7143 554 DATIA DATIA 79.5884 23.6143 555 DATIA DATIA 79.7484 23.6708 556 DATIA DATIA 79.6189 23.4897 557 DATIA DATIA 79.6992 23.4617 558 DATIA DATIA 79.738 23.4489 559 DATIA DATIA 79.8677 23.565 560 DATIA DATIA 79.791 23.5978 561 DATIA DATIA 79.821 23.6507 562 DATIA DATIA 79.903 23.6443 563 DATIA DATIA 79.9259 23.6651 564 DATIA DATIA 79.7751 23.7459 565 DATIA DATIA 79.7168 23.7635 566 DATIA DATIA 79.6789 23.6779 567 DATIA DATIA 79.641 23.6363 568 DATIA DATIA 79.5872 23.6515 569 DATIA DATIA 79.6692 23.5874 570 DATIA DATIA 79.6136 23.5314 571 DATIA DATIA 79.7865 23.5546 572 DATIA DATIA 79.7415 23.5898 573 DATIA DATIA 79.7018 23.6082 574 DATIA DATIA 79.7645 23.637 575 DATIA DATIA 79.7954 23.6859 576 DATIA DATIA 79.8015 23.7211 577 DATIA DATIA 79.791 23.7715 578 DATIA DATIA 79.723 23.7908 579 DATIA DATIA 79.6366 23.7275 580 DATIA DATIA 79.8818 23.6282 581 DATIA DATIA 79.9171 23.6058 582 DATIA DATIA 79.8589 23.5434 583 DATIA DATIA 79.8271 23.5714 584 DATIA SEONDHA 79.8254 23.6138 585 DATIA SEONDHA 79.7336 23.6483 586 DATIA SEONDHA 79.6516 23.5538 587 DATIA SEONDHA 79.6542 23.4753 588 DATIA SEONDHA 79.7036 23.493 589 DATIA SEONDHA 79.7557 23.521 590 DATIA SEONDHA 78.4585 23.7325 591 DATIA SEONDHA 78.5702 23.7684 592 DATIA SEONDHA 78.6812 23.7857

593 DATIA SEONDHA 78.6481 23.7187

Page193

594 DATIA SEONDHA 78.7624 23.7325 595 DATIA SEONDHA 78.767 23.6406 596 DATIA SEONDHA 78.597 23.6004 597 DATIA SEONDHA 78.5458 23.6492 598 DATIA SEONDHA 78.6962 23.67 599 DATIA SEONDHA 78.7702 23.5882 600 DATIA SEONDHA 78.5258 23.744 601 DATIA SEONDHA 78.5134 23.7086 602 DATIA SEONDHA 78.5434 23.6748 603 DATIA SEONDHA 78.6105 23.6313 604 DATIA SEONDHA 78.5258 23.5927 605 DATIA SEONDHA 78.6264 23.5782 606 DATIA SEONDHA 78.6952 23.5991 607 DATIA SEONDHA 78.757 23.6104 608 DATIA SEONDHA 78.7199 23.7022 609 DATIA SEONDHA 78.6917 23.7295 610 DATIA SEONDHA 78.644 23.7504 611 DATIA SEONDHA 78.5981 23.7182 612 DATIA SEONDHA 78.6228 23.6893 613 DATIA SEONDHA 78.6458 23.6555 614 DATIA SEONDHA 78.6546 23.6249 615 DATIA SEONDHA 78.7005 23.6249 616 DATIA SEONDHA 78.7375 23.6555 617 DATIA SEONDHA 78.7446 23.7102 618 DATIA SEONDHA 78.5787 23.7279 619 DATIA SEONDHA 78.4923 23.678 620 PANNA AJAIGARH 78.8689 25.1097 621 PANNA AJAIGARH 78.9758 25.0841 622 PANNA AJAIGARH 79.053 24.9322 623 PANNA AJAIGARH 78.8825 24.9151 624 PANNA AJAIGARH 78.7726 24.9005 625 PANNA AJAIGARH 78.7156 24.9303 626 PANNA AJAIGARH 78.6966 25.0179 627 PANNA AJAIGARH 78.8221 25.017 628 PANNA AJAIGARH 78.9373 25.0035 629 PANNA AJAIGARH 78.8349 24.9578 630 PANNA AJAIGARH 78.7542 25.0683 631 PANNA AJAIGARH 79.1137 25.0118 632 PANNA AJAIGARH 78.9272 25.0866 633 PANNA AJAIGARH 78.9078 25.0602 634 PANNA AJAIGARH 79.0057 25.0282 635 PANNA AJAIGARH 78.9872 24.9593 636 PANNA AJAIGARH 79.0569 24.9841 637 PANNA AJAIGARH 79.0957 24.9969 638 PANNA AJAIGARH 79.0216 24.9249

639 PANNA AJAIGARH 78.9158 24.9297

Page194

640 PANNA AJAIGARH 78.9122 24.9497 641 PANNA AJAIGARH 78.8963 25.0057 642 PANNA AJAIGARH 78.8584 25.053 643 PANNA GUNNOR 78.8108 25.0538 644 PANNA GUNNOR 78.7675 25.0266 645 PANNA GUNNOR 78.7746 24.9745 646 PANNA GUNNOR 78.7896 24.9353 647 PANNA GUNNOR 78.8487 24.8865 648 PANNA GUNNOR 78.9175 24.8761 649 PANNA GUNNOR 78.9722 24.9209 650 PANNA GUNNOR 78.9466 24.9673 651 PANNA GUNNOR 79.0084 24.9969 652 PANNA GUNNOR 78.6731 24.9721 653 PANNA GUNNOR 78.6864 24.9265 654 PANNA GUNNOR 78.6793 25.0562 655 PANNA GUNNOR 78.7287 25.0866 656 PANNA GUNNOR 78.8611 25.021 657 PANNA GUNNOR 78.771 23.5509 658 PANNA GUNNOR 78.7308 23.4856 659 PANNA GUNNOR 78.8642 23.489 660 PANNA GUNNOR 78.9132 23.3879 661 PANNA GUNNOR 78.8623 23.2882 662 PANNA GUNNOR 78.6537 23.393 663 PANNA GUNNOR 78.8127 23.426 664 PANNA GUNNOR 78.804 23.3578 665 PANNA GUNNOR 78.7675 23.4897 666 PANNA GUNNOR 78.8046 23.5187 667 PANNA GUNNOR 78.8205 23.4768 668 PANNA GUNNOR 78.8805 23.414 669 PANNA GUNNOR 78.8558 23.3529 670 PANNA GUNNOR 78.9034 23.2949 671 PANNA GUNNOR 78.8928 23.245 672 PANNA GUNNOR 78.8152 23.266 673 PANNA GUNNOR 78.8064 23.311 674 PANNA GUNNOR 78.7199 23.3641 675 PANNA GUNNOR 78.6317 23.4285 676 PANNA GUNNOR 78.6864 23.4623 677 PANNA GUNNOR 78.7305 23.4366 678 PANNA GUNNOR 78.712 23.4091 679 PANNA GUNNOR 78.8275 23.3937 680 PANNA GUNNOR 78.7914 23.3937 681 PANNA GUNNOR 78.7852 23.4455 682 PANNA GUNNOR 78.3554 24.228 683 PANNA GUNNOR 78.305 24.1683 684 PANNA GUNNOR 78.3994 24.1331

685 PANNA PANNA 78.2932 24.103

Page195

686 PANNA PANNA 78.3703 24.0484 687 PANNA PANNA 78.4695 24.0333 688 PANNA PANNA 78.405 23.9542 689 PANNA PANNA 78.3483 23.886 690 PANNA PANNA 78.342 23.9557 691 PANNA PANNA 78.3071 24.0074 692 PANNA PANNA 78.2373 24.0771 693 PANNA PANNA 78.3472 24.1598 694 PANNA PANNA 78.367 24.2653 695 PANNA PANNA 78.3079 24.2314 696 PANNA PANNA 78.3855 24.1798 697 PANNA PANNA 78.4402 24.0984 698 PANNA PANNA 78.4976 24.0807 699 PANNA PANNA 78.5214 24.0468 700 PANNA PANNA 78.4455 24.0065 701 PANNA PANNA 78.3882 23.9888 702 PANNA PANNA 78.3705 24.021 703 PANNA PANNA 78.3926 24.1024 704 PANNA PANNA 78.3396 24.1218 705 PANNA PANNA 78.3326 24.092 706 PANNA PANNA 78.3035 24.0557 707 PANNA PANNA 78.2682 24.0702 708 PANNA PANNA 78.2594 24.1226 709 PANNA PANNA 78.3917 24.0839 710 PANNA PANNA 78.3414 24.042 711 PANNA PANNA 78.2973 23.9477 712 PANNA PANNA 78.3679 23.8638 713 PANNA PANNA 78.374 23.9219 714 PANNA PANNA 78.3573 23.996 715 PANNA PANNA 78.4279 24.0323 716 PANNA PANNA 78.4314 24.0621 717 PANNA PANNA 79.9085 25.1707 718 PANNA PANNA 79.9836 25.1047 719 PANNA PANNA 80.1717 24.9766 720 PANNA PANNA 80.0297 25.1624 721 PANNA PANNA 80.0738 25.1179 722 PANNA PANNA 80.1432 25.1093 723 PANNA PANNA 80.2193 25.0776 724 PANNA PANNA 80.1184 25.0193 725 PANNA PANNA 80.081 25.0849 726 PANNA PANNA 79.9338 25.2251 727 PANNA PANNA 79.8695 25.2277 728 PANNA PANNA 79.9621 25.2501 729 PANNA PANNA 79.9048 25.195 730 PANNA PANNA 79.8898 25.131

731 PANNA PANNA 79.9524 25.0774

Page196

732 PANNA PANNA 79.9895 25.015 733 PANNA PANNA 80.0662 24.9575 734 PANNA PANNA 80.1315 24.9463 735 PANNA PANNA 80.0839 24.9911 736 PANNA PANNA 80.0645 25.0286 737 PANNA PANNA 80.0177 25.0654 738 PANNA PANNA 80.1465 25.0478 739 PANNA PANNA 80.2797 25.0478 740 PANNA PANNA 80.2189 25.0054 741 PANNA PANNA 80.195 25.0286 742 PANNA PANNA 80.1818 25.0646 743 PANNA PANNA 80.18 25.1198 744 PANNA PANNA 80.1147 25.1454 745 PANNA PANNA 80.0327 25.135 746 PANNA PANNA 79.9515 25.155 747 PANNA PANNA 79.9736 25.1854 748 PANNA PANNA 80.0459 25.215 749 PANNA PAWAI 78.4235 24.2609 750 PANNA PAWAI 78.5206 24.2765 751 PANNA PAWAI 78.5872 24.2469 752 PANNA PAWAI 78.657 24.1914 753 PANNA PAWAI 78.6592 24.1148 754 PANNA PAWAI 78.5494 24.1349 755 PANNA PAWAI 78.4459 24.1536 756 PANNA PAWAI 78.5462 24.0925 757 PANNA PAWAI 78.571 23.9881 758 PANNA PAWAI 78.5994 24.0531 759 PANNA PAWAI 78.5117 24.3676 760 PANNA PAWAI 78.5805 24.3426 761 PANNA PAWAI 78.667 24.2258 762 PANNA PAWAI 78.6996 24.0508 763 PANNA PAWAI 78.6449 24.0146 764 PANNA PAWAI 78.6087 24.0073 765 PANNA PAWAI 78.6114 24.1113 766 PANNA PAWAI 78.5646 24.175 767 PANNA PAWAI 78.4649 24.1976 768 PANNA PAWAI 78.5037 24.233 769 PANNA PAWAI 78.4676 24.2822 770 PANNA PAWAI 78.5073 24.316 771 PANNA PAWAI 78.5576 24.3201 772 PANNA PAWAI 78.5514 24.2685 773 PANNA PAWAI 78.547 24.2161 774 PANNA PAWAI 78.5108 24.1613 775 PANNA PAWAI 78.5179 24.1129 776 PANNA PAWAI 78.6158 24.1653

777 PANNA PAWAI 78.6052 24.2105

Page197

778 PANNA PAWAI 78.637 24.2532 779 PANNA PAWAI 78.7717 25.2974 780 PANNA PAWAI 78.784 25.3439 781 PANNA PAWAI 78.7892 25.3859 782 PANNA PAWAI 78.8705 25.4185 783 PANNA PAWAI 78.9545 25.4171 784 PANNA PAWAI 78.9045 25.449 785 PANNA PAWAI 78.9347 25.5325 786 PANNA PAWAI 78.781 25.4549 787 PANNA PAWAI 78.899 25.533 788 PANNA PAWAI 78.8999 25.4955 789 PANNA PAWAI 78.966 25.3824 790 PANNA PAWAI 78.9334 25.3584 791 PANNA PAWAI 78.7464 25.4732 792 PANNA PAWAI 78.8002 25.4636 793 PANNA PAWAI 78.8205 25.4007 794 PANNA PAWAI 78.8169 25.3393 795 PANNA PAWAI 78.7958 25.274 796 PANNA PAWAI 78.7446 25.2764 797 PANNA PAWAI 78.7499 25.3218 798 PANNA PAWAI 78.7949 25.3226 799 PANNA PAWAI 78.8258 25.3744 800 PANNA PAWAI 78.8602 25.3991 801 PANNA PAWAI 78.8937 25.4134 802 PANNA PAWAI 78.6228 25.3863 803 PANNA PAWAI 78.5805 25.2864 804 PANNA PAWAI 78.6176 25.3278 805 PANNA PAWAI 78.8581 25.4981 806 PANNA PAWAI 78.8894 25.4726 807 PANNA PAWAI 78.8786 25.4377 808 PANNA PAWAI 79.3159 25.2951 809 PANNA PAWAI 79.3689 25.1932 810 PANNA PAWAI 79.4573 25.0131 811 PANNA PAWAI 79.5845 25.1073 812 PANNA PAWAI 79.6733 25.0483 813 PANNA PAWAI 79.8111 25.1008 814 PANNA PAWAI 79.7407 24.987 815 PANNA PAWAI 79.7057 25.0829 816 PANNA PAWAI 79.4322 25.0878 817 PANNA PAWAI 79.6012 25.064 818 PANNA PAWAI 79.4539 25.2577 819 PANNA PAWAI 79.2766 25.2998 820 PANNA SHAHNAGAR 79.3313 25.3142 821 PANNA SHAHNAGAR 79.356 25.2293 822 PANNA SHAHNAGAR 79.3878 25.2646

823 PANNA SHAHNAGAR 79.4292 25.2093

Page198

824 PANNA SHAHNAGAR 79.3039 25.2069 825 PANNA SHAHNAGAR 79.3542 25.1469 826 PANNA SHAHNAGAR 79.4778 25.058 827 PANNA SHAHNAGAR 79.5483 25.0756 828 PANNA SHAHNAGAR 79.5501 25.1213 829 PANNA SHAHNAGAR 79.5686 25.1581 830 PANNA SHAHNAGAR 79.8721 25.1013 831 PANNA SHAHNAGAR 79.8412 25.062 832 PANNA SHAHNAGAR 79.7574 25.05 833 PANNA SHAHNAGAR 79.7601 25.0901 834 PANNA SHAHNAGAR 79.6939 25.1061 835 PANNA SHAHNAGAR 79.6383 25.0861 836 PANNA SHAHNAGAR 79.6224 25.1077 837 PANNA SHAHNAGAR 79.5166 25.062 838 PANNA SHAHNAGAR 79.4442 25.0492 839 PANNA SHAHNAGAR 79.3542 25.0917 840 PANNA SHAHNAGAR 79.3542 25.0156 841 PANNA SHAHNAGAR 79.3825 24.9908 842 PANNA SHAHNAGAR 79.0206 25.2271 843 PANNA SHAHNAGAR 78.9337 25.1382 844 PANNA SHAHNAGAR 79.3219 25.1033 845 PANNA SHAHNAGAR 79.1861 24.9747 846 PANNA SHAHNAGAR 79.234 25.0832 847 PANNA SHAHNAGAR 79.0627 25.114 848 PANNA SHAHNAGAR 79.0195 25.0562 849 PANNA SHAHNAGAR 79.1438 25.0783 850 PANNA SHAHNAGAR 79.2422 25.0395 851 PANNA SHAHNAGAR 79.3075 25.0064 852 PANNA SHAHNAGAR 79.2475 24.9584 853 PANNA SHAHNAGAR 79.1072 24.9344 854 PANNA SHAHNAGAR 79.1478 24.992 855 PANNA SHAHNAGAR 79.1972 25.0295 856 PANNA SHAHNAGAR 79.1937 25.0711 857 PANNA SHAHNAGAR 79.1963 25.1294 858 PANNA SHAHNAGAR 79.251 25.1494 859 PANNA SHAHNAGAR 79.0066 25.2516 860 PANNA SHAHNAGAR 78.9519 25.2037 861 PANNA SHAHNAGAR 78.9034 25.1438 862 PANNA SHAHNAGAR 78.9846 25.1534 863 PANNA SHAHNAGAR 79.0278 25.0998 864 PANNA SHAHNAGAR 79.101 25.0711 865 PANNA SHAHNAGAR 79.2395 24.9992 866 PANNA SHAHNAGAR 79.2792 25.0183 867 PANNA SHAHNAGAR 79.289 25.0631 868 PANNA SHAHNAGAR 79.2748 25.0918

869 PANNA SHAHNAGAR 79.1363 24.9544

Page199

870 PANNA SHAHNAGAR 79.9119 24.6586 871 PANNA SHAHNAGAR 79.9347 24.5749 872 PANNA SHAHNAGAR 80.1181 24.5441 873 PANNA SHAHNAGAR 80.2296 24.5929 874 PANNA SHAHNAGAR 80.0835 24.688 875 SAGAR BANDA 80.1079 24.7753 876 SAGAR BANDA 80.3582 24.6049 877 SAGAR BANDA 80.4304 24.5837 878 SAGAR BANDA 80.2846 24.7239 879 SAGAR BANDA 80.2311 24.8017 880 SAGAR BANDA 80.3194 24.7949 881 SAGAR BANDA 80.4186 24.7992 882 SAGAR BANDA 80.4897 24.8024 883 SAGAR BANDA 80.5211 24.8669 884 SAGAR BANDA 80.4312 24.8935 885 SAGAR BANDA 80.3905 24.8883 886 SAGAR BANDA 80.3393 24.7545 887 SAGAR BANDA 80.2897 24.6443 888 SAGAR BANDA 80.185 24.6464 889 SAGAR BANDA 80.0331 24.6665 890 SAGAR BANDA 80.0079 24.572 891 SAGAR BANDA 80.4659 24.9434 892 SAGAR BANDA 80.4288 24.965 893 SAGAR BANDA 80.3785 24.9474 894 SAGAR BANDA 80.6247 24.8656 895 SAGAR BANDA 80.525 24.8889 896 SAGAR BANDA 80.5709 24.8464 897 SAGAR BANDA 80.5462 24.8312 898 SAGAR BANDA 80.4182 24.8368 899 SAGAR BANDA 80.4377 24.8729 900 SAGAR BANDA 80.3635 24.832 901 SAGAR BANDA 80.293 24.832 902 SAGAR BANDA 80.2347 24.8384 903 SAGAR BANDA 79.8951 24.6741 904 SAGAR BANDA 79.8845 24.622 905 SAGAR BANDA 79.9189 24.566 906 SAGAR BANDA 79.8898 24.5467 907 SAGAR BINA 79.9718 24.5395 908 SAGAR BINA 79.9868 24.6124 909 SAGAR BINA 80.0574 24.6357 910 SAGAR BINA 80.135 24.5852 911 SAGAR BINA 80.1791 24.5571 912 SAGAR BINA 80.3221 24.5884 913 SAGAR BINA 80.3265 24.6789 914 SAGAR BINA 80.308 24.7486

915 SAGAR BINA 80.1986 24.7543

Page200

916 SAGAR BINA 80.083 24.7302 917 SAGAR BINA 80.0345 24.719 918 SAGAR BINA 80.0742 24.7631 919 SAGAR BINA 80.1827 24.7118 920 SAGAR BINA 80.2691 24.6781 921 SAGAR BINA 80.2003 24.6837 922 SAGAR BINA 80.1386 24.6677 923 SAGAR BINA 80.143 24.6244 924 SAGAR BINA 80.2559 24.6301 925 SAGAR BINA 80.3 24.5924 926 SAGAR BINA 80.3741 24.6381 927 SAGAR BINA 80.3688 24.7655 928 SAGAR BINA 80.2603 24.7735 929 SAGAR BINA 80.195 24.7799 930 SAGAR BINA 80.1403 24.7454 931 SAGAR BINA 80.1297 24.703 932 SAGAR BINA 80.098 24.6244 933 SAGAR BINA 80.338 24.7248 934 SAGAR BINA 79.5439 24.0473 935 SAGAR BINA 79.6767 24.0666 936 SAGAR BINA 79.6224 23.9952 937 SAGAR BINA 79.7108 23.9082 938 SAGAR BINA 79.7665 24.0169 939 SAGAR DEORI 79.8283 23.9162 940 SAGAR DEORI 79.8153 23.8156 941 SAGAR DEORI 79.5466 24.0926 942 SAGAR DEORI 79.6233 24.0533 943 SAGAR DEORI 79.7107 24.0061 944 SAGAR DEORI 79.7751 23.9244 945 SAGAR DEORI 79.7804 23.8564 946 SAGAR DEORI 79.8333 23.854 947 SAGAR DEORI 79.8254 23.7667 948 SAGAR DEORI 79.8236 23.9789 949 SAGAR DEORI 79.8236 24.0125 950 SAGAR DEORI 79.7195 23.9701 951 SAGAR DEORI 79.6533 23.9661 952 SAGAR DEORI 79.6154 23.9493 953 SAGAR DEORI 79.6621 24.0237 954 SAGAR DEORI 79.7142 24.0469 955 SAGAR DEORI 79.7468 24.0878 956 SAGAR DEORI 79.2808 23.7792 957 SAGAR DEORI 79.3591 23.8234 958 SAGAR DEORI 79.2674 23.8418 959 SAGAR DEORI 79.1132 23.9216 960 SAGAR DEORI 79.2072 23.9831

961 SAGAR DEORI 79.3233 23.9864

Page201

962 SAGAR DEORI 79.476 24.0029 963 SAGAR DEORI 79.3949 23.9838 964 SAGAR DEORI 79.284 23.9439 965 SAGAR DEORI 79.3509 23.9159 966 SAGAR DEORI 79.3422 23.8781 967 SAGAR DEORI 79.2493 23.9029 968 SAGAR DEORI 79.4363 23.9917 969 SAGAR DEORI 79.4672 24.0333 970 SAGAR DEORI 79.3004 23.9597 971 SAGAR DEORI 79.2466 23.9845 972 SAGAR DEORI 79.3066 23.81 973 SAGAR JAISINAGAR 79.3119 23.8452 974 SAGAR JAISINAGAR 79.2501 23.8804 975 SAGAR JAISINAGAR 79.1796 23.8868 976 SAGAR JAISINAGAR 79.1443 23.9124 977 SAGAR JAISINAGAR 79.1487 23.9501 978 SAGAR JAISINAGAR 79.1937 23.9349 979 SAGAR JAISINAGAR 79.2113 23.9517 980 SAGAR JAISINAGAR 79.3039 23.918 981 SAGAR JAISINAGAR 79.3648 23.9573 982 SAGAR JAISINAGAR 79.3789 23.9252 983 SAGAR JAISINAGAR 79.3684 23.8748 984 SAGAR JAISINAGAR 79.296 23.7539 985 SAGAR JAISINAGAR 79.2492 23.7908 986 SAGAR JAISINAGAR 79.2193 23.8564 987 SAGAR JAISINAGAR 79.2175 23.9084 988 SAGAR JAISINAGAR 79.2457 23.9509 989 SAGAR JAISINAGAR 79.176 23.9789 990 SAGAR JAISINAGAR 79.4389 24.0293 991 SAGAR JAISINAGAR 79.9017 24.4038 992 SAGAR JAISINAGAR 79.8611 24.3063 993 SAGAR JAISINAGAR 79.8804 24.2385 994 SAGAR JAISINAGAR 79.9331 24.1777 995 SAGAR JAISINAGAR 80.0646 24.1469 996 SAGAR JAISINAGAR 80.1905 24.1777 997 SAGAR JAISINAGAR 80.0394 24.2485 998 SAGAR JAISINAGAR 80.0764 24.3172 999 SAGAR JAISINAGAR 80.0969 24.3645 1000 SAGAR JAISINAGAR 80.4747 24.338 1001 SAGAR JAISINAGAR 80.4865 24.2592 1002 SAGAR JAISINAGAR 80.4543 24.2681 1003 SAGAR KESLI 80.3464 24.2936 1004 SAGAR KESLI 80.3326 24.3216 1005 SAGAR KESLI 80.3247 24.3589 1006 SAGAR KESLI 80.2126 24.3533

1007 SAGAR KESLI 80.1827 24.3308

Page202

1008 SAGAR KESLI 80.2669 24.3089 1009 SAGAR KESLI 80.1602 24.2498 1010 SAGAR KESLI 80.1708 24.2249 1011 SAGAR KESLI 80.0943 24.2886 1012 SAGAR KESLI 79.9686 24.2972 1013 SAGAR KESLI 79.8623 24.1941 1014 SAGAR KESLI 80.0276 24.2721 1015 SAGAR KESLI 80.4518 24.3612 1016 SAGAR KESLI 80.5453 24.3 1017 SAGAR KESLI 80.5541 24.2582 1018 SAGAR KESLI 80.4941 24.3016 1019 SAGAR KESLI 80.4324 24.3008 1020 SAGAR KESLI 80.3847 24.3073 1021 SAGAR KESLI 80.3609 24.3563 1022 SAGAR KESLI 80.3362 24.2671 1023 SAGAR KESLI 80.2921 24.2365 1024 SAGAR KESLI 80.2612 24.2719 1025 SAGAR KESLI 80.2497 24.3475 1026 SAGAR KESLI 79.9065 24.3644 1027 SAGAR KESLI 79.8889 24.3089 1028 SAGAR KHURAI 79.9304 24.263 1029 SAGAR KHURAI 79.9762 24.2075 1030 SAGAR KHURAI 80.0036 24.1327 1031 SAGAR KHURAI 80.0221 24.0797 1032 SAGAR KHURAI 80.0918 24.0861 1033 SAGAR KHURAI 79.918 24.107 1034 SAGAR KHURAI 80.2506 24.1102 1035 SAGAR KHURAI 80.2471 24.1561 1036 SAGAR KHURAI 80.2277 24.1923 1037 SAGAR KHURAI 80.0962 24.2059 1038 SAGAR KHURAI 80.0345 24.1898 1039 SAGAR KHURAI 80.0786 24.2309 1040 SAGAR KHURAI 80.1447 24.2823 1041 SAGAR KHURAI 80.1289 24.329 1042 SAGAR KHURAI 80.1509 24.3547 1043 SAGAR KHURAI 80.2206 24.2622 1044 SAGAR KHURAI 80.2277 24.218 1045 SAGAR KHURAI 80.308 24.2542 1046 SAGAR KHURAI 80.3009 24.3073 1047 SAGAR KHURAI 80.2877 24.3483 1048 SAGAR KHURAI 80.0892 24.2574 1049 SAGAR KHURAI 80.0274 24.3033 1050 SAGAR KHURAI 79.9206 24.3266 1051 SAGAR KHURAI 79.9092 24.2831 1052 SAGAR KHURAI 79.9127 24.2301

1053 SAGAR KHURAI 79.9753 24.2357

Page203

1054 SAGAR KHURAI 79.8968 24.1649 1055 SAGAR KHURAI 80.0212 24.1722 1056 SAGAR KHURAI 80.1297 24.1746 1057 SAGAR KHURAI 80.098 24.1368 1058 SAGAR KHURAI 80.1368 24.2212 1059 SAGAR KHURAI 80.135 24.2582 1060 SAGAR KHURAI 80.1941 24.3008 1061 SAGAR KHURAI 80.2365 24.3234 1062 SAGAR KHURAI 78.6977 25.3246 1063 SAGAR MALTHON 78.6336 25.2459 1064 SAGAR MALTHON 78.8642 25.2061 1065 SAGAR MALTHON 78.7278 25.2098 1066 SAGAR MALTHON 78.6327 25.2037 1067 SAGAR MALTHON 78.6242 25.1424 1068 SAGAR MALTHON 78.6977 25.0945 1069 SAGAR MALTHON 78.7098 25.1667 1070 SAGAR MALTHON 78.8148 25.1054 1071 SAGAR MALTHON 78.8018 25.1615 1072 SAGAR MALTHON 78.7134 25.2479 1073 SAGAR MALTHON 78.8251 25.2447 1074 SAGAR MALTHON 78.6873 25.1258 1075 SAGAR MALTHON 78.7552 25.1817 1076 SAGAR MALTHON 78.7852 25.2137 1077 SAGAR MALTHON 78.6758 25.2145 1078 SAGAR MALTHON 78.6731 25.2832 1079 SAGAR MALTHON 78.6405 25.3 1080 SAGAR MALTHON 78.7817 25.2537 1081 SAGAR MALTHON 78.8558 25.161 1082 SAGAR MALTHON 78.8099 25.133 1083 SAGAR MALTHON 78.7525 25.1402 1084 SAGAR MALTHON 78.6546 25.169 1085 SAGAR MALTHON 78.614 25.1873 1086 SAGAR MALTHON 78.6775 25.2409 1087 SAGAR MALTHON 78.7014 25.2823 1088 SAGAR MALTHON 78.7702 25.2304 1089 SAGAR MALTHON 78.7702 25.1186 1090 SAGAR MALTHON 78.7225 25.1322 1091 SAGAR MALTHON 78.6475 25.0995 1092 SAGAR MALTHON 78.6449 25.121 1093 SAGAR RAHATGARH 78.6723 25.1729 1094 SAGAR RAHATGARH 78.8249 25.2025 1095 SAGAR RAHATGARH 78.6714 25.367 1096 SAGAR RAHATGARH 78.8418 25.1351 1097 SAGAR RAHATGARH 78.5846 25.2233 1098 SAGAR RAHATGARH 78.2855 23.7351

1099 SAGAR RAHATGARH 78.3472 23.709

Page204

1100 SAGAR RAHATGARH 78.3073 23.8532 1101 SAGAR RAHATGARH 78.4308 23.7985 1102 SAGAR RAHATGARH 78.492 23.825 1103 SAGAR RAHATGARH 78.4873 23.9214 1104 SAGAR RAHATGARH 78.6163 23.9503 1105 SAGAR RAHATGARH 78.5884 23.8306 1106 SAGAR RAHATGARH 78.5452 23.888 1107 SAGAR RAHATGARH 78.7157 23.9588 1108 SAGAR RAHATGARH 78.6464 23.9292 1109 SAGAR RAHATGARH 78.5717 23.909 1110 SAGAR RAHATGARH 78.6723 23.9695 1111 SAGAR RAHATGARH 78.704 23.9412 1112 SAGAR RAHATGARH 78.6811 23.8984 1113 SAGAR RAHATGARH 78.622 23.8742 1114 SAGAR RAHATGARH 78.629 23.8177 1115 SAGAR RAHATGARH 78.6308 23.7975 1116 SAGAR RAHATGARH 78.5434 23.8266 1117 SAGAR RAHATGARH 78.5205 23.9404 1118 SAGAR RAHATGARH 78.4896 23.9751 1119 SAGAR RAHATGARH 78.4711 23.9509 1120 SAGAR RAHATGARH 78.4235 23.9081 1121 SAGAR RAHATGARH 78.3873 23.8282 1122 SAGAR RAHATGARH 78.3291 23.825 1123 SAGAR RAHATGARH 78.3088 23.7604 1124 SAGAR RAHATGARH 78.3617 23.7903 1125 SAGAR RAHATGARH 78.4243 23.7588 1126 SAGAR RAHATGARH 78.4455 23.846 1127 SAGAR REHLI 78.5337 23.8613 1128 SAGAR REHLI 78.5858 23.8742 1129 SAGAR REHLI 78.3035 23.7031 1130 SAGAR REHLI 78.3635 23.762 1131 SAGAR REHLI 78.4711 23.8904 1132 SAGAR REHLI 79.7586 24.7403 1133 SAGAR REHLI 79.858 24.6793 1134 SAGAR REHLI 79.9996 24.7656 1135 SAGAR REHLI 79.7838 24.8125 1136 SAGAR REHLI 79.9664 24.8396 1137 SAGAR REHLI 79.9082 24.9812 1138 SAGAR REHLI 79.7944 24.9299 1139 SAGAR REHLI 79.7607 24.8829 1140 SAGAR REHLI 80.0166 24.8982 1141 SAGAR REHLI 79.8481 24.899 1142 SAGAR REHLI 79.906 25.0868 1143 SAGAR REHLI 79.9795 24.9261 1144 SAGAR REHLI 79.9092 24.827

1145 SAGAR REHLI 79.7314 24.9458

Page205

1146 SAGAR REHLI 79.6719 24.6988 1147 SAGAR REHLI 79.8617 24.7797 1148 SAGAR REHLI 79.8332 25.0205 1149 SAGAR REHLI 79.8977 25.0356 1150 SAGAR REHLI 79.9356 25.0356 1151 SAGAR REHLI 79.9886 24.978 1152 SAGAR REHLI 80.023 24.9395 1153 SAGAR REHLI 80.068 24.8483 1154 SAGAR REHLI 80.0239 24.8011 1155 SAGAR REHLI 79.9762 24.8723 1156 SAGAR REHLI 79.8933 24.9379 1157 SAGAR REHLI 79.8395 24.9604 1158 SAGAR REHLI 79.8598 24.9924 1159 SAGAR REHLI 79.8095 24.8387 1160 SAGAR REHLI 79.8686 24.8203 1161 SAGAR REHLI 79.9215 24.7554 1162 SAGAR REHLI 79.9506 24.685 1163 SAGAR REHLI 79.9736 24.7322 1164 SAGAR REHLI 79.8483 24.7202 1165 SAGAR REHLI 79.7786 24.6882 1166 SAGAR SAGAR 79.7354 24.6722 1167 SAGAR SAGAR 79.8333 24.6618 1168 SAGAR SAGAR 79.7063 24.7418 1169 SAGAR SAGAR 79.7301 24.7778 1170 SAGAR SAGAR 79.7998 24.7714 1171 SAGAR SAGAR 79.7424 24.8283 1172 SAGAR SAGAR 79.7936 24.8667 1173 SAGAR SAGAR 79.813 24.8979 1174 SAGAR SAGAR 79.9021 24.8571 1175 SAGAR SAGAR 79.9489 24.9067 1176 SAGAR SAGAR 79.9401 24.9556 1177 SAGAR SAGAR 79.8086 24.9908 1178 SAGAR SAGAR 79.7663 24.9572 1179 SAGAR SAGAR 79.8104 25.0252 1180 SAGAR SAGAR 79.8818 25.0612 1181 SAGAR SAGAR 79.9462 24.994 1182 SAGAR SAGAR 79.9577 24.7946 1183 SAGAR SAGAR 79.0852 23.5492 1184 SAGAR SAGAR 79.0429 23.5741 1185 SAGAR SAGAR 78.9711 23.6244 1186 SAGAR SAGAR 79.0617 23.6976 1187 SAGAR SAGAR 79.1994 23.6711 1188 SAGAR SAGAR 79.0718 23.7514 1189 SAGAR SAGAR 79.0982 23.8237 1190 SAGAR SAGAR 79.1739 23.7742

1191 SAGAR SAGAR 79.2634 23.6835

Page206

1192 SAGAR SAGAR 79.2735 23.6258 1193 SAGAR SAGAR 79.0082 23.7199 1194 SAGAR SAGAR 79.2253 23.5215 1195 SAGAR SAGAR 79.1048 23.6256 1196 SAGAR SAGAR 79.0949 23.8758 1197 SAGAR SAGAR 79.1434 23.8306 1198 SAGAR SAGAR 79.2113 23.8169 1199 SAGAR SAGAR 79.1337 23.7846 1200 SAGAR SAGAR 79.1328 23.7297 1201 SAGAR SAGAR 79.2095 23.7233 1202 SAGAR SAGAR 79.2598 23.7499 1203 SAGAR SAGAR 79.2484 23.6514 1204 SAGAR SAGAR 79.2113 23.5877 1205 SAGAR SAGAR 79.1416 23.5925 1206 SAGAR SAGAR 79.1698 23.574 1207 SAGAR SAGAR 79.2581 23.5457 1208 SAGAR SHAHNAGAR 79.2069 23.4723 1209 SAGAR SHAHNAGAR 79.2537 23.4755 1210 SAGAR SHAHNAGAR 79.2978 23.5271 1211 SAGAR SHAHNAGAR 79.1884 23.6272 1212 SAGAR SHAHNAGAR 79.1346 23.6765 1213 SAGAR SHAHNAGAR 79.0675 23.67 1214 SAGAR SHAHNAGAR 79.0119 23.6482 1215 SAGAR SHAHNAGAR 78.966 23.6886 1216 SAGAR SHAHNAGAR 79.0296 23.5966 1217 SAGAR SHAHNAGAR 79.0013 23.5619 1218 SAGAR SHAHNAGAR 78.9387 23.5909 1219 SAGAR SHAHNAGAR 79.1099 23.7031 1220 SAGAR SHAHNAGAR 79.1698 23.7063 1221 SAGAR SHAHNAGAR 79.0666 23.7887 1222 SAGAR SHAHNAGAR 78.8182 23.9383 1223 SAGAR SHAHNAGAR 78.8945 23.9224 1224 SAGAR SHAHNAGAR 79.0315 23.8662 1225 SAGAR SHAHNAGAR 78.7947 23.8339 1226 SAGAR SHAHNAGAR 78.9466 23.775 1227 SAGAR SHAHNAGAR 78.8464 23.7422 1228 SAGAR SHAHNAGAR 78.9277 23.6673 1229 SAGAR SHAHNAGAR 78.7993 23.6743 1230 SAGAR SHAHNAGAR 78.8637 23.6268 1231 SAGAR SHAHNAGAR 78.8566 23.8625 1232 SAGAR SHAHNAGAR 78.7738 23.7857 1233 TIKAMGARH BALDEOGARH 79.0024 23.7946 1234 TIKAMGARH BALDEOGARH 78.8356 23.7974 1235 TIKAMGARH BALDEOGARH 78.8611 23.6875 1236 TIKAMGARH BALDEOGARH 78.6749 23.8721

1237 TIKAMGARH BALDEOGARH 78.689 23.8375

Page207

1238 TIKAMGARH BALDEOGARH 78.8478 23.9421 1239 TIKAMGARH BALDEOGARH 79.0622 23.8866 1240 TIKAMGARH BALDEOGARH 78.9484 23.8439 1241 TIKAMGARH BALDEOGARH 78.8902 23.8801 1242 TIKAMGARH BALDEOGARH 78.7931 23.889 1243 TIKAMGARH BALDEOGARH 78.8496 23.8198 1244 TIKAMGARH BALDEOGARH 78.8972 23.8126 1245 TIKAMGARH BALDEOGARH 78.899 23.7362 1246 TIKAMGARH BALDEOGARH 78.8972 23.6605 1247 TIKAMGARH BALDEOGARH 78.8002 23.7691 1248 TIKAMGARH BALDEOGARH 78.8037 23.7016 1249 TIKAMGARH BALDEOGARH 78.8346 23.6654 1250 TIKAMGARH BALDEOGARH 78.8134 23.5849 1251 TIKAMGARH BALDEOGARH 78.8355 23.6292 1252 TIKAMGARH BALDEOGARH 78.9105 23.786 1253 TIKAMGARH BALDEOGARH 78.8849 23.7884 1254 TIKAMGARH BALDEOGARH 78.7781 23.856 1255 TIKAMGARH BALDEOGARH 78.7172 23.8488 1256 TIKAMGARH BALDEOGARH 78.7367 23.8745 1257 TIKAMGARH BALDEOGARH 78.7517 23.9075 1258 TIKAMGARH BALDEOGARH 78.7208 23.9011 1259 TIKAMGARH BALDEOGARH 78.8416 23.8962 1260 TIKAMGARH BALDEOGARH 78.8302 23.9188 1261 TIKAMGARH BALDEOGARH 78.9802 23.8649 1262 TIKAMGARH BALDEOGARH 78.9263 23.8721 1263 TIKAMGARH BALDEOGARH 78.9405 23.819 1264 TIKAMGARH BALDEOGARH 78.4473 25.8476 1265 TIKAMGARH JATARA 78.559 25.8352 1266 TIKAMGARH JATARA 78.5236 25.9452 1267 TIKAMGARH JATARA 78.6086 25.9099 1268 TIKAMGARH JATARA 78.5909 25.9856 1269 TIKAMGARH JATARA 78.6452 25.9527 1270 TIKAMGARH JATARA 78.7058 25.9979 1271 TIKAMGARH JATARA 78.6275 26.0252 1272 TIKAMGARH JATARA 78.6555 26.1081 1273 TIKAMGARH JATARA 78.8026 26.1164 1274 TIKAMGARH JATARA 78.7708 26.2138 1275 TIKAMGARH JATARA 78.4949 25.8871 1276 TIKAMGARH JATARA 78.5373 25.913 1277 TIKAMGARH JATARA 78.5831 25.9454 1278 TIKAMGARH JATARA 78.6449 25.9859 1279 TIKAMGARH JATARA 78.6943 26.0393 1280 TIKAMGARH JATARA 78.6996 26.0976 1281 TIKAMGARH JATARA 78.7614 26.0442 1282 TIKAMGARH JATARA 78.8055 26.0653

1283 TIKAMGARH JATARA 78.7596 26.1236

Page208

1284 TIKAMGARH JATARA 78.6925 26.1462 1285 TIKAMGARH JATARA 78.742 26.1883 1286 TIKAMGARH JATARA 78.8002 26.2693 1287 TIKAMGARH JATARA 78.7737 26.2466 1288 TIKAMGARH JATARA 78.8108 26.1932 1289 TIKAMGARH JATARA 78.7631 26.1576 1290 TIKAMGARH JATARA 78.7243 26.1138 1291 TIKAMGARH JATARA 78.7578 26.0733 1292 TIKAMGARH JATARA 78.5073 25.8061 1293 TIKAMGARH JATARA 78.4826 25.8304 1294 TIKAMGARH JATARA 78.6078 25.8547 1295 TIKAMGARH JATARA 78.6378 25.8142 1296 TIKAMGARH JATARA 78.6837 25.9357 1297 TIKAMGARH JATARA 78.5902 25.9616 1298 TIKAMGARH JATARA 78.5831 25.8758 1299 TIKAMGARH JATARA 78.5226 25.8588 1300 TIKAMGARH JATARA 79.8316 24.1276 1301 TIKAMGARH JATARA 79.8001 24.0536 1302 TIKAMGARH NIWARI 79.9001 23.8767 1303 TIKAMGARH NIWARI 79.9253 23.968 1304 TIKAMGARH NIWARI 80.0063 24.0212 1305 TIKAMGARH NIWARI 80.1165 24.0054 1306 TIKAMGARH NIWARI 80.2692 23.9565 1307 TIKAMGARH NIWARI 80.2031 24.0874 1308 TIKAMGARH NIWARI 80.5376 24.1406 1309 TIKAMGARH NIWARI 79.9174 23.9301 1310 TIKAMGARH NIWARI 80.148 23.9544 1311 TIKAMGARH NIWARI 80.322 24.0147 1312 TIKAMGARH NIWARI 79.8509 24.0933 1313 TIKAMGARH NIWARI 79.9127 24.0289 1314 TIKAMGARH NIWARI 79.9551 24.0289 1315 TIKAMGARH NIWARI 79.9568 23.9452 1316 TIKAMGARH NIWARI 79.9268 23.8534 1317 TIKAMGARH NIWARI 79.8774 24.0015 1318 TIKAMGARH NIWARI 80.0733 24.008 1319 TIKAMGARH NIWARI 80.1509 24.1062 1320 TIKAMGARH NIWARI 80.2427 24.008 1321 TIKAMGARH NIWARI 80.3432 23.9645 1322 TIKAMGARH NIWARI 80.3627 24.0852 1323 TIKAMGARH NIWARI 80.3168 24.1544 1324 TIKAMGARH NIWARI 80.2709 24.2059 1325 TIKAMGARH PALERA 80.3803 24.2365 1326 TIKAMGARH PALERA 80.435 24.1866 1327 TIKAMGARH PALERA 80.4156 24.1255 1328 TIKAMGARH PALERA 80.3609 24.148

1329 TIKAMGARH PALERA 80.4985 24.1174

Page209

1330 TIKAMGARH PALERA 80.4879 24.0852 1331 TIKAMGARH PALERA 80.585 24.1898 1332 TIKAMGARH PALERA 80.5091 24.1866 1333 TIKAMGARH PALERA 80.4791 24.2124 1334 TIKAMGARH PALERA 80.4244 24.251 1335 TIKAMGARH PALERA 80.4138 24.0724 1336 TIKAMGARH PALERA 80.3591 24.0369 1337 TIKAMGARH PALERA 80.3132 24.1126 1338 TIKAMGARH PALERA 80.1633 24.074 1339 TIKAMGARH PALERA 80.0433 24.0353 1340 TIKAMGARH PALERA 79.9692 24.0901 1341 TIKAMGARH PALERA 79.8421 24.1528 1342 TIKAMGARH PALERA 80.0009 23.9822 1343 TIKAMGARH PALERA 79.8792 23.95 1344 TIKAMGARH PALERA 80.188 24.053 1345 TIKAMGARH PALERA 80.3132 24.1834 1346 TIKAMGARH PALERA 80.4527 24.1544 1347 TIKAMGARH PALERA 79.8651 24.0546 1348 TIKAMGARH PALERA 79.9692 23.8905 1349 TIKAMGARH PALERA 78.9397 24.1202 1350 TIKAMGARH PALERA 79.0369 24.1304 1351 TIKAMGARH PALERA 78.9715 24.2061 1352 TIKAMGARH PALERA 79.0524 24.2367 1353 TIKAMGARH PRITHVIPUR 78.9995 24.2518 1354 TIKAMGARH PRITHVIPUR 79.1662 24.2886 1355 TIKAMGARH PRITHVIPUR 78.9866 24.3079 1356 TIKAMGARH PRITHVIPUR 79.1071 24.3751 1357 TIKAMGARH PRITHVIPUR 79.2184 24.3531 1358 TIKAMGARH PRITHVIPUR 79.2122 24.3918 1359 TIKAMGARH PRITHVIPUR 79.229 24.4046 1360 TIKAMGARH PRITHVIPUR 79.1001 24.329 1361 TIKAMGARH PRITHVIPUR 79.0525 24.3057 1362 TIKAMGARH PRITHVIPUR 79.1116 24.2864 1363 TIKAMGARH PRITHVIPUR 79.1354 24.3169 1364 TIKAMGARH PRITHVIPUR 79.0278 24.3467 1365 TIKAMGARH PRITHVIPUR 78.9916 24.3821 1366 TIKAMGARH PRITHVIPUR 78.8761 24.1794 1367 TIKAMGARH PRITHVIPUR 78.9175 24.0989 1368 TIKAMGARH PRITHVIPUR 79.1107 24.1014 1369 TIKAMGARH PRITHVIPUR 79.0525 24.0861 1370 TIKAMGARH PRITHVIPUR 78.9846 24.1496 1371 TIKAMGARH PRITHVIPUR 78.9343 24.181 1372 TIKAMGARH PRITHVIPUR 78.9431 24.2445 1373 TIKAMGARH PRITHVIPUR 78.9969 24.2783 1374 TIKAMGARH PRITHVIPUR 79.3423 23.2206

1375 TIKAMGARH PRITHVIPUR 79.4339 23.3919

Page210

1376 TIKAMGARH PRITHVIPUR 79.2973 23.3766 1377 TIKAMGARH PRITHVIPUR 79.5531 23.4577 1378 TIKAMGARH PRITHVIPUR 79.5913 23.3635 1379 TIKAMGARH PRITHVIPUR 79.5201 23.5811 1380 TIKAMGARH PRITHVIPUR 79.5801 23.5616 1381 TIKAMGARH PRITHVIPUR 79.4848 23.5163 1382 TIKAMGARH PRITHVIPUR 79.6348 23.3997 1383 TIKAMGARH PRITHVIPUR 79.476 23.3138 1384 TIKAMGARH PRITHVIPUR 79.3719 23.3187 1385 TIKAMGARH PRITHVIPUR 79.2166 23.2507 1386 TIKAMGARH PRITHVIPUR 79.4301 23.2199 1387 TIKAMGARH PRITHVIPUR 79.2201 23.4013 1388 TIKAMGARH PRITHVIPUR 79.2819 23.458 1389 TIKAMGARH TIKAMGARH 78.9431 24.835 1390 TIKAMGARH TIKAMGARH 78.8208 24.7967 1391 TIKAMGARH TIKAMGARH 78.9098 24.7626 1392 TIKAMGARH TIKAMGARH 78.97 24.6744 1393 TIKAMGARH TIKAMGARH 78.8005 24.6785 1394 TIKAMGARH TIKAMGARH 78.7743 24.6106 1395 TIKAMGARH TIKAMGARH 78.9564 24.4509 1396 TIKAMGARH TIKAMGARH 78.9682 24.5439 1397 TIKAMGARH TIKAMGARH 78.9177 24.6687 1398 TIKAMGARH TIKAMGARH 78.8254 24.7365 1399 TIKAMGARH TIKAMGARH 78.8847 24.82 1400 TIKAMGARH TIKAMGARH 78.9563 24.7989 1401 TIKAMGARH TIKAMGARH 78.944 24.7724 1402 TIKAMGARH TIKAMGARH 78.9996 24.8542 1403 TIKAMGARH TIKAMGARH 78.8143 24.8406 1404 TIKAMGARH TIKAMGARH 78.8469 24.8237 1405 TIKAMGARH TIKAMGARH 78.8699 24.7548 1406 TIKAMGARH TIKAMGARH 78.9678 24.5752 1407 TIKAMGARH TIKAMGARH 79.0066 24.6169 1408 TIKAMGARH TIKAMGARH 79.0454 24.6506 1409 TIKAMGARH TIKAMGARH 78.8681 24.6594 1410 TIKAMGARH TIKAMGARH 78.884 24.6971 1411 TIKAMGARH TIKAMGARH 78.9246 24.7267 1412 TIKAMGARH TIKAMGARH 78.9563 24.657 1413 TIKAMGARH TIKAMGARH 78.9396 24.6225 1414 TIKAMGARH TIKAMGARH 79.0216 24.5816 1415 TIKAMGARH TIKAMGARH 78.9899 24.4742 1416 TIKAMGARH TIKAMGARH 79.1284 24.6842 1417 TIKAMGARH TIKAMGARH 79.1116 24.6458 1418 TIKAMGARH TIKAMGARH 78.8081 24.6313 1419 TIKAMGARH TIKAMGARH 78.8461 24.7051 1420 TIKAMGARH TIKAMGARH 78.9996 24.6466

1421 TIKAMGARH TIKAMGARH 79.0075 24.5392

Page211

PROPOSED TENTATIVE LOCATION OF SOIL INFILTRATION IN FIVE DISTRICT BUNDELKHAND UP

Slno District Block Village longitude latitude 1 BANDA JASPURA Rampur 80.383318 25.859302 2 BANDA JASPURA Jaspura 80.372392 25.787079 3 BANDA JASPURA Gadariya 80.299544 25.787079 4 BANDA JASPURA Narauli 80.441596 25.852736 5 BANDA JASPURA Sindhan Kalan 80.452524 25.790362 6 BANDA BADOKHAR KHURD Kamnaudi 80.459808 25.531016 7 BANDA BADOKHAR KHURD Khairada 80.208482 25.445662 8 BANDA BADOKHAR KHURD Kanwara 80.2959 25.527734 9 BANDA BADOKHAR KHURD Durendi 80.292258 25.455511 10 BANDA BADOKHAR KHURD Barokhar Khurd 80.368748 25.439097 11 BANDA BADOKHAR KHURD Mawai Buzurg 80.368748 25.550713 12 BANDA TINDWARI Khaptiha Kalan 80.376034 25.613088 13 BANDA JASPURA Rehutan 80.376034 25.705008 14 BANDA TINDWARI Palara 80.467094 25.705008 15 BANDA TINDWARI Parsaunda 80.463452 25.609805 16 BANDA BADOKHAR KHURD Rehunda 80.456166 25.458794 17 BANDA TINDWARI Tindawari Rural 80.532658 25.616371 18 BANDA TINDWARI Barethi Kalan 80.529014 25.698442 19 BANDA BABERU Murwal 80.55087 25.524451 20 BANDA BABERU Alampur 80.616434 25.544148 21 BANDA TINDWARI Singhpur 80.627358 25.622936 22 BANDA BISANDA Shiv 80.620074 25.452228 23 BANDA BISANDA Bagha 80.70385 25.373439 24 BANDA MAHUVA Khurhand 80.459808 25.357025 25 BANDA MAHUVA Barokhar Buzurg 80.372392 25.360308 26 BANDA MAHUVA Santpur 80.372392 25.284802 27 BANDA MAHUVA Baheri 80.459808 25.278237 28 BANDA MAHUVA Pagnara 80.463452 25.209297 29 BANDA NARAINI Barkola Kalan 80.459808 25.12066 30 BANDA NARAINI Mukera 80.394246 25.114094 31 BANDA MAHUVA Hastam 80.532658 25.35046 32 BANDA BISANDA Gadaon 80.623718 25.357025 33 BANDA MAHUVA Atarra (Rural) 80.543586 25.28152 34 BANDA NARAINI Turra 80.620074 25.278237 35 BANDA NARAINI Karari 80.714778 25.28152 36 BANDA MAHUVA Mungaura 80.529014 25.199448 37 BANDA NARAINI Mahuta 80.627358 25.192883 38 BANDA NARAINI Rasin 80.696566 25.202731 39 BANDA NARAINI Sadha 80.55087 25.117377 40 BANDA BABERU Patvan 80.70385 25.609805 41 BANDA BABERU Baberu (NP) 80.70385 25.547431

42 BANDA BISANDA Beldan 80.711134 25.439097

Page212

43 BANDA BABERU Adhawan 80.805838 25.619653 44 BANDA KAMASIN Enguva 80.889614 25.616371 45 BANDA KAMASIN Kumheda Sanee 80.878686 25.544148 46 BANDA BABERU Sonahula 80.791266 25.540865 47 BANDA KAMASIN Pachhahan 80.962462 25.534299 48 BANDA KAMASIN Korra Bujurg 80.813122 25.468642 49 BANDA KAMASIN Mamsee Khurd 80.889614 25.455511 50 BANDA BISANDA Kullu Khera 80.787626 25.363591 51 BANDA JASPURA Ichhawar 80.513496 25.857222 52 BANDA TINDWARI Benda 80.620335 25.679592 53 BANDA BABERU Marka 80.800687 25.683127 54 BANDA KAMASIN Kathar 80.968297 25.600057 55 BANDA BABERU Aliha 80.53506 25.4728 56 BANDA NARAINI Karatal 80.36059 25.043307 57 BANDA NARAINI Kalyanpur 80.623276 25.149355 58 CHITRAKOOT PAHARI Bhadedoo Bangar 81.122726 25.442379 59 CHITRAKOOT PAHARI Darsenda 80.936962 25.445662 60 CHITRAKOOT PAHARI Sursen 81.046234 25.448945 61 CHITRAKOOT MANIKPUR Chandara Mara 81.042594 25.114094 62 CHITRAKOOT KARVI Patiya Jabti 80.88597 25.363591 63 CHITRAKOOT PAHARI Harri 80.955174 25.373439 64 CHITRAKOOT KARVI Makari Paldeo 80.864114 25.294651 65 CHITRAKOOT KARVI Bhaisaundha 80.813122 25.28152 66 CHITRAKOOT KARVI Chak Jafar 80.940606 25.28152 67 CHITRAKOOT KARVI Ranipur Bhatt 80.882326 25.199448 68 CHITRAKOOT KARVI Bharthoul 80.802194 25.192883 69 CHITRAKOOT KARVI Kol Gadhiya 80.940606 25.196165 70 CHITRAKOOT MANIKPUR Madaiyan 80.958818 25.12066 71 CHITRAKOOT MANIKPUR Markundi Range 80.955174 25.035306 72 CHITRAKOOT MANIKPUR Tikaria Jamunihai 80.88597 25.022174 73 CHITRAKOOT PAHARI Saligpur 81.046234 25.363591 74 CHITRAKOOT PAHARI Chanahat 81.111798 25.363591 75 CHITRAKOOT PAHARI Taura 81.046234 25.297934 76 CHITRAKOOT PAHARI Kandha Baniya 81.119082 25.301217 77 CHITRAKOOT MANIKPUR Basawanpur 81.042594 25.206014 78 CHITRAKOOT MANIKPUR Agarhunda 81.115442 25.206014 79 CHITRAKOOT MANIKPUR Barah Mafi 81.042594 25.02874 80 CHITRAKOOT MANIKPUR Kalwaliya Mahuliya 81.122726 25.032023 81 CHITRAKOOT MANIKPUR Gadhchapa 81.122726 25.123943 82 CHITRAKOOT RAMNAGAR Chhibon 81.206502 25.288085 83 CHITRAKOOT RAMNAGAR Piparaund 81.301206 25.28152 84 CHITRAKOOT RAMNAGAR Itwan 81.202858 25.192883 85 CHITRAKOOT MANIKPUR Desah 81.199218 25.114094 86 CHITRAKOOT MANIKPUR Unchadeeh 81.199218 25.038589 87 CHITRAKOOT MAU Khandeha 81.293918 25.192883

88 CHITRAKOOT MAU Kharagdah 81.381338 25.1896

Page213

89 CHITRAKOOT MAU Arawari Naudhiya 81.476038 25.202731 90 CHITRAKOOT MAU Goiya Kalan 81.468754 25.123943 91 CHITRAKOOT MANIKPUR Manikpur Range 81.137294 24.953234 92 CHITRAKOOT MANIKPUR Mahuli 81.053522 24.969649 93 CHITRAKOOT RAMNAGAR Ragauli Mustkil 81.189816 25.350845 94 CHITRAKOOT KARVI Manpur 80.70071 25.136983 95 CHITRAKOOT KARVI Chhapara Mafi 80.792846 25.149355 96 CHITRAKOOT MANIKPUR Kusumi 80.87518 24.966423 97 CHITRAKOOT MAU Mau Mustkil 81.366247 25.2881 98 HAMIRPUR GOHAND Iteliya Raja 79.46179 25.718139 99 HAMIRPUR GOHAND Gohand 79.53828 25.705008 100 HAMIRPUR GOHAND Kachhwa Kalan 79.614772 25.705008 101 HAMIRPUR RATH Noranga 79.458148 25.616371 102 HAMIRPUR GOHAND Siyawri 79.55285 25.626219 103 HAMIRPUR GOHAND Bara 79.614772 25.616371 104 HAMIRPUR RATH Malheta Danda 79.450863 25.544148 105 HAMIRPUR RATH Nauhai 79.541924 25.527734 106 HAMIRPUR RATH Kaswa Khera 79.62934 25.531016 107 HAMIRPUR SARILA Idhora 79.55285 25.878999 108 HAMIRPUR SARILA Baukhar 79.625698 25.865867 109 HAMIRPUR SARILA Islampur 79.549208 25.793645 110 HAMIRPUR SARILA Dadov 79.64391 25.803493 111 HAMIRPUR SARILA Jariya Tila 79.702188 25.790362 112 HAMIRPUR SARILA Magrol 79.705832 25.718139 113 HAMIRPUR GOHAND Jakheri 79.702188 25.616371 114 HAMIRPUR MUSKARA Sioni 79.800534 25.698442 115 HAMIRPUR MUSKARA Ainjhi 79.804176 25.626219 116 HAMIRPUR MUSKARA Kharela 79.796892 25.553996 117 HAMIRPUR MUSKARA Kar Gaon 79.9608 25.701725 118 HAMIRPUR MUSKARA Chilli 79.873382 25.701725 119 HAMIRPUR MUSKARA Gehrauli (Par Muskera) 79.877024 25.619653 120 HAMIRPUR MAUDAHA Silauli 80.05186 25.695159 121 HAMIRPUR MAUDAHA Maudaha (MB) 80.131992 25.688593 122 HAMIRPUR MAUDAHA Bhabhani 80.048218 25.609805 123 HAMIRPUR MAUDAHA Chichara 80.055502 25.534299 124 HAMIRPUR MAUDAHA Sirsi Khurd 80.131992 25.531016 125 HAMIRPUR MAUDAHA Kahra 80.040932 25.448945 126 HAMIRPUR MAUDAHA Sirsi Kalan 80.117422 25.448945 127 HAMIRPUR KURARA Patara Danda 80.040932 25.941373 128 HAMIRPUR SARILA Neoli Basa 79.713116 25.865867 129 HAMIRPUR SARILA Khandaut 79.789606 25.862584 130 HAMIRPUR SARILA Chheri Baini 79.796892 25.780513 131 HAMIRPUR KURARA Bachrauli 80.033648 26.039858 132 HAMIRPUR KURARA Tikonahar 79.964442 25.947939 133 HAMIRPUR KURARA Gujraura 79.880666 25.941373

134 HAMIRPUR MUSKARA Bajehta Danda 79.9608 25.859302

Page214

135 HAMIRPUR MUSKARA Bhandhur Buzurg 79.877024 25.783796 136 HAMIRPUR MUSKARA Lodipur Jalalpur 79.949872 25.793645 137 HAMIRPUR SARILA Bhedi Danda 79.866098 25.865867 138 HAMIRPUR SUMERPUR Kalauli Jar 80.05186 25.856019 139 HAMIRPUR SUMERPUR Dariapur 80.12835 25.875716 140 HAMIRPUR SUMERPUR Bhabhaura 80.21941 25.875716 141 HAMIRPUR SUMERPUR Pachkhura Khurd 80.197556 25.77723 142 HAMIRPUR SUMERPUR Ingohata 80.117422 25.783796 143 HAMIRPUR SUMERPUR Shadipur 80.048218 25.787079 144 HAMIRPUR SUMERPUR Surauli Buzurg Danda 80.288616 25.872433 145 HAMIRPUR MAUDAHA Bamhrauli 80.208482 25.688593 146 HAMIRPUR MAUDAHA Karhiya 80.135634 25.606522 147 HAMIRPUR MAUDAHA Biherka 80.212126 25.609805 148 HAMIRPUR MAUDAHA Gusyari 80.197556 25.540865 149 HAMIRPUR MAUDAHA Baije Mau 80.288616 25.70829 150 HAMIRPUR MAUDAHA Chhani (Par Maudaha) 80.281332 25.63935 151 HAMIRPUR KURARA Badanpur 80.115546 25.959735 152 HAMIRPUR KURARA Simra 79.957738 26.041921 153 JALAUN DAKOR Sherandazpur 79.290597 25.951221 154 JALAUN NADIGAON Baridang 79.039271 26.12193 155 JALAUN NADIGAON Dhorpur 79.039271 26.016878 156 JALAUN NADIGAON Bhagwantpura 79.123046 26.12193 157 JALAUN NADIGAON Magraul 79.115762 26.194152 158 JALAUN NADIGAON Parawar 79.057483 26.184304 159 JALAUN MADHOGANJ Asahana 79.119404 26.289355 160 JALAUN RAMPURA Siddha Pura 79.123046 26.384558 161 JALAUN RAMPURA Mai 79.210464 26.368144 162 JALAUN RAMPURA Nawar 79.290597 26.358295 163 JALAUN MADHOGANJ Shahbajpur 79.286955 26.282789 164 JALAUN RAMPURA Budhanpura 79.199537 26.295921 165 JALAUN MADHOGANJ Sirsadogarhi 79.210464 26.21385 166 JALAUN MADHOGANJ Chaki 79.290597 26.204001 167 JALAUN NADIGAON Dhanja 79.199537 26.12193 168 JALAUN JALAUN Hatheri 79.294239 26.115364 169 JALAUN KONCH Tumra 79.130331 26.033293 170 JALAUN KONCH Pachipura Kalan 79.195895 26.039858 171 JALAUN KONCH Paretha 79.108477 25.951221 172 JALAUN KONCH Anda 79.184967 25.954504 173 JALAUN KONCH Chamari 79.137616 25.875716 174 JALAUN KONCH Bilayan 79.206822 25.875716 175 JALAUN JALAUN Dhanora Kala 79.305167 26.049707 176 JALAUN DAKOR Pur 79.301524 25.86915 177 JALAUN KUTHAUND Gora Rathaur 79.388942 26.358295 178 JALAUN KUTHAUND Bijwaha 79.44722 26.358295 179 JALAUN KUTHAUND Daun 79.37073 26.286072

180 JALAUN KUTHAUND Gangaura 79.450863 26.289355

Page215

181 JALAUN JALAUN Hirapur 79.367087 26.210567 182 JALAUN JALAUN Nagra 79.450863 26.204001 183 JALAUN MAHEVA Niamatpur 79.545566 26.194152 184 JALAUN MAHEVA Nepanyan 79.614772 26.204001 185 JALAUN JALAUN Urgaon 79.37073 26.115364 186 JALAUN MAHEVA Binaura 79.458148 26.115364 187 JALAUN MAHEVA Musmirya 79.53828 26.125213 188 JALAUN MAHEVA Piproudha 79.611128 26.118647 189 JALAUN MAHEVA Imiliya Khurd 79.698546 26.125213 190 JALAUN DAKOR Mohana 79.458148 25.803492 191 JALAUN DAKOR Bara Gaon 79.374372 25.954504 192 JALAUN DAKOR Gadhhar 79.378015 26.03001 193 JALAUN DAKOR Barha Orai 79.450863 26.039858 194 JALAUN DAKOR Kuthonda 79.46179 25.93809 195 JALAUN DAKOR Timron 79.37073 25.878999 196 JALAUN DAKOR Haidalpur 79.465432 25.875716 197 JALAUN DAKOR Kamtha 79.374372 25.806776 198 JALAUN DAKOR Ragoli 79.527354 26.043141 199 JALAUN KADAURA Aata 79.611128 26.03001 200 JALAUN DAKOR Karwi Buzurg 79.549208 25.954504 201 JALAUN KADAURA Sunahta 79.625698 25.947939 202 JALAUN KADAURA Lohargav 79.716758 26.043141 203 JALAUN KADAURA Var Khera 79.789606 26.036576 204 JALAUN KADAURA Ekona 79.877024 26.043141 205 JALAUN KADAURA Parsan 79.709474 25.957787 206 JALAUN KADAURA Chatela 79.789606 25.954504 207 JALAUN NADIGAON Unchagaon 78.965803 25.968572 208 JALAUN NADIGAON Kemra 78.975605 26.023363 209 JALAUN NADIGAON Kurchauli 78.977565 26.129411 210 JALAUN MAHEVA Khargui Dewara 79.524502 26.275226 211 MAHOBA PANWARI Simariya 79.450863 25.445662 212 MAHOBA PANWARI Naghara Ghat 79.388942 25.442379 213 MAHOBA PANWARI Kilhauwa 79.541924 25.452228 214 MAHOBA CHARKHARI Gaurahari 79.618414 25.455511 215 MAHOBA PANWARI Kohaniya 79.385299 25.373439 216 MAHOBA PANWARI Didwara 79.46179 25.363591 217 MAHOBA JAITPUR Dinai 79.534638 25.376722 218 MAHOBA CHARKHARI Gorkha 79.632984 25.376722 219 MAHOBA PANWARI Kanaura 79.44722 25.291368 220 MAHOBA JAITPUR Jaitpur 79.541924 25.288085 221 MAHOBA JAITPUR Mudhari 79.622056 25.274954 222 MAHOBA JAITPUR Ajnar 79.53828 25.209297 223 MAHOBA JAITPUR Ari 79.454505 25.199448 224 MAHOBA JAITPUR Nanwara 79.632984 25.199448 225 MAHOBA KABRAI Mahoba (MB) 79.880666 25.291368

226 MAHOBA CHARKHARI Kudar 79.705832 25.537582

Page216

227 MAHOBA CHARKHARI Udaipura 79.702188 25.445662 228 MAHOBA JAITPUR Asthaun 79.698546 25.376722 229 MAHOBA JAITPUR Salat 79.702188 25.291368 230 MAHOBA CHARKHARI Jataura 79.793248 25.448945 231 MAHOBA CHARKHARI Kuraura Dang 79.800534 25.376722 232 MAHOBA KABRAI Bania Tala Mahanpu 79.800534 25.288085 233 MAHOBA KABRAI Sri Nagar 79.782322 25.196165 234 MAHOBA KABRAI Chhikahra 79.873382 25.366874 235 MAHOBA KABRAI Gugaura 79.949872 25.366874 236 MAHOBA KABRAI Paswara 79.957158 25.291368 237 MAHOBA KABRAI Gauodhi 79.953514 25.619653 238 MAHOBA CHARKHARI Kuwan 79.877024 25.547431 239 MAHOBA KABRAI Baberi 79.964442 25.544148 240 MAHOBA KABRAI Gaihra 79.94623 25.448945 241 MAHOBA CHARKHARI Bambhauri Kalan 79.873382 25.445662 242 MAHOBA KABRAI Bila Dakshin 80.040932 25.376722 243 MAHOBA KABRAI Kharka 80.11378 25.380005

Page217

List of Villages for Soil Infiltration Study in 6 districts of Bundelkhand, M.P

Dist Sr. no. Block Long Lati Village CHHATARPUR 1 BADA MALHE 79.03 24.42 Saurai 2 CHHATARPUR BADA MALHE 79.05 24.46 Nayakhera 3 CHHATARPUR BADA MALHE 79.05 24.50 Saura 4 CHHATARPUR BADA MALHE 79.26 24.52 Mawai 5 CHHATARPUR BADA MALHE 79.05 24.56 Badera 6 CHHATARPUR BADA MALHE 79.38 24.51 Ranipura 7 CHHATARPUR BADA MALHE 79.23 24.58 Kurra 8 CHHATARPUR BADA MALHE 79.28 24.60 Rajpura 9 CHHATARPUR BADA MALHE 79.27 24.65 Ubari 10 CHHATARPUR BADA MALHE 79.33 24.64 Karki 11 CHHATARPUR BADA MALHE 79.36 24.57 Khatola 12 CHHATARPUR BADA MALHE 79.18 24.52 Jhigari 13 CHHATARPUR BIJAWAR 79.51 24.68 Utawali 14 CHHATARPUR BIJAWAR 79.57 24.66 Agra 15 CHHATARPUR BIJAWAR 78.48 24.54 Patan 16 CHHATARPUR BIJAWAR 79.55 24.61 Pathar 17 CHHATARPUR BIJAWAR 79.61 24.55 Kota 18 CHHATARPUR BIJAWAR 79.77 24.58 Sukwaha 19 CHHATARPUR BIJAWAR 79.37 24.73 Dikoli 20 CHHATARPUR BIJAWAR 79.37 24.67 Rajpura 21 CHHATARPUR BIJAWAR 79.50 24.76 Bijaipur 22 CHHATARPUR BIJAWAR 79.52 24.73 Bijaipur 23 CHHATARPUR BIJAWAR 79.62 24.45 Bankigirauli 24 CHHATARPUR BIJAWAR 79.71 24.62 Majhguwan Kalan 25 CHHATARPUR BIJAWAR 79.85 24.55 Kakra 26 CHHATARPUR BIJAWAR 79.83 24.43 Purwa 27 CHHATARPUR BIJAWAR 79.49 24.45 Chhayan 28 CHHATARPUR BIJAWAR 79.47 24.66 Baragawan 29 CHHATARPUR BIJAWAR 79.75 24.49 Kishangarh 30 CHHATARPUR BIJAWAR 79.72 24.42 Malwara 31 CHHATARPUR BUXWAHA 79.10 24.20 Mahuta 32 CHHATARPUR BUXWAHA 79.14 24.15 Manki Majhaguwan 33 CHHATARPUR BUXWAHA 79.18 24.25 Batton 34 CHHATARPUR BUXWAHA 79.22 24.21 Nipaniya 35 CHHATARPUR BUXWAHA 79.28 24.19 Karri 36 CHHATARPUR BUXWAHA 79.37 24.44 Bajna 37 CHHATARPUR BUXWAHA 79.27 24.40 Hatna 38 CHHATARPUR BUXWAHA 79.28 24.31 Harduwa 39 CHHATARPUR BUXWAHA 79.33 24.26 Kusmad 40 CHHATARPUR BUXWAHA 79.25 24.28 Jaitupura

41 CHHATARPUR CHHATARPUR 79.65 25.02 Bari Page218

42 CHHATARPUR CHHATARPUR 79.61 24.94 Sarani 43 CHHATARPUR CHHATARPUR 79.62 24.82 Roura 44 CHHATARPUR CHHATARPUR 79.39 24.82 Bhelsi 45 CHHATARPUR CHHATARPUR 79.41 24.97 Bara 46 CHHATARPUR CHHATARPUR 79.51 24.95 Ragoliya 47 CHHATARPUR CHHATARPUR 79.49 24.88 Rasuiya Thakuran 48 CHHATARPUR CHHATARPUR 79.33 24.84 Didol 49 CHHATARPUR CHHATARPUR 79.60 24.89 Chandrapura 50 CHHATARPUR CHHATARPUR 79.55 24.99 Kaindi 51 CHHATARPUR CHHATARPUR 79.50 24.79 Gonchi 52 CHHATARPUR CHHATARPUR 79.66 24.78 Padariya 53 CHHATARPUR GAURIHAR 80.03 25.25 Tikari 54 CHHATARPUR GAURIHAR 80.12 25.20 Chitahari 55 CHHATARPUR GAURIHAR 80.23 25.11 Govindpur 56 CHHATARPUR GAURIHAR 80.35 25.15 Ajitpur 57 CHHATARPUR GAURIHAR 80.22 25.20 Bahadurpur 58 CHHATARPUR GAURIHAR 80.12 25.28 Abhau 59 CHHATARPUR GAURIHAR 80.18 25.31 Katra 60 CHHATARPUR GAURIHAR 80.30 25.25 Singarpur 61 CHHATARPUR GAURIHAR 80.37 25.19 Hajipur 62 CHHATARPUR GAURIHAR 80.28 25.38 Barua 63 CHHATARPUR GAURIHAR 80.23 25.25 Hanukheda 64 CHHATARPUR GAURIHAR 80.27 25.17 Partappur 65 CHHATARPUR LAUNDI 79.91 25.17 Sumedi 66 CHHATARPUR LAUNDI 79.98 25.10 Madwa 67 CHHATARPUR LAUNDI 80.01 25.02 Deori 68 CHHATARPUR LAUNDI 80.17 24.98 Ganpat Kheda 69 CHHATARPUR LAUNDI 80.03 25.16 Sijaee 70 CHHATARPUR LAUNDI 80.07 25.12 Patna 71 CHHATARPUR LAUNDI 80.14 25.11 Raopur 72 CHHATARPUR LAUNDI 80.22 25.08 Padari 73 CHHATARPUR LAUNDI 80.12 25.02 Ranipur 74 CHHATARPUR LAUNDI 80.08 25.08 Beehar Purwa 75 CHHATARPUR LAUNDI 79.93 25.23 Pura 76 CHHATARPUR NOWGAON 79.32 25.30 Harpalpur (NP) 77 CHHATARPUR NOWGAON 79.37 25.19 Alipura 78 CHHATARPUR NOWGAON 79.46 25.01 Tidani 79 CHHATARPUR NOWGAON 79.58 25.11 Bhadesar 80 CHHATARPUR NOWGAON 79.67 25.05 Gursari 81 CHHATARPUR NOWGAON 79.81 25.10 Mukharra 82 CHHATARPUR NOWGAON 79.74 24.99 Pur 83 CHHATARPUR NOWGAON 79.71 25.08 Baidar 84 CHHATARPUR NOWGAON 79.43 25.09 Chaubara 85 CHHATARPUR NOWGAON 79.60 25.06 Sindukhi 86 CHHATARPUR NOWGAON 79.45 25.26 Mabaiya

87 CHHATARPUR RAJNAGAR 79.76 24.74 Choka Kodan

Page219

88 CHHATARPUR RAJNAGAR 79.86 24.68 Bhusor 89 CHHATARPUR RAJNAGAR 80.00 24.77 Toriya 90 CHHATARPUR RAJNAGAR 79.78 24.81 Ganj 91 CHHATARPUR RAJNAGAR 79.97 24.84 Barakheda 92 CHHATARPUR RAJNAGAR 79.91 24.98 Patharya 93 CHHATARPUR RAJNAGAR 79.79 24.93 Vikrampur 94 CHHATARPUR RAJNAGAR 79.76 24.88 Birona 95 CHHATARPUR RAJNAGAR 80.02 24.90 Dhoguwan 96 CHHATARPUR RAJNAGAR 79.87 24.89 Gora 97 CHHATARPUR RAJNAGAR 79.91 25.09 Sura 98 CHHATARPUR RAJNAGAR 79.98 24.93 Singro 99 CHHATARPUR RAJNAGAR 79.91 24.83 Tikuri 100 CHHATARPUR RAJNAGAR 79.73 24.95 Katiya 101 CHHATARPUR RAJNAGAR 79.67 24.70 Bhaira 102 CHHATARPUR RAJNAGAR 79.86 24.78 Kishorganj 103 CHHATARPUR RAJNAGAR 79.83 25.02 Bamhori Bahdurju 104 DAMOH BATIYAGARH 79.21 24.11 Jalna 105 DAMOH BATIYAGARH 79.29 24.02 Nibora Kalan 106 DAMOH BATIYAGARH 79.41 24.04 Bakayan 107 DAMOH BATIYAGARH 79.33 24.08 Kumharwar 108 DAMOH BATIYAGARH 79.39 24.12 Neem Kheda Tikri 109 DAMOH BATIYAGARH 79.48 24.12 Sunwaha 110 DAMOH BATIYAGARH 79.60 24.17 Padaihar 111 DAMOH BATIYAGARH 79.43 24.21 Ramnagar 112 DAMOH BATIYAGARH 79.37 24.18 Geedan 113 DAMOH BATIYAGARH 79.45 24.30 Shahpura Khurd 114 DAMOH BATIYAGARH 79.55 24.20 Bhiloni 115 DAMOH DAMOH 79.52 23.96 Karaiya Ankh 116 DAMOH DAMOH 79.59 23.92 Papariya khurd 117 DAMOH DAMOH 79.65 23.82 Neem Kheda 118 DAMOH DAMOH 79.49 23.87 Chhapri Karanju 119 DAMOH DAMOH 79.56 23.80 Harduwa Chungal 120 DAMOH DAMOH 79.60 23.77 Jujhar 121 DAMOH DAMOH 79.56 23.71 Semra Madiya 122 DAMOH DAMOH 79.47 23.78 Rajnagar Khurd 123 DAMOH DAMOH 79.39 23.81 Kounrasa 124 DAMOH DAMOH 79.43 23.72 Jortala Khurd 125 DAMOH DAMOH 79.41 23.55 Imaliya Ghat 126 DAMOH HATTA 79.62 24.11 Bori Kalan 127 DAMOH HATTA 79.76 24.11 Muhra 128 DAMOH HATTA 79.68 24.16 Nayagaon Hatta 129 DAMOH HATTA 79.80 24.21 Husena 130 DAMOH HATTA 79.80 24.29 Malwara Siri 131 DAMOH HATTA 79.72 24.22 Padri Bhagant 132 DAMOH JABERA 79.71 23.82 Chandpura

133 DAMOH JABERA 79.76 23.78 Khedar

Page220

134 DAMOH JABERA 79.65 23.75 Dhansara 135 DAMOH JABERA 79.74 23.72 Kathai 136 DAMOH JABERA 79.87 23.68 Boda Mangarh 137 DAMOH JABERA 79.86 23.60 Sagodi Khurd 138 DAMOH JABERA 79.81 23.52 Bhojpura 139 DAMOH JABERA 79.72 23.56 Muderi 140 DAMOH JABERA 79.69 23.65 Pati Maharaj Singh 141 DAMOH JABERA 79.62 23.69 Ghanghari 142 DAMOH JABERA 79.55 23.65 Mudari Tejgarh 143 DAMOH JABERA 79.66 23.53 Korta 144 DAMOH JABERA 79.75 23.48 Sawara 145 DAMOH JABERA 79.69 23.71 Pipariya Naval 146 DAMOH JABERA 79.59 23.61 Mahuwaghat 147 DAMOH JABERA 79.75 23.67 Mala 148 DAMOH PATERA 79.54 24.05 Bijori Pathak 149 DAMOH PATERA 79.68 24.07 Rasota 150 DAMOH PATERA 79.62 24.00 Kudai 151 DAMOH PATERA 79.71 23.91 Imaliya Patera 152 DAMOH PATERA 79.77 24.02 Kota 153 DAMOH PATERA 79.82 23.92 Kuluwa 154 DAMOH PATERA 79.82 23.82 Khakra 155 DAMOH PATHARIA 79.28 23.78 Taravali 156 DAMOH PATHARIA 79.36 23.82 Chhaprat 157 DAMOH PATHARIA 79.27 23.84 Shahpur 158 DAMOH PATHARIA 79.11 23.92 Sujnipur 159 DAMOH PATHARIA 79.21 23.98 Jagthar 160 DAMOH PATHARIA 79.32 23.99 Kajreti 161 DAMOH PATHARIA 79.48 24.00 Rampur 162 DAMOH PATHARIA 79.39 23.98 Narsinghgarh 163 DAMOH PATHARIA 79.28 23.94 Khaejra Lakhroni 164 DAMOH PATHARIA 79.35 23.92 Semara Chakka 165 DAMOH PATHARIA 79.34 23.88 Bamhori Choutha 166 DAMOH PATHARIA 79.25 23.90 Kindraho 167 DAMOH TENDULHEDA 79.34 23.22 Dukarsata 168 DAMOH TENDULHEDA 79.33 23.38 Foolar 169 DAMOH TENDULHEDA 79.43 23.48 gaoan 170 DAMOH TENDULHEDA 79.55 23.46 Nibora Ryt 171 DAMOH TENDULHEDA 79.59 23.36 Jharoli 172 DATIA BHANDER 78.77 25.98 Bisae Pura 173 DATIA BHANDER 78.84 25.92 Ghanshyam Pur 174 DATIA BHANDER 78.67 25.90 Ahroni 175 DATIA BHANDER 78.75 25.88 Salon Bhitari 176 DATIA BHANDER 78.79 25.83 Bisal Pura 177 DATIA BHANDER 78.70 25.84 Khiriya Faijulla 178 DATIA BHANDER 78.73 25.78 Torpatharra

179 DATIA BHANDER 78.75 25.66 Kudila

Page221

180 DATIA DATIA 78.29 25.73 Ghughsi 181 DATIA DATIA 78.32 25.78 Dangra 182 DATIA DATIA 78.37 25.68 Badonikhurd 183 DATIA DATIA 78.44 25.77 Dongarpur 184 DATIA DATIA 78.45 25.62 Bajni 185 DATIA DATIA 78.53 25.59 Gharawa 186 DATIA DATIA 78.63 25.60 Targuwan 187 DATIA DATIA 78.69 25.68 Bijanpura 188 DATIA DATIA 78.67 25.77 Khiriyakhodas 189 DATIA DATIA 78.57 25.76 Suketa 190 DATIA DATIA 78.52 25.73 Kevlari 191 DATIA DATIA 78.59 25.70 Kakarua 192 DATIA DATIA 78.63 25.63 Kamad 193 DATIA DATIA 78.55 25.65 Govindgarh 194 DATIA SEONDHA 78.45 25.85 Bhadona 195 DATIA SEONDHA 78.56 25.84 Raruarai 196 DATIA SEONDHA 78.52 25.95 Bilaspur 197 DATIA SEONDHA 78.61 25.91 Delua 198 DATIA SEONDHA 78.59 25.99 Barabuzurg 199 DATIA SEONDHA 78.65 25.95 Kudari 200 DATIA SEONDHA 78.71 26.00 Diguwan 201 DATIA SEONDHA 78.63 26.03 Todapahad 202 DATIA SEONDHA 78.66 26.11 Dongarpur 203 DATIA SEONDHA 78.71 26.05 Bhagupura 204 DATIA SEONDHA 78.80 26.12 Daryaopur 205 DATIA SEONDHA 78.77 26.21 Gumanpura Bhapatpur 206 PANNA AJAIGARH 80.12 24.83 Kurmiyan 207 PANNA AJAIGARH 80.17 24.93 Bara Kagreka 208 PANNA AJAIGARH 80.21 24.86 Banhari Khurd 209 PANNA AJAIGARH 80.27 24.88 Taroni 210 PANNA AJAIGARH 80.22 24.97 Farswaha 211 PANNA AJAIGARH 80.44 25.01 Kalyanpur(Khora) 212 PANNA AJAIGARH 80.30 24.98 Biharsakhariya 213 PANNA AJAIGARH 80.33 24.91 Kalyanpur 214 PANNA GUNNOR 79.92 24.46 Baraunha 215 PANNA GUNNOR 80.03 24.38 Pagra Bada 216 PANNA GUNNOR 80.09 24.48 Tunna 217 PANNA GUNNOR 80.15 24.39 Barha Khurd 218 PANNA GUNNOR 80.22 24.52 Bilghadi(Bilghari) 219 PANNA GUNNOR 80.20 24.47 Beli 220 PANNA GUNNOR 80.26 24.41 Sanaura 221 PANNA GUNNOR 80.35 24.39 Pipariya (Roondh) 222 PANNA GUNNOR 80.38 24.43 Richhul 223 PANNA GUNNOR 80.37 24.52 Bilhai

224 PANNA GUNNOR 80.32 24.51 Luhargaon

Page222

225 PANNA GUNNOR 80.27 24.45 Dighaura 226 PANNA GUNNOR 80.05 24.45 Amanganj (NP) 227 PANNA GUNNOR 80.03 24.53 Tamgarh 228 PANNA PANNA 79.91 24.66 Lalar 229 PANNA PANNA 79.93 24.57 Koni 230 PANNA PANNA 80.12 24.54 Bandhi Kalan 231 PANNA PANNA 80.23 24.59 Mohanpura 232 PANNA PANNA 80.08 24.69 Bador 233 PANNA PANNA 80.11 24.78 Harsa 234 PANNA PANNA 80.36 24.60 Hinota 235 PANNA PANNA 80.43 24.58 Phulwari 236 PANNA PANNA 80.28 24.72 Tilguwan 237 PANNA PANNA 80.23 24.80 Ranipur Babupur Alias 238 PANNA PANNA 80.32 24.79 Rajapur 239 PANNA PANNA 80.42 24.80 Dhanoja 240 PANNA PANNA 80.49 24.80 Bhasuda 241 PANNA PANNA 80.52 24.87 Jaruwa Kheda 242 PANNA PANNA 80.43 24.89 Panari 243 PANNA PANNA 80.39 24.89 Simariya 244 PANNA PANNA 80.34 24.75 Ahirguwan 245 PANNA PANNA 80.29 24.64 Chopra 246 PANNA PANNA 80.19 24.65 Jhalai 247 PANNA PANNA 80.03 24.67 Hinota 248 PANNA PANNA 80.01 24.57 Kudan 249 PANNA PAWAI 79.90 24.40 Udla 250 PANNA PAWAI 79.86 24.31 Pagra 251 PANNA PAWAI 79.88 24.24 Ludhni 252 PANNA PAWAI 79.93 24.18 Thingri 253 PANNA PAWAI 80.06 24.15 Majhgawan Pahad 254 PANNA PAWAI 80.19 24.18 Mohadia 255 PANNA PAWAI 80.04 24.25 Simra Kalan 256 PANNA PAWAI 80.08 24.32 Sarsela 257 PANNA PAWAI 80.10 24.36 Nargi 258 PANNA PAWAI 80.47 24.34 Janpura 259 PANNA PAWAI 80.49 24.26 Kalda 260 PANNA PAWAI 80.45 24.27 Diya 261 PANNA PAWAI 80.35 24.29 Kutmi Bandora 262 PANNA PAWAI 80.33 24.32 Bhadar 263 PANNA PAWAI 80.32 24.36 Murkuchhu 264 PANNA PAWAI 80.21 24.35 Deori Sarkar 265 PANNA PAWAI 80.18 24.33 Rampur 266 PANNA PAWAI 80.27 24.31 Birsinghpur 267 PANNA PAWAI 80.16 24.25 Juhi 268 PANNA PAWAI 80.17 24.22 Birha

269 PANNA PAWAI 80.09 24.29 Simri

Page223

270 PANNA PAWAI 79.97 24.30 Tighra 271 PANNA PAWAI 79.86 24.19 Rajpur 272 PANNA PAWAI 80.03 24.27 Kinna 273 PANNA SHAHNAGAR 79.83 24.13 Maharajganj 274 PANNA SHAHNAGAR 79.80 24.05 Kakra 275 PANNA SHAHNAGAR 79.90 23.88 Jamundad 276 PANNA SHAHNAGAR 79.93 23.97 Ranipura 277 PANNA SHAHNAGAR 80.01 24.02 Dobha Baghnarwa 278 PANNA SHAHNAGAR 80.12 24.01 Gajanda 279 PANNA SHAHNAGAR 80.27 23.96 Mihgawan Tilia 280 PANNA SHAHNAGAR 80.20 24.09 Budhrod 281 PANNA SHAHNAGAR 80.54 24.14 Chhatoul 282 PANNA SHAHNAGAR 80.53 24.22 PAnari 283 PANNA SHAHNAGAR 80.38 24.20 Sarangpur 284 PANNA SHAHNAGAR 80.34 24.08 Ramgarha 285 PANNA SHAHNAGAR 80.27 24.07 Pousi 286 PANNA SHAHNAGAR 80.10 24.06 Jhirmila Dauwa 287 PANNA SHAHNAGAR 79.91 24.07 Sonmau Kalan 288 PANNA SHAHNAGAR 79.92 23.93 Roopjhir 289 PANNA SHAHNAGAR 80.15 23.95 Atarhai 290 PANNA SHAHNAGAR 80.32 24.01 Ama 291 SAGAR BANDA 79.00 23.92 Bilauwa 292 SAGAR BANDA 79.07 23.98 Madia 293 SAGAR BANDA 79.16 24.05 Chakkniwari 294 SAGAR BANDA 79.07 24.07 Chandrapura 295 SAGAR BANDA 78.92 24.01 Panari 296 SAGAR BANDA 78.83 24.12 Tagiya 297 SAGAR BANDA 78.77 24.01 Semra Ahir 298 SAGAR BANDA 78.72 24.18 Kalraho 299 SAGAR BANDA 78.72 24.10 Pidaruwa 300 SAGAR BANDA 78.94 23.94 Ramchandrapura 301 SAGAR BANDA 79.00 24.07 Sonpur 302 SAGAR BINA 78.15 24.05 Satni 303 SAGAR BINA 78.24 24.12 Rampur 304 SAGAR BINA 78.16 24.13 Berodiya Gath 305 SAGAR BINA 78.14 24.18 Hadkal Khati 306 SAGAR BINA 78.22 24.16 Hiranchipa 307 SAGAR BINA 78.26 24.22 Gungi 308 SAGAR BINA 78.13 24.24 Bhakrai 309 SAGAR BINA 78.28 24.26 Bethni 310 SAGAR BINA 78.20 24.31 Laharwas 311 SAGAR BINA 78.22 24.37 Umaria 312 SAGAR BINA 78.30 24.41 Palikheda Mahuwa Kheda 313 SAGAR JAISINAGAR 78.46 23.73 Gondi

314 SAGAR JAISINAGAR 78.57 23.77 Killai

Page224

315 SAGAR JAISINAGAR 78.68 23.79 Khiria Damodi 316 SAGAR JAISINAGAR 78.65 23.72 Mochal 317 SAGAR JAISINAGAR 78.76 23.73 Sethiya 318 SAGAR JAISINAGAR 78.77 23.64 Pipariya 319 SAGAR JAISINAGAR 78.60 23.60 Dhoha 320 SAGAR JAISINAGAR 78.55 23.65 Gadarkhera 321 SAGAR JAISINAGAR 78.70 23.67 Jhujarpura 322 SAGAR JAISINAGAR 78.77 23.59 Khamkuwa 323 SAGAR KESLI 78.77 23.55 Bhonhara 324 SAGAR KESLI 78.73 23.49 Indalpur 325 SAGAR KESLI 78.86 23.49 Patna Khurd 326 SAGAR KESLI 78.91 23.39 Jamuniyachikhli 327 SAGAR KESLI 78.86 23.29 Kukaryau 328 SAGAR KESLI 78.65 23.39 Pipariya Toda 329 SAGAR KESLI 78.81 23.43 Kesali 330 SAGAR KESLI 78.80 23.36 Alanpur 331 SAGAR KHURAI 78.36 24.23 Khadesara 332 SAGAR KHURAI 78.31 24.17 Maheri 333 SAGAR KHURAI 78.40 24.13 Madani 334 SAGAR KHURAI 78.29 24.10 Khaijra Ijjat 335 SAGAR KHURAI 78.37 24.05 Mudiya 336 SAGAR KHURAI 78.47 24.03 Balop 337 SAGAR KHURAI 78.41 23.95 Bhilon 338 SAGAR KHURAI 78.35 23.89 Kundru 339 SAGAR KHURAI 78.34 23.96 Sabdha 340 SAGAR KHURAI 78.31 24.00 Alkhedi 341 SAGAR KHURAI 78.24 24.08 Silgaon 342 SAGAR KHURAI 78.35 24.16 Patharia Bodha 343 SAGAR MALTHON 78.42 24.26 Hardot 344 SAGAR MALTHON 78.52 24.28 Rampura 345 SAGAR MALTHON 78.59 24.25 Dabedera 346 SAGAR MALTHON 78.66 24.19 Sanjra 347 SAGAR MALTHON 78.66 24.11 Jamu Keshar 348 SAGAR MALTHON 78.55 24.13 Bangela 349 SAGAR MALTHON 78.45 24.15 Aduwa 350 SAGAR MALTHON 78.55 24.09 Dhawri 351 SAGAR MALTHON 78.57 23.99 Sewan 352 SAGAR MALTHON 78.60 24.05 Pithoriya 353 SAGAR RAHATGARH 78.29 23.74 Chakerpur 354 SAGAR RAHATGARH 78.35 23.71 Nadanwara 355 SAGAR RAHATGARH 78.31 23.85 Saikheda 356 SAGAR RAHATGARH 78.43 23.80 Kalyanpur Bir 357 SAGAR RAHATGARH 78.49 23.83 Menwara Khurd 358 SAGAR RAHATGARH 78.49 23.92 Luharra 359 SAGAR RAHATGARH 78.58 23.91 Nagna

360 SAGAR RAHATGARH 78.59 23.83 Lotni

Page225

361 SAGAR RAHATGARH 78.55 23.89 Basiya Gange 362 SAGAR RAHATGARH 78.72 23.96 Gadoli Kalan 363 SAGAR RAHATGARH 78.65 23.93 Belai Guru 364 SAGAR REHLI 79.09 23.55 Chandpur 365 SAGAR REHLI 79.04 23.57 Kishangarh 366 SAGAR REHLI 78.97 23.62 Ingua Kheda 367 SAGAR REHLI 79.06 23.70 Niwasi 368 SAGAR REHLI 79.20 23.67 Berkheri Khurd 369 SAGAR REHLI 79.07 23.75 Hardi 370 SAGAR REHLI 79.10 23.82 Chandola 371 SAGAR REHLI 79.17 23.77 Garhakota (M+OG) 372 SAGAR REHLI 79.26 23.68 Chainpura 373 SAGAR REHLI 79.27 23.63 Deowalpani 374 SAGAR REHLI 79.01 23.72 Tinsi 375 SAGAR REHLI 79.23 23.52 Kudpura 376 SAGAR REHLI 79.10 23.63 Kasal Pipariya 377 SAGAR SAGAR 78.82 23.94 Saderi 378 SAGAR SAGAR 78.89 23.92 Simariya 379 SAGAR SAGAR 79.03 23.87 Kaijra Uddet 380 SAGAR SAGAR 78.79 23.83 Sagar (M Corp+OG) 381 SAGAR SAGAR 78.95 23.78 Belai Mafi 382 SAGAR SAGAR 78.85 23.74 383 SAGAR SAGAR 78.93 23.67 Hanota Khurd 384 SAGAR SAGAR 78.80 23.67 Udaipura Tiwari 385 SAGAR SAGAR 78.86 23.63 Badarchuwa 386 SAGAR SAGAR 78.86 23.86 Bamhori Dhunder 387 SAGAR SAGAR 78.77 23.79 Menpani 388 SAGAR SAGAR 79.00 23.79 Girwar 389 SAGAR SAGAR 78.84 23.80 Khejrabag 390 SAGAR SAGAR 78.86 23.69 Papariya Ramwan 391 SAGAR SHAHNAGAR 78.94 24.12 Jalampur 392 SAGAR SHAHNAGAR 79.04 24.13 Magra 393 SAGAR SHAHNAGAR 78.97 24.21 Malkhuwan 394 SAGAR SHAHNAGAR 79.05 24.24 Bilguwan 395 SAGAR SHAHNAGAR 79.00 24.25 Nanakpur 396 SAGAR SHAHNAGAR 79.17 24.29 Fulwari 397 SAGAR SHAHNAGAR 78.99 24.31 Jhadola 398 SAGAR SHAHNAGAR 79.11 24.38 Garroli 399 TIKAMGARH BALDEOGARH 79.01 24.73 Dumbar 400 TIKAMGARH BALDEOGARH 79.12 24.74 Bhaira Novar 401 TIKAMGARH BALDEOGARH 79.23 24.72 Imiliya 402 TIKAMGARH BALDEOGARH 79.07 24.83 Balwantpura Khas 403 TIKAMGARH BALDEOGARH 79.16 24.79 Kharon 404 TIKAMGARH BALDEOGARH 79.25 24.79 Khajrar 405 TIKAMGARH BALDEOGARH 79.17 24.88 Phuter Chak-2

406 TIKAMGARH BALDEOGARH 79.32 24.94 Pacher Khas

Page226

407 TIKAMGARH BALDEOGARH 79.24 24.88 Teela 408 TIKAMGARH BALDEOGARH 79.21 24.85 Rampura 409 TIKAMGARH BALDEOGARH 79.19 24.64 Arora 410 TIKAMGARH JATARA 78.87 25.11 Antpura 411 TIKAMGARH JATARA 78.98 25.08 Phateh Ka Khirak 412 TIKAMGARH JATARA 79.05 24.93 Karmaura 413 TIKAMGARH JATARA 78.90 24.92 Janakpura khas 414 TIKAMGARH JATARA 78.77 24.90 Nandanpur 415 TIKAMGARH JATARA 78.72 24.93 Bhouragarh 416 TIKAMGARH JATARA 78.70 25.02 Gyajeetpura 417 TIKAMGARH JATARA 78.82 25.02 Ratangunwan Khas 418 TIKAMGARH JATARA 78.94 25.00 Shahpur 419 TIKAMGARH JATARA 78.83 24.96 Digoda 420 TIKAMGARH JATARA 78.75 25.07 Nadanwara Khas 421 TIKAMGARH JATARA 79.11 25.01 Tanga 422 TIKAMGARH NIWARI 78.77 25.30 Naya Khera 423 TIKAMGARH NIWARI 78.78 25.34 Poha Khas 424 TIKAMGARH NIWARI 78.79 25.39 Kena 425 TIKAMGARH NIWARI 78.87 25.42 Virsinghpura 426 TIKAMGARH NIWARI 78.95 25.42 Chachawali 427 TIKAMGARH NIWARI 78.90 25.45 Kudar 428 TIKAMGARH NIWARI 78.93 25.53 Kaithau Pahari 429 TIKAMGARH NIWARI 78.78 25.45 Baghat 430 TIKAMGARH PALERA 79.02 25.23 Uprarakhas 431 TIKAMGARH PALERA 78.93 25.14 Jaruwa 432 TIKAMGARH PALERA 79.32 25.10 Bela 433 TIKAMGARH PALERA 79.19 24.97 Basat Guwan 434 TIKAMGARH PALERA 79.23 25.08 Bakhatpura 435 TIKAMGARH PALERA 79.06 25.11 Anantpura 436 TIKAMGARH PALERA 79.02 25.06 Sagarwara 437 TIKAMGARH PALERA 79.14 25.08 Ratwas 438 TIKAMGARH PALERA 79.24 25.04 Palera (NP) 439 TIKAMGARH PRITHVIPUR 78.70 25.32 Bhelsa 440 TIKAMGARH PRITHVIPUR 78.63 25.25 Hamirpur 441 TIKAMGARH PRITHVIPUR 78.86 25.21 Banjaripura Bhata 442 TIKAMGARH PRITHVIPUR 78.73 25.21 Ladwari Tal 443 TIKAMGARH PRITHVIPUR 78.63 25.20 Patariya 444 TIKAMGARH PRITHVIPUR 78.62 25.14 Majra Kachar 445 TIKAMGARH PRITHVIPUR 78.70 25.09 Luharguwan 446 TIKAMGARH PRITHVIPUR 78.71 25.17 Keripura 447 TIKAMGARH PRITHVIPUR 78.81 25.11 Jayora Mora 448 TIKAMGARH PRITHVIPUR 78.80 25.16 Birora Pahad North 449 TIKAMGARH PRITHVIPUR 78.71 25.25 Atarra 450 TIKAMGARH PRITHVIPUR 78.83 25.24 Garroli 451 TIKAMGARH TIKAMGARH 78.94 24.84 Raipur

452 TIKAMGARH TIKAMGARH 78.82 24.80 Sunora Khiriya

Page227

453 TIKAMGARH TIKAMGARH 78.91 24.76 Dhajrai 454 TIKAMGARH TIKAMGARH 78.97 24.67 Kachhya Khera 455 TIKAMGARH TIKAMGARH 78.80 24.68 Charpuwan 456 TIKAMGARH TIKAMGARH 78.77 24.61 Khiriya Ghat 457 TIKAMGARH TIKAMGARH 78.96 24.45 Kakarwaha Khas 458 TIKAMGARH TIKAMGARH 78.97 24.54 Dunda 459 TIKAMGARH TIKAMGARH 78.92 24.67 Kachhya Khera 460 TIKAMGARH TIKAMGARH 78.83 24.74 Maharajpura 461 TIKAMGARH TIKAMGARH 78.88 24.82 Gopalpura Bhata 462 SAGAR DEORI 78.91 23.56 Bigaura 463 SAGAR DEORI 78.93 23.51 Gugwara 464 SAGAR DEORI 79.11 23.49 Dungariya Mohli 465 SAGAR DEORI 78.99 23.40 Baheriya 466 SAGAR DEORI 79.12 23.37 Jogipura 467 SAGAR DEORI 79.00 23.23 Harrai 468 SAGAR DEORI 79.16 23.22 Chhigoda 469 SAGAR DEORI 79.03 23.29 Patna Barjorsa 470 SAGAR DEORI 78.97 23.35 Raikheda 471 SAGAR DEORI 79.21 23.30 Arjunda 472 SAGAR DEORI 79.06 23.41 Dongar Salaiya

Page228

SECTION IX

FORMATS FOR SUBMISSION OF DATA

Page229

SECTION IX

FORMATS FOR SUBMISSION OF DATA

Annexure VIII LOGGING DATA (NATURAL GAMMA LOGGING) (ANNEXURE XVIII)

Unique ID Location Block District Toposheet Number Latitude in Degree Decimal Longitude in Degree Decimal Site plan and RL(m amsl) Date/Year Depth Drilled (m bgl) Depth Logged (m bgl) Bore hole dia.

Unique ID Depth range (m bgl) Thickness Natural Gamma counts Inferred (m) (CPS) Lithology From To

Signature and stamp of Authorized signatory

Page230

Annexure-IXa

PUMPING TEST DATA SHEET – PUMPING WELL (ANNEXURE IX-A) Site name with coordinates Location details Block District & State Type of Well Pumping well Date of Test & Start time Diameter of well (mm) Distance from the observation well (m) Capacity of the pump Discharge (lps) Measuring Point (m) SWL in m below measuring point Time since Clock Time Water level pump started Drawdown (m) Remarks (HH/MM) (m bmp) (min) Interval for Recording of data.

1 minute interval upto 10 min 2 minute interval upto 20 min 5 minute interval upto 50 min 1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 5 min recording upto 60 min 10 min recording upto 100 min 20 min recroding upto 200min 50 min recording until 500 min 100 min recording until completion of the test.

Page231

Annexure-IXb

PUMPING TEST DATA SHEET-OBSERVATION WELL (ANNEXURE IX-B)

Site name with coordinates Location details Block District & State Type of Well observation well Date of Test & Start time Diameter of well (mm) Distance from the pumping well (m) Capacity of the pump Discharge (lps) Measuring Point (m) SWL in m below measuring point Time since Clock Time Water level pump started Drawdown (m) Remarks (HH/MM) (m bmp) (min) Interval for Recording of data.

1 minute interval upto 10 min 2 minute interval upto 20 min 5 minute interval upto 50 min 1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 5 min recording upto 60 min 10 min recording upto 100 min 20 min recroding upto 200min 50 min recording until 500 min 100 min recording until completion of the test.

Page232

Annexure-IXc

RECOVERY TEST DATA SHEET – PUMPING WELL (ANNEXURE IX-C)

Site name with coordinates Location details Block District & State Type of Well Pumping well Date of Test & Start time Diameter of well (mm) Distance from the observation well (m) Capacity of the pump Discharge (lps) Measuring Point (m) SWL in m below measuring point Time since Time since Residual pump started stopping of Water level Drawdown RDD t/t’ (min) pumping (m bmp) (m) (t) (min) (t’) Interval for Recording of data.

1 minute interval upto 10 min 2 minute interval upto 20 min

1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 5 minute interval upto 50 min 10 min recording upto 100 min 20 min recroding upto 200min 50 min recording until 500 min 100 min recording until completion of the test.

Page233

Annexure-IXd

RECOVERY TEST DATA SHEET – OBSERVATION WELL (ANNEXURE IX-D)

Site name with coordinates Location details Block District & State Type of Well observation well Date of Test & Start time Diameter of well (mm) Distance from the pumping well (m) Capacity of the pump Discharge (lps) Measuring Point (m) SWL in m below measuring point Time since Time since Residual pump started stopping of Water level Drawdown RDD t/t’ (min) pumping (m bmp) (m) (t) (min) (t’) Interval for Recording of data.

1 minute interval upto 10 min 2 minute interval upto 20 min

1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 5 minute interval upto 50 min 10 min recording upto 100 min 20 min recroding upto 200min 50 min recording until 500 min 100 min recording until completion of the test.

Page234

Annexure-IXe

RECOVERY TEST DATA SHEET – PRELIMINARY YIELD TEST(PYT) (ANNEXURE IX- E)

Site name with coordinates Location details Block District & State Type of Well Pumping well Date of Test & Start time Diameter of well (mm) Discharge (lps) Measuring Point (m) SWL in m below measuring point Time since Time since Residual pump started stopping of Water level Drawdown RDD t/t’ (min) pumping (m bmp) (m) (t) (min) (t’) Interval for Recording of data.

1 minute interval upto 10 min 2 minute interval upto 20 min

1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 5 minute interval upto 50 min 10 min recording upto 100 min 20 min recroding upto 200min 50 min recording until 500 min 100 min recording until 90% recuperation to Static water level.

Page235

Annexure Xa

CONSOLIDATED STATEMENT OF PUMPING TEST CONDUCTED (ANNEXURE X -A)

Sl.no Village Block District Lat(Degr Long(Deg Depth of Geologica T Sy (%) name ee ree Decimal) well (m) l (m2/day) Decimal) EW OW formation 1 2 3 4 5 6

Page236

Annexure Xb

CONSOLIDATED STATEMENT OF RESULTS OF TESTS CONDUCTED IN HARD ROCK (ANNEXURE X-B)

Sl.no Block Distri Water Water Water shed boundaries Geologic Sy (%) ct Shed Shed Fro To Fro To formation name area m lat m Lon (sq.km) Lat Lon g g 1 2 3 4 5 6

Page237

Annexure XI

SLUG TEST DATA SHEET (ANNEXURE XI)

Well no:______Date of test ______Location : Administrative Block : ______District: ______State ______Latitude(Degree Decimal) :______Longitude(Degree Decimal):______Toposheet no:______

Well Details:

Type of Well: BW/TW Owner : Govt/Private. Well usage: Irrigation/Domestic Well status:In use/Abondoned Geologic formation______Depth of the well:______(m).Diameter of Well :______(mm) Casing length ______(m) Reported discharge _____lps. Alluvial area/Hard rock area : Zones tapped/Fractures encountered from ____ to_____(m).

Test Reading Measuring point (MP)______(m) Static WL ______(m) Slug Quantity(Injection)______litre. Time of start of test______Time of Completion of test______Length of test______(Minutes)

Results: Analysis method Type of aquifer : Unconfined/Confined. Method used for Analysis : ______

Aquifer parameters : Transmissivity______m2/d and Hydraulic Conductivity (K) ______m/d.

Name of personnel conducted test Signature Date

Page238

Annexure-XII SLUG TEST - DATA SHEET (ANNEXURE XII)

Site name Latitude (Degree Decimal) Longitude (Degree Decimal) Block District & State Volume of Slug injected (litres) Diameter of well (mm) Date of Test Height of M.P (m.agl) SWL in m below measuring point (m) Water level Change in Water Time (min) Time (sec) H/Ho (H) in m Level (Ho) in m 1 2 3 4 5 6 7 8 9 10 12 14 16 18 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95

100

Page239

Annexure-XIII

CONSOLIDATED STATEMENT OF SLUG TEST (ANNEXURE XIII)

Sl.no Villag Lat Long Depth Geological K value e of well formation (m/d) name Hvorslev Bouwer Cooper et al method and Rice method 1 2 3 4 5 6 7 8 9 10

Page240

Annexure XIV

WELL INVENTORY - DATA SHEET (ANNEXURE XIV)

Well no:______Date of inventory______Location : ______Administrative Block : ______District: ______State ______Latitude :______Longitude:______Toposheet no:______Name of the Watershed ______Area of the Watershed ______km2 Geologic formation______Type of Well: DW/DCB/BW* Owner : Govt/Pvt. Well usage: Irrigation/Domestic. Depth of the well:______(m). Diameter of Well :______(mm) Casing length/ Curbing depth (m ______(m) Reported discharge _____lps. Weathering thickness)______m Fractures encountered from ____ to_____(m). Measuring point (MP)______(m) Static WL ______(m) Type of Pump- Submersible/Centrifuge/JET Pump Capacity ______(HP) Hours of pumping ______hrs/day. Number of pumping days______days /year. Total estimated draft ______m3/year. Cropping pattern______Command area of the well______ha.

Any other Salient feature : ______

Name of officer

Page241

Annexure-XV

BASIC DATA REPORT (ANNEXURE XV)

GOVERNMENT OF INDIA

MINISTRY OF WATER RESOURCES

CENTRAL GROUND WATER BOARD

BASIC DATA REPORT OF EXPLORATORY WELL AT (Name of Village), (Name of block) District / State

By Agency

Under overall supervision of

(Name of region) Regional HQ Month/ year

Page242

BASIC DATA REPORT OF EXPLORATORY WELL AT (Name of Village), (Name of block) District / State

CONTENTS

1. Location 2. Purpose of drilling 3. Drilling history 4. Geology 4.1 Sub surface geology 5. Geophysical logging 6. Well Assembly 7. Well Hydraulics 8. Hydro-Chemistry

A. Plates

1. Site plan. 2. Litho log and Well designs 3. Electrical log - Analog 4. Sp. Capacity V/s Draw down. 5. Time V/s Draw down 6. Discharge V/s Sp. Draw down 7. Stepwise Discharge V/s Losses 8. Time V/s Draw down-Exploratory well 9. Time V/s Draw down-Observation Well 10. Residual draw down V/s t/t/-Exploratory Well 11. Residual draw down V/s t/t/-OW

Annexures

1. Step draw down Test- Time V/s Draw down 2. Aquifer Performance Test -Time V/s Draw down - Exploratory Well 3. Aquifer Performance Test -Time V/s Draw down-OW 4. Aquifer Performance Test- Residual Draw down V/s t/t’- Exploratory Well 5. Aquifer Performance Test- Residual Draw down V/s t/t’-Observation Well 6. Drill time log

Page243

GOVERNMENT OF INDIA CENTRAL GROUND WATER BOARD (name of region ) Regional HQ

1. BASIC DATA REPORT

LOCATION : --

BLOCK : ---

DISTRICT/ state : --

CO-ORDINATES : Long: A0 B/C // E

Lat: X0 Y/ Z// N

SURVEY OF INDIA TOPO SHEET NO. : jkl

Page244

BASIC DATA REPORT OF EXPLORATORY WELL AT (Name of Village), (Name of block) District / State 1. LOCATION

Give details of site, along with location approach

2. PURPOSE AND SCOPE

Describe the purpose and scope of ground water exploration

3. DRILLING HISTORY

Brief history of various activities and methods applied in carrying out ground water exploration. In respect of Hard rock, depth at which fracture encountered and discharge measured during drilling of each fracture zone etc. to be furnished.

4. GEOLOGY

Give general geology of the area

4.1 SUB SURFACE GEOLOGY

Litholog Lithology Depth range (m) Thickness From to (m)

Composite log Lithology Depth range (m) Thickness From to (m)

5. ELECTRICAL/ NATURAL GAMMA LOGGING OF BOREHOLE

Zones deciphered on the basis of Electrical/ natural gamma logging S.No. Depth range Thickness (m bgl) (m) 1.1.1.1.1.1.2 R From To e m a r k

Page245

6. WELL ASSEMBLY

Well assembly of exploratory well & Observation well Depth range m (bgl) Length (m) Dia (mm) Slot Description size(mm)

7. WELL HYDRAULICS

i) Step Draw down Test and ii) Aquifer Performance Test.

7.1 Step Draw down Test:

Write paragraph about the step drawdown test and summerise the data as below

Table- 7: Summarized results of Step Draw down Test

Step No. Duration Discharge (lpm) Draw down (m) Specific capacity (min) (lpm/m)

I

II

III

IV

Page246

Table- 8: Computed results of Step Draw Down Test

Q Graphically Sp.ddn Formation loss Well loss Formation Well Calculate Well Step (lpm) corrected co-efficient co-efficient loss loss d efficiency draw (B) (C) (BQ) (CQ2) drawdow down (m) n (m/lpm) (m) (m) (BQ+CQ2 )

(m) I

II III

IV

Page247

7.2 AQUIFER PERFORMANCE TEST:

Write paragraph about the step drawdown test and summerise the data as below

Parameter Observations Date - Static Water Level - Duration of the test - Discharge (Q) m3/day -

Parameter EXPLORATORY OW Remarks WELL Drawdown (m) Sp. Capacity (lpm/m) Transmissivity (T) Storativity(S)

7.2.1 Computation of Transmissivity

Please describe computation of Transmissivity

7.2.2 Computation of Storativity

Please describe computation of Storativity

8.0 Chemical Quality of Ground Water

Table-9: Results of chemical analysis of water samples

Water Constituents sample pH EC 2 H Cl NO3 F Ca Mg Na K Total

micro CO3 hardness mhos as CaCO3 /cm at 250c

Concentrations in mg/l

Heavy

metals

248

Data of Step draw down Test

Time in Depth to Drawdown minute since water level (m) pumping started

1 2 3 4 5 6 7 8

9

10

12 14 16 18 20 25 30

35 40 45 50

55 60

249

Data of Aquifer Performance Test - Time V/s Draw down Time since Depth to Drawdown Time since Depth to Drawdown pumping Water Level pumping Water Level started started (minutes) (mbgl) (m) (minutes) (mbgl) (m) (1) (2) (3) (1) (2) (3) 1 220 2 240 3 260 4 280 5 300 6 320 7 340 8 360 9 380 10 400 12 430 14 460 16 480 18 500 20 530 25 560 30 590 35 650 40 710 45 770 50 830 55 890 60 950 70 1010 80 And so on 90 100 110 120 140 150 160 180 200

250

Data of Aquifer Performance Test- Residual Draw down V/s t/t’ (EW)

Time (minutes) since pump t/t’ DTWL RDD

Started stopped m (bgl) (m)

9.0 Well Diagram In respect of soft rock formation and soft boulder formation

Well diagram with details of final reamed dia, well assembly (blank and screen position) with assembly size and depth, gravel packing and its depth, cement sealing with depth, clay packing and depth, concrete platform and static water level.

In respect of hard rock formation

Well diagram with details of overburden drilling dia, casing pipe length, dia, naked well dia, fracture zone and it depth and it’s depth, part assembly (blank/ screen position) cement sealing with depth, clay packing and depth, concrete platform and static water level.

251

SECTION X

DRAWINGS

252

SECTION X

DRAWINGS

(SAMPLE DRAWINGS) ANNEXURE-A

20 mm bolt

1 ½ ‘ L angle

Casing pipe

Cement concrete platform

Well cap

253

(SAMPLE DRAWINGS) Annexure-B

Well cap

15 mm ф HT Allen bolts

15 mm ф HT Allen nuts

5 CM

5CM

Welded position 7”/8”/10”/12” ф casing pipe

254

(SAMPLE DRAWINGS) Annexure- C

Cement concrete platform

Permanent marking by welding 20 CM CGWB EW/OW 20 mm ф HT Nuts & Bolts

30 CM Cement Cement Natural ground Level

Concrete Concrete

20 CM

Anchoring plates 6 Nos

MS CASING PIPE 6”/7”/8”/10”/12”

255

256

Protection Box (Plate thickness – 4 mm) Annexure-III 65 CM

65 CM

53 CM

45 CM

55 cm

55 CM 25 mm ф holes Bottom Side

10CM

55CM 35CM X 5 CM

10CM

65 CM

5 mm Heavy duty Hinges Heavy duty pad lock

SIDE VIEW 53 CM 45 CM

55 CM 257

65 CM

FRONT VIEW 45 CM

55 CM

65 CM

Heavy duty hinges

REAR VIEW 53 CM

55 CM

COVER PLATE OF SIZE: 65 CM X 65 CM (with HANDLE and LOCK). The cover plate should have minimum 5 CM extra projection on all sides of box for safeguarding the box and lock against rainfall. The edges of sheet should not be sharp but should be rounded off. The thickness of the plate should be made of 4 mm GI sheet.

258

DISPLAY BOARD DRAWING ANNEXURE-II

1.0m

GOVERNMENT OF INDIA CENTRAL GROUND WATER BOARD BOARD ______REGION, ______

1. SITE NAME : 1.0m 2. BLOCK/DISTRICT : 3. TYPE OF WELL : EXPLORATORY/OBSERVATION 4.WELL : DEPTH ____ OF ______WELL: ___ m T 5.MONTH/YEAR OF CONSTRUCTION:

Display Board fabricated using 3mm M.S sheet NOT TO 1.2m SCALE 40mm dia Heavy duty GI pipe

0.10m G.L

0.50m Cement concrete block of mix 1:2:4

259

Annexure IVa

CLAY CEMENT PLATFORM M.S BLANK HOUSING PIPE PACKING OVERBURDEN & 150mm NOMINAL DIA SOFT ROCK MS SCREENING PIPE FORMATIONS

GROUND LEVEL

GRAVEL PACKING IN BAIL PLUG ANNULAR SPACE

SAMPLE DESIGN OF EXPLORATORY WELL IN SOFT ROCK FORMATIONS

260

Annexure IVb

150\100mmM.S BLANK PIPE CEMENT PLATFORM 150mm\100mm LCG V OVERBURDEN & WIRE SCREENING UNCONSOLIDATED PIPE FORMATIONS GROUND LEVEL

GRAVEL PACKING IN ANNULAR SPACE BAIL PLUG

SAMPLE DESIGN OF OBSERVATION WELL SOFT ROCK FORMATIONS

261

Annexure V

175mm NOMINAL DIA CEMENT PLATFORM M.S CASING PIPE OVERBURDEN FORMATIONS GROUND LEVEL

HARD ROCK

FIG:SAMPLE DESIGN OF EXPLORATORY & OBSERVATION WELLS IN HARD ROCK FORMATION

262

Annexure VI

200mmM.S BLANK PIPE CEMENT PLATFORM 200mm LCG V WIRE OVERBURDEN & SCREENING PIPE UNCONSOLIDATED FORMATIONS GROUND LEVEL

GRAVEL PACKING IN ANNULAR SPACE BAIL PLUG

FIG: SAMPLE DESIGN OF WELL SOFT BOULDARY FORMATIONS

263

SECTION XI

BIDDING DATA

264

SECTION XI

BIDDING DATA

Summary of Works: Aquifer Mapping in Bundelkhand (exept Lalitpur & Jhansi District).

Name and address of the employer- Chairman, Central Ground Water Board, Bhujal Bhawan, NH-IV Faridabad-121001 (Haryana)

Period of bid validity- 120 Days

Amount of earnest money

Name of Package Region Estimated Cost in INR EMD in INR Bundelkhand NR Lucknow & NCR Bhopal 39,12,03,666.00 49,25,000.00

Deadline for submission of bids: 15.11.2016 at 17:00 Hrs.

Venue, time and date of bid opening- Central Ground Water Board, Bhujal Bhawan, Faridabad--- 16.11.2016 at 10:00Hrs.

Standard form and amount of performance guarantee acceptable to the employer-Section-XIV and 10% of the Bid Price

Security Deposit: Not applicable

Bill of Quantities (as per standard form)- The Bill of Quantities has been provided in Section-VII. The detailed Bill of Quantities for works may be seen in the BOQ section uploaded in the e-tendering system which is an integral part of this tender document.

Clause 3.1

i) Time allowed for submission of Performance Guarantee from the date of issue of letter of acceptance. - 15 days

ii) Maximum allowable extension beyond the period

provided in i) above- No extension allowed

Clause 4.1

Specifications to be followed for execution of work – As defined in following sections: Section-V Scope of work and Technical Specifications Section-VII Bill of Quantities

Maximum percentage for quantity of Clause 4.2 items of work to be executed beyond

which rates are to be determined in accordance with Clauses –4.2.

Deviation Limit

shall apply for building work Not applicable

Deviation Limit

shall apply for foundation work Not applicable

265

Competent Authority for deciding Clause 4.3 reduced rates Not applicable

Clause 4.4

Defects Liability Period 365 days

Clause 4.6

Requirement of Technical Representative(s) and Recovery Rate

S.No. Minimum Discipline Designation Minimum Number Rate at which recovery Qualification of (Principal experience shall be made from the Technical Technical/Tech contractor in the event of Representativ e nical not fulfilling provision representative) of Clause 4.6 Figures Words 1 Graduate Engineering/ Groundwater Minimum 3 Minimum Rs.2000/- Rupees Two Degree in Geosciences Professional years of one per day Thousand per Engineering/ experience in day Master’s Geophysical Degree in Investigations, Geosciences Drilling and construction of tubewells/bore wells, Chemical Analysis of water sample, Micro Level Hydrological Data Acqisition including Ground Water Quality and Soil Infiltration studies, interpreting / analysing related data and preparation of reports.

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers.

266

Clause 8.1

Number of days from the date of issue of letter of acceptance for reckoning date of start 15 days

Time allowed for execution of work 270 days

Authority to give fair and reasonable

extension of time for completion of work S.N. Authority Extensi on of time 1 Regional Director, 30 days CGWB 2 Member, CGWB 60 days

3 Chairman, CGWB 90 days

4 Secretary, 120 MoWR, RD&GR days

Clause 8.2 Competent authority for fixing compensation Chairman, CGWB

Dispute resolution board shall consists of following members Clause 9.1 i) The concerned Member, CGWB under whose jurisdiction the work is being executed ii) The FAO, CGWB iii) The Regional Director, CGWB where work is being executed

Clause 9.2 Appointing authority for Arbitrator Chairman, CGWB

267

SECTION XII

FORMATS FOR QUALIFICATION INFORMATION

268

SECTION XII

FORMATS FOR QUALIFICATION INFORMATION

1 The information to be filled in by the Bidder in the following pages will be used to ascertain responsiveness of the bidder as per eligibility criteria provided for in Clause 2 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1.1 For Individual Bidders (Refer Clause 2.2 of ITB) Constitution or legal status of Bidder: [Attach copy]

Place of registration: [Attach copy of Registration Certificate]

Principal place of business: Power of attorney of signatory of Bid: [Attach copy]

2 Annual turnover for last three financial years (Refer Clause 2.3 of ITB)

Financial Turnover (INR) Year

2012-13

2013-14

2014-15

269

3 (a) Details of similar works successfully completed during last seven years (Refer Clause 2.4 of ITB)

Financial S. No. Employer Acceptance Description of Date of Value of Year of Tender/ Work Completion Contract Notice of Award/ Contract Details 2009-10 2010-11 2011-12 2012-13 2013-14 2014-15 2015-16

(b) Detail for proof of payment in case of work executed for private/government clients:

S.N. Name of client Details of payment viz.cheque, RTGS etc. Amount with date

270

4. Details of tubewells/ borewells constructed by the bidder during last seven years (Refer Clause 2.5 & 2.6 of ITB)

S. No. Type of formation /strata viz. Depth of Well No. of Wells Hardrock, Softrock, Coal, Gas etc

Note: The final decision in respect of Type of formation/strata viz. Hardrock, Softrock/Alluvial etc. shall be of CGWB and shall be binding to the bidders.

5 In case of a consortium, attach certified copy of the agreement between various partners identifying the parts and components of the system for which the concerned partner is responsible for execution. Furnish the information as required under above Clause 1 to 4 for each partner individually. (Refer Clause 2.2 of ITB)

6 Please provide a complete plan of operation for executing the work of packages bid for in the timeframe prescribed for completion of work, including information about availability of drilling rigs and other drilling/ geophysical equipment (owned/ hired/ leased/ to be procured).

7 Checklist for EMD S.N. EMD in INR Form of EMD Amount Date of EMD Expiry Date. (EMD (Account of EMD Issue of shall be valid for a period Payee (Amount EMD of (120 + 60 )= 180 days Demand shouldn’t from the last date of Draft/Fixed be less submission of bid)* Deposit than the Receipt/ amount in Banker’s Col.2 cheque/Bank Guarantee)

1 2 3 4 5 6 49,25,000.00

* In case last date of submission of bid has been extended, 180 days shall be counted from extended date

271

SECTION XIII

BANK GUARANTEE FORM FOR EMD

272

SECTION XIII

BANK GUARANTEE FORM FOR EMD

To

The President of India Acting through Drawing & Disbursing Officer, Central Ground Water Board, Faridabad

WHEREAS {Name and Address of Tenderer} (hereinafter called “the tenderer”) has submitted its quotation (hereinafter called the “tender”) dated {} for supply of {Short Description of Goods and Services} against the Employer’s tender inquiry No. {} dated {}

Know all persons by these presents that we {Name of Bank} (hereinafter called the “Bank”) having our registered office at {Address of Bank} are bound unto {Name of Employer} (hereinafter called the “Employer”) in the sum of {Amount} for which payment will and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this {Specify Day} day of {Specify Month and Year}.

The conditions of this obligation are:

(a) If the Tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender. (b) If the Tenderer having been notified of the acceptance of his tender by the Employer during the period of its validity: (i) fails or refuses to furnish the performance security for the due performance of the contract. (ii) fails or refuses to accept/execute the contract.

We undertake to pay the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition(s).

This guarantee will remain in force for a period of 60 (sixty) days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.

{Signature of the Authorised Officer of the Bank} {Name and Designation of the Officer} {Seal, Name & Address of the Branch of the Bank}

273

SECTION XIV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

274

SECTION XIV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

To The President of India Acting through Drawing & Disbursing Officer, Central Ground Water Board, Faridabad

WHEREAS {Name and Address of Supplier} (hereinafter called “the supplier”) has undertaken, in pursuance of Contract No {} dated {} to supply {Short Description of Goods and Services} (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified therein as security for compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of {amount of the guarantee in words and figures}, and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of {amount of the guarantee }, as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid up to and including the {Specify Day} day of {Specify Month and Year}.

{Signature of the Authorised Officer of the Bank} {Name and Designation of the Officer} {Seal, Name & Address of the Branch of the Bank}

275

SECTION XV

TENDER ACCEPTANCE LETTER

276

SECTION XV

TENDER ACCEPTANCE LETTER

From {Name and Address of Tenderer} Date

To The Chairman Central Ground Water Board ‘Bhujal Bhawan’ NH – IV Faridabad - 121001

Subject: Aquifer Mapping in Bundelkhand Reference: Your Tender Enquiry Document No.{Number} dated {Date}

Dear sir,

1. I/ We have downloaded/ obtained the tender document(s) for the above mentioned ‘Goods/Work’ from http://cgwb.gov.in or the Central Public Procurement portal of Government of India http://eprocure.gov.in/eprocure/app as per your advertisement, given in the above mentioned websites.

2. I/ We hereby certify that I/ we have read the entire terms and conditions of the tender documents from Page No. ______to ______{including all documents like annexure(s), schedule(s), etcetera}, which form part of the contract agreement and I/ we shall abide by the terms/ conditions/ clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter.

4. I/ We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/ corrigendum(s) in its totality / entirety.

5. I/ We hereby declare that our firm have never been under a declaration of non-ineligibility for corrupt and fraudulent practices issued by any Court or Government Department or Public Sector Undertaking and not blacklisted for non- compliance of any contract by any Government Department or Public Sector Undertaking.

6. I / We certify that all information furnished by us is true and correct and in the event that the information is found to be untrue/ incorrect or found violated, then your department/ organization shall, without giving any notice or reason thereof, summarily reject the bid or terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the earnest money deposited by us.

Yours faithfully,

(Signature of the Tenderer, with Official Seal)

277

SECTION XVI

INSTRUCTIONS

FOR

ONLINE BID SUBMISSION

278

SECTION XVI

INSTRUCTIONS FOR ONLINE SUBMISSION OF BIDS

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app. REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token. SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in

case they want to obtain any clarification / help from the Helpdesk.

279

PREPARATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS 1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered /given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed,

the bidder should save it and submit it online, without changing the filename. If the

280

BoQ file is found to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message and a bid summary will be displayed with the bid no. and the date and time of submission of the bid with all other relevant details.

9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is Toll Free No. 1800 3070 2232 and Mobile Nos 91 7878007972 and 91 7878007973. ****

281

SECTION XVII

SAFETY CODE

282

SECTION XVII

SAFETY CODE

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying materials as well suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an inclination not steeper than ¼ to 1(¼ horizontal and 1 vertical.)

2. Scaffolding of staging more than 3.6 m (12ft.) above the ground or floor, swung or suspended from an overhead support or erected with stationary support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm. (3ft.) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends there of with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

3. Working platforms, gangways and stairways should be so constructed that they should not sag unduly or unequally, and if the height of the platform or the gangway or the stairway is more than 3.6 m (12ft.) above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be provided with suitable means to prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be 90 cm. (3ft.)

5. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9m. (30ft.) in length while the width between side rails in rung ladder shall in no case be less than 29 cm. (11½") for ladder upto and including 3 m. (10 ft.) in length. For longer ladders, this width should be increased at least ¼” for each additional 30 cm. (1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites or work shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defence of every suit, action or other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the contractor, be paid to compensate any claim by any such person.

6. Excavation and Trenching - All trenches 1.2 m. (4ft.) or more in depth, shall at all times be supplied with at least one ladder for each 30 m. (100 ft.) in length or fraction thereof Ladder shall extend from bottom of the trench to at least 90 cm. (3ft.) above the surface of the ground. The side of the trenches which are 1.5 m. (5ft.) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m. (5ft.) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting shall be done.

7. Demolition - Before any demolition work is commenced and also during the progress of the work,

i) All roads and open areas adjacent to the work site shall either be closed or suitably

protected

283

ii) No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used by the operator shall remain electrically charged.

ii) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe.

8. All necessary personal safety equipment as considered adequate by the Employer should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those concerned:- The following safety equipment shall invariably be provided. i) Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with protective footwear and protective goggles. ii) Those engaged in white washing and mixing or stacking of cement bags or any material which is injurious to the eyes, shall be provided with protective goggles. iii) Those engaged in welding works shall be provided with welder’s protective eye-shields. iv) Stone breaker shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. v) When workers are employed in sewers and manholes, which are in active use, the contractors shall ensure that the manhole covers are opened and ventilated at least for an hour before the workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident to the public. In addition, the contractor shall ensure that the following safety measure are adhered to :-

a) Entry for workers into the line shall not be allowed except under supervision of the JE or any other higher officer.

b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours before any man is allowed to enter into the manhole for working inside.

c) Before entry presence of Toxic gases should be tested by inserting wet lead acetate paper which changes colour in the presence of such gases and gives indication of their presence.

d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit.

e) Safety belt with rope should be provided to the workers. While working inside the manholes such rope should be handled by two men standing outside to enable him to be pulled out during emergency.

f) The area should be barricaded or cordoned of by suitable means to avoid mishaps of any kind. Proper warning signs should be displayed for the safety of the public whenever cleaning works are undertaken during night or day.

g) No smoking or open flames shall be allowed near the blocked manhole being cleaned.

h) The malba obtained on account of cleaning of blocked manholes and sewer lines should be immediately removed to avoid accidents on account of slippery nature of the malba.

i) Workers should not be allowed to work inside the manhole continuously. He should be given rest intermittently. The Employer may decide the time up to which a worker may be allowed to work continuously inside the manhole.

j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency.

k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for portable air blowers are recommended for ventilating the manholes. The Motors for these shall be vapour proof and of totally enclosed type. Non sparking gas engines also could be used but they should be placed at least 2 metres away from the opening and on

the leeward side protected from wind so that they will not be a source of friction on any

284

inflammable gas that might be present.

l) The workers engaged for cleaning the manholes/sewers should be properly trained before allowing to work in the manhole.

m) The workers shall be provided with Gumboots or non sparking shoes bump helmets and gloves non sparking tools safety lights and gas masks and portable air blowers (when necessary). They must be supplied with barrier cream for anointing the limbs before working inside the sewer lines.

n) Workmen descending a manhole shall try each ladder stop or rung carefully before putting his full weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well.

o) If a man has received a physical injury, he should be brought out of the sewer immediately and adequate medical aid should be provided to him. p) The extent to which these precautions are to be taken depend on individual situation but the decision of the Employer regarding the steps to be taken in this regard in an individual case will be final.

vi) The Contractor shall not employ men and women below the age of 18 years on the work of painting with products containing lead in any form. Wherever men above the age of 18 are employed on the work of lead painting, the following precaution should be taken:-

a) No paint containing lead or lead products shall be used except in the form of paste or ready made paint.

b) Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray or a surface having lead paint is dry rubbed and scraped.

c) Overalls shall be supplied by the contractors to the workmen and adequate facilities shall be provided to enable the working painters to wash during and on the cessation of work.

9 The Contractor shall not employ women and men below the age of 18 on the work of painting with product containing lead in any form. wherever men above the age of 18 are employed on the work of lead painting, the following principles must be observed for such use :

(i) White lead, sulphate of lead or product containing these pigment, shall not be used in painting operation except in the form of pastes or paint ready for use.

ii) Measures shall be taken, wherever required in order to prevent danger arising from the application of a paint in the form of spray.

iii) Measures shall be taken, wherever practicable, to prevent danger arising out of from dust caused by dry rubbing down and scraping.

iv) Adequate facilities shall be provided to enable working painters to wash during and on cessation of work.

v) Overall shall be worn by working painters during the whole of working period.

vi) Suitable arrangement shall be made to prevent clothing put off during working hours being spoiled by painting materials.

vii) Cases of lead poisoning and suspected lead poisoning shall be notified and shall be subsequently verified by medical man appointed by the Employer.

viii) The Employer may require, when necessary medical examination of workers.

ix) Instructions with regard to special hygienic precautions to be taken in the painting trade shall be distributed to working painters.

10. When the work is done near any place where there is risk of drowning, all necessary equipments should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision, should be made for prompt first aid treatment of all injuries likely to be obtained during the course of the work.

11. Use of hoisting machines and tackle including their attachments, anchorage and supports shall

285

conform to the following standards or conditions :-

i) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defects and shall be kept repaired and in good working order. (b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength, and free from patent defects.

ii) Every crane driver or hoisting appliance operator, shall be properly qualified and no person under the age of 21 years should be in charge of any hoisting machine including any scaffolding winch or give signals to operator.

iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in hoisting or as means of suspension, the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of a hoisting machine having a variable safe working load each safe working load and the condition under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing.

iv) In case of departmental machines, the safe working load shall be notified by the Electrical Employer. As regards contractor’s machines the contractors shall notify the safe working load of the machine to the Employer whenever he brings any machinery to site of work and get it verified by the Electrical Engineer concerned.

12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to the minimum the risk of accidental descent of the load. Adequate precautions should be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations which are already energized, insulating mats, wearing apparel, such as gloves, sleeves and boots as may be necessary should be provided. The worker should not wear any rings, watches and carry keys or other materials which are good conductors of electricity.

13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work.

14. These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spot. The person responsible for compliance of the safety code shall be named therein by the contractor.

15. To ensure effective enforcement of the rules and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the Labour Officer or Employer of the department or their representatives.

1. Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt the contractor from the operations of any other Act or Rule in force in the Republic of India.

286

WP(C) 36/2009

ITEM NO.11 COURT NO.1 SECTION PIL

S U P R E M E C O U R T O F I N D I A RECORD OF PROCEEDINGS

WRIT PETITION (CIVIL) NO(s). 36 OF 2009

IN RE: MEASURES FOR PREVENTION OF FATAL ACCIDENTS OF SMALL CHILDREN DUE TO THEIR FALLING INTO ABANDONED BORE WELLS AND TUBE WELLS Petitioner(s)

VERSUS

UNION OF INDIA & ORS. Respondent(s)

(With office report)

Date: 11/02/2010 This Petition was called on for hearing today.

CORAM : HON'BLE THE CHIEF JUSTICE HON'BLE DR. JUSTICE B.S. CHAUHAN HON'BLE MR. JUSTICE C.K. PRASAD

Mr. Paramjit Singh Patwalia, Sr. Adv. (A.C.) For Petitioner(s)

For Respondent(s) Ms. Indira JaiSing, ASG Mr. Ashok Bhan, Adv. Ms. Sadhna Sandhu, Adv. Mr. C.K. Sharma, Adv. Mr. D.S. Mahra, Adv.

For State of Haryana Mr. Manjit Singh, AAG for Haryana Mr. Kamal Mohan Gupta, Adv. Ms.Reeta Chaudhary, Adv. Mr. Gaurav Teotia,Adv.

For State of Punjab Mrs. Jayshree Anand, AAG for Punjab Mr. K.K. Mahalik, Adv. Mrs. Noor Jahan, Adv. Mr. Kuldip Singh, Adv.

For State of Raj. Dr. Manish Singhvi, AAG for Rajasthan Mr. Devanshu Kumar Devesh, Adv. Mr. Milind Kumar, Adv. Mr. T. Harish Kumar, Adv.

287

For State of U.P. Mr. Shail Kumar Dwivedi, AAG for U.P. Mr. Manoj Kr. Dwivedi, adv. Ms. Vandana Mishra, Adv. Mr. Ashutosh Kr. Sharma, Adv. Mr. Gunnam Venkateswara Rao, Adv.

For State of T.N. Ms. Promila, adv. Mr. S. Thananjayan, Adv.

UPON hearing counsel the Court made the following O R D E R

Certain safety measures/guidelines have been given in the signed order which are to be observed by all the States. The guidelines given in the signed order Shall be given wide publicity through the national television channels. A copy of this order be sent to the Chief Secretaries of all the States/Union Territories who shall forward the same to the District Collectors of all Districts of their respective State.

For further directions post this matter after 12 weeks.

Ajay Kr. Jain) (Veera Verma) Court Master Court Master

(Signed order is placed on the file)

288

IN THE SUPREME COURT OF INDIA CIVIL ORIGINAL JURISDICTION

WRIT PETITION(C)NO.36 OF 2009

In Re: Measures for Prevention .... Petitioner of Fatal Accidents of Small Children Due to Their Falling Into Abandoned Bore Wells and Tube Wells

Versus

Union of India & Ors. .... Respondents

O R D E R

Heard the learned Amicus Curiae and the learned Addl. Solicitor General appearing for the Union of India.

It has been brought to the notice of this Court that in a number of cases children had been trapped and fallen into bore wells and tube wells or abandoned wells. These reports have been coming from various States. Accordingly, we took suo motu initiative and issued notice to the various States to take immediate measures to prevent such kind of incidents.

The Union of India has filed its counter affidavit giving certain guidelines to be followed by the States.

We have perused the affidavit and the guidelines suggested by the Union of India.

Having regard to the number of incidents that have taken place during the recent past and immediate need for preventing such incidents in future, we direct that the following safety measures/guidelines are to be observed by all the States :-

(i)"The owner of the land/premises, before taking any steps for constructing bore well/ tube well must inform in writing at least 15 days in advance to the concerned authorities in the area, i.e., District Collector/ District Magistrate/Sarpanch of the Gram Panchayat/ concerned officers of the Department of Ground Water/ Public Health/ Municipal Corporation, as the case may be, about the construction of bore well/tube well.

(ii)Registration of all the drilling agencies,viz., Govt./Semi Govt./Private etc. should be mandatory with the district administration.

(iii)Erection of signboard at the time of construction near the well with the following details :-

289

(a)Complete address of the drilling agency at the time of construction/ rehabilitation of well. (b)Complete address of the user agency/ owner of the well.

(iv)Erection of barbed wire fencing or any other suitable barrier around the well during construction.

(v)Construction of cement/concrete platform measuring 0.50 x 0.50x 0.60 meter (0.30 meter above ground level and 0.30 meter below ground level) around the well casing.

(vi)Capping of well assembly by welding steel plate or by providing a strong cap to be fixed to the casing pipe with bolts & nuts.

(vii)In case of pump repair, the tube well should not be left uncovered.

(viii)Filling of mud pits and channels after completion of works.

(ix)Filling up abandoned borewells by clay/sand /boulders/pebbles/drill cuttings etc. from bottom to ground level.

(x)On completion of the drilling operations at a particular location, the ground conditions are to be restored as before the start of drilling.

(xi)District Collector should be empowered to verify that the above guidelines are being followed and proper monitoring check about the status of boreholes/tubewells are being taken care through the concerned State/Central Government agencies.

(xii)District/Block/Village wise status of bore wells/tubewells drilled viz. No. of wells in use, No.of abandoned bore wells/tube wells found open, No. of abandoned borewells/tubewells properly filled up to ground level and balance number of abandoned borewells/tubewells to be filled up to ground level is to be maintained at District Level.

In rural areas, the monitoring of the above is to be done through Village Sarpanch and the Executive from the Agriculture Department.

In case of urban areas, the monitoring of the above is to be done through Junior Engineer and the Executive from the concerned Department of Ground Water/Public Health/ Municipal Corporation etc.

(xiii)If a borewell/tubewell is ‘Abandoned' at any stage, a certificate from the concerned department of Ground Water/Public health/Municipal Corporation/Private contractor etc. must be obtained by the aforesaid agencies that the 'Abandoned' borewell/tubewell is properly filled upto the ground level. Random inspection of the abandoned wells is also to be done by the Executive of the concern agency/department. Information on all such data on the above are to be maintained in the District Collector/ Block Development Office of the State.

The guidelines abovementioned shall be given wide publicity through the national television channels. A copy of this order be sent to the Chief Secretaries of all the States/Union Territories who shall forward the

290

same to the District Collectors of all Districts of their respective State.

For further directions post this matter after 12 weeks.

...... CJI.

...... J. (Dr. B.S. CHAUHAN)

...... J. (C.K. PRASAD) NEW DELHI; FEBRUARY 11, 2010

291

SECTION XVIII

MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS

292

SECTION XVIII

MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS

1. APPLICATION These rules shall apply to all buildings and construction works in which twenty or more workers are ordinarily employed or are proposed to be employed in any day during the period during which the contract work is in progress.

2. DEFINITION Work place means a place where twenty or more workers are ordinarily employed in connection with construction work on any day during the period during which the contract work is in progress.

3. FIRST-AID FACILITIES i) At every work place there shall be provided and maintained, so as to be easily accessible during working hours, first-aid boxes at the rate of not less than one box for 150 contract labour or part thereof ordinarily employed.

ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall contain the following equipment:-

a) For work places in which the number of contract labour employed does not exceed 50-Each first-aid box shall contain the following equipments :-

1. 6 small sterilized dressings.

2. 3 medium size sterilized dressings.

3. 3 large size sterilized dressings.

4. 3 large sterilized burn dressings.

5. 1 (30 ml.) bottle containing a two per cent alcoholic solution of iodine.

6. 1 (30 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label.

7. 1 snakebite lancet.

8. 1 (30 gms.) bottle of potassium permanganate crystals.

9. 1 pair scissors.

10. 1 copy of the first-aid leaflet issued by the Director General, Factory Advice Service and Labour Institutes, Government of India.

11. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.

12. Ointment for burns.

13. A bottle of suitable surgical antiseptic solution.

b) For work places in which the number of contract labour exceed 50. Each first-aid box shall contain the following equipments. 1. 12 small sterilized dressings.

2. 6 medium size sterilized dressings.

3. 6 large size sterilized dressings.

4. (15 gms.) packets sterilized cotton wool.

293

5. 1 (60 ml.) bottle containing a two per cent alcoholic solution iodine.

6. 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label.

7. 1 roll of adhesive plaster.

8. 1 snake bite lancet.

9. 1 (30 gms.) bottle of potassium permanganate crystals.

10. 1 pair scissors.

11. 1 copy of the first-aid leaflet issued by the Director General Factory Advice Service and Labour Institutes /Government of India.

12. A bottle containing 100 tablets (each of 5 gms.) of aspirin.

13. Ointment for burns.

14. A bottle of suitable surgical antiseptic solution.

iii) Adequate arrangements shall be made for immediate recoupment of the equipment when necessary.

iv) Nothing except the prescribed contents shall be kept in the First-aid box.

v) The first-aid box shall be kept in charge of a responsible person who shall always be readily available during the working hours of the work place.

vi) A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the work places where the number of contract labour employed is 150 or more.

vii) In work places where the number of contract labour employed is 500 or more and hospital facilities are not available within easy distance from the works. First-aid posts shall be established and run by a trained compounder. The compounder shall be on duty and shall be available at all hours when the workers are at work.

viii) Where work places are situated in places which are not towns or cities, a suitable motor transport shall be kept readily available to carry injured person or person suddenly taken ill to the nearest hospital.

4. DRINKING WATER i) In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking.

ii) Where drinking water is obtained from an Intermittent public water supply, each work place shall be provided with storage where such drinking water shall be stored.

iii) Every water supply or storage shall be at a distance of not less than 50 feet from any latrine drain or other source of pollution. Where water has to be drawn from an existing well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn form it for drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust and waterproof.

iv) A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month.

5. WASHING FACILITIES

i) In every work place adequate and suitable facilities for washing shall be provided and maintained for the use of contract labour employed therein.

ii) Separate and adequate cleaning facilities shall be provided for the use of male and female workers.

iii) Such facilities shall be conveniently accessible and shall be kept in clean and hygienic condition.

6. LATRINES AND URINALS

i) Latrines shall be provided in every work place on the following scale namely :-

a)Where female are employed there shall be at least one latrine for every 25 females.

294

b) Where males are employed, there shall be at least one latrine for every 25 males.

Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one latrine for 25 males or females as the case may be up to the first 100, and one for every 50 thereafter.

ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have a proper door and fastenings.

iii) Construction of latrines : The inside walls shall be constructed of masonry or some suitable heat- resisting nonabsorbent materials and shall be cement washed inside and outside at least once a year, Latrines shall not be of a standard lower than borehole system.

iv) a) Where workers of both sexes are employed, there shall be displayed outside each block of latrine and urinal, a notice in the language understood by the majority of the workers “For Men only” or “For Women Only” as the case may be.

b) The notice shall also bear the figure of a man or of a woman, as the case may be.

v) There shall be at least one urinal for male workers up to 50 and one for female workers up to fifty employed at a time, provided that where the number of male or female workmen, as the case may be exceeds 500, it shall be sufficient if there is one urinal for every 50 males or females up to the first 500 and one for every 100 or part thereafter.

vi) a) The latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary condition at all times.

b) Latrines and urinals other than those connected with a flush sewage system shall comply with the requirements of the Public Health Authorities.

vii) Water shall be provided by means of tap or otherwise so as to be conveniently accessible in or near the latrines and urinals.

viii) Disposal of excreta :- Unless otherwise arranged for by the local sanitary authority, arrangements for proper disposal of excreta by incineration at the work place shall be made by means of a suitable incinerator. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm. layer of waste or refuse and then covering it with a layer of earth for a fortnight (when it will turn to manure).

(ix) The contractor shall at his own expense, carry out all instructions issued to him by the Employer to effect proper disposal of night soil and other conservancy work in respect of the contractor’s workmen or employees on the site. The contractor shall be responsible for payment of any charges which may be levied by Municipal or Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST

At every place there shall be provided, free of cost, four suitable sheds, two for meals and the other two for rest separately for the use of men and women labour. The height of each shelter shall not be less than 3 metres (10 ft.) from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.6 sq.m. (6 sft) per head.

Provided that the Employer may permit subject to his satisfaction, a portion of the building under construction or other alternative accommodation to be used for the purpose.

8. CRECHES i) At every work place, at which 20 or more women worker are ordinarily employed, there shall be provided two rooms of reasonable dimensions for the use of their children under the age of six years. One room shall be used as a play room for the children and the other as their bedroom.

ii) The rooms shall be provided with suitable and sufficient openings for light and ventilation. There shall be adequate provision of sweepers to keep the places clean.

iii) The contractor shall supply adequate number of toys and games in the play room and sufficient number of cots and beddings in the bed room.

iv) The contractor shall provide one ayaa to look after the children in the creche when the number of

women workers does not exceed 50 and two when the number of women workers exceed 50.

295

v) The use of the rooms earmarked as creches shall be restricted to children, their attendants and mothers of the children.

9. CANTEENS i) In every work place where the work regarding the employment of contract labour is likely to continue for six months and where in contract labour numbering one hundred or more are ordinarily employed, an adequate canteen shall be provided by the contractor for the use of such contract labour.

ii) The canteen shall be maintained by the contractor in an efficient manner.

iii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing places separately for workers and utensils.

iv) The canteen shall be sufficiently lighted at all times when any person has access to it.

v) The floor shall be made of smooth and impervious materials and inside walls shall be lime- washed or colour washed at least once in each year.

Provided that the inside walls of the kitchen shall be lime-washed every four months.

vi) The premises of the canteen shall be maintained in a clean and sanitary condition.

vii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause a nuisance.

viii) Suitable arrangements shall be made for the collection and disposal of garbage.

ix) The dining hall shall accommodate at a time 30 per cent of the contract labour working at a time.

x) The floor area of the dining hall, excluding the area occupied by the service counter and any furniture except tables and chairs shall not be less than one square meter (10 sft) per diner to be accommodated as prescribed in sub-Rule 9.

xi) a) A portion of the dining hall and service counter shall be partitioned off and reserved for women workers in proportion to their number.

b) Washing places for women shall be separate and screened to secure privacy.

xii) Sufficient tables stools, chair or benches shall be available for the number of diners to be accommodated as prescribed in sub-Rule 9. xiii) a) 1. There shall be provided and maintained sufficient utensils crockery, furniture and any other equipments necessary for the efficient running of the canteen.

2. The furniture utensils and other equipment shall be maintained in a clean and hygienic condition.

b) 1. Suitable clean clothes for the employees serving in the canteen shall be provided and maintained.

2. A service counter, if provided, shall have top of smooth and impervious material.

3. Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils and equipments.

xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the normal habits of the contract labour.

xv) The charges for food stuffs, beverages and any other items served in the canteen shall be based on ‘No profit, No loss’ and shall be conspicuously displayed in the canteen.

xvi) In arriving at the price of foodstuffs, and other article served in the canteen, the following items shall not be taken into consideration as expenditure namely:-

a) The rent of land and building.

296

b) The depreciation and maintenance charges for the building and equipments provided for the canteen. c) The cost of purchase, repairs and replacement of equipments including furniture, crockery, cutlery and utensils.

d) The water charges and other charges incurred for lighting and ventilation.

e) The interest and amounts spent on the provision and maintenance of equipments provided for the canteen.

xvii) The accounts pertaining to the canteen shall be audited once every 12 months by registered accountants and auditors.

10. ANTI-MALARIAL PRECAUTIONS

The contractor shall at his own expense, conform to all anti-malarial instructions given to him by the Employer including the filling up of any borrow pits which may have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting tenders and shall from an integral part of the contracts.

12. AMENDMENTS Government may, from time to time, add to or amend these rules and issue directions - it may consider

necessary for the purpose of removing any difficulty which may arise in the administration thereof.

297

SECTION XIX

CONTRACTOR’S LABOUR REGULATIONS

298

SECTION XIX

CONTRACTOR’S LABOUR REGULATIONS

1. SHORT TITLE

These regulations may be called Contractors Labour Regulations.

2 DEFINITIONS

i) Workman means any person employed by contractor directly or indirectly through a subcontractor to do any skilled, semiskilled or unskilled manual, supervisory, technical or clerical work for hire or reward, whether the terms of employment are expressed or implied but does not include any person :-

a) Who is employed mainly in a managerial or administrative capacity : or

b) Who, being employed in a supervisory capacity draws wages exceeding five hundred rupees per mensem or exercises either by the nature of the duties attached to the office or by reason of powers vested in him, functions mainly of managerial nature : or

c) Who is an out worker, that is to say, person to whom any article or materials are given out by or on behalf of the principal employers to be made up cleaned, washed, altered, ornamental finished, repaired adopted or otherwise processed for sale for the purpose of the trade or business of the principal employers and the process is to be carried out either in the home of the out worker or in some other premises, not being premises under the control and management of the principal employer.

No person below the age of 14 years shall be employed to act as a workman.

ii) Fair Wages means wages whether for time or piece work fixed and notified under the provisions of the Minimum Wages Act from time to time.

iii) Contractors shall include every person who undertakes to produce a given result other than a mere supply of goods or articles of manufacture through contract labour or who supplies contract labour for any work and includes a subcontractor.

iv) Wages shall have the same meaning as defined in the Payment of Wages Act.

3. i) Normally working hours of an adult employee should not exceed 9 hours a day. The working day shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day.

ii) When an adult worker is made to work for more than 9 hours on any day or for more than 48 hours in any week, he shall be paid over time for the extra hours put in by him at double the ordinary rate of wages.

iii) a) Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time irrespective of whether such worker is governed by the Minimum Wages Act or not.

b) Where the minimum wages prescribed by the Government under the Minimum Wages Act are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days.

c) Where a contractor is permitted by the Employer to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day on one of the five days immediately before or after the normal weekly holiday and pay wages to such

worker for the work performed on the normal weekly holiday at overtime rate.

299

4. DISPLAY OF NOTICE REGARDING WAGES ETC. The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clear and legible condition in conspicuous places on the work, notices in English and in the local Indian languages spoken by the majority of the workers giving the minimum rates of wages fixed under Minimum Wages Act, the actual wages being paid, the hours of work for which such wage are earned, wages periods, dates of payments of wages and other relevant information..

5. PAYMENT OF WAGES i) The contractor shall fix wage periods in respect of which wages shall be payable.

ii) No wage period shall exceed one month.

iii) The wages of every person employed as contract labour in an establishment or by a contractor where less than one thousand such persons are employed shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable.

iv) Where the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the expiry of the second working day from the date on which his employment is terminated.

v) All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the work is completed before the expiry of the wage period, final payment shall be made within 48 hours of the last working day.

vi) Wages due to every worker shall be paid to him direct or to other person authorized by him in this behalf.

vii) All wages shall be paid in current coin or currency or in both.

viii) Wages shall be paid without any deductions of any kind except those specified by the Central Government by general or special order in this behalf or permissible under the Payment of Wages Act 1956.

ix) A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Employer under acknowledgment.

x) It shall be the duty of the contractor to ensure the disbursement of wages in the presence of the Engineer or any other authorized representative of the Employer who will be required to be present at the place and time of disbursement of wages by the contractor to workmen.

xi) The contractor shall obtain from the Junior Engineer or any other authorized representative of the Employer as the case may be, a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll” as the case may be in the following form:-

“Certified that the amount shown in column No...... has been paid to the workman concerned in my presence on ...... at ...... ”

6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

(i) The wages of a worker shall be paid to him without any deduction of any kind except the following :-

(a) Fines

(b) Deductions for absence from duty i.e. from the place or the places where by the terms of his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent.

(c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or for loss of money or any other deduction which he is required to account, where such damage or loss is directly attributable to his neglect or default.

(d) Deduction for recovery of advances or for adjustment of overpayment of wages, advances granted shall be entered in a register.

(e) Any other deduction which the Central Government may from time to time allow. 300

(ii) No fines should be imposed on any worker save in respect of such acts and omissions on his part as have been approved of by the Chief Labour Commissioner.

Note :- An approved list of Acts and Omissions for which fines can be imposed is enclosed at Appendix-I

(iii) No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

(iv) The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to three paise in a rupee of the total wages, payable to him in respect of that wage period.

(v) No fine imposed on any worker shall be recovered from him by instalment, or after the expiry of sixty days from the date on which it was imposed.

(vi) Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed.

7. LABOUR RECORDS

(i) The contractor shall maintain a Register of persons employed on work on contract in Form XIII of the CL (R&A) Central Rules 1971

(ii) The contractor shall maintain a Muster Roll register in respect of all workmen employed by him on the work under Contract in Form XVI of the CL (R&A) Rules 1971 .

(iii) The contractor shall maintain a Wage Register in respect of all workmen employed by him on the work under contract in Form XVII of the CL (R&A) Rules 1971

(iv) Register of accident - The contractor shall maintain a register of accidents in such form as may be convenient at the work place but the same shall include the following particulars:

a) Full particulars of the labourers who met with accident.

b) Rate of Wages.

c) Sex

d) Age

e) Nature of accident and cause of accident.

f) Time and date of accident.

g) Date and time when admitted in Hospital.

h) Date of discharge from the Hospital.

i) Period of treatment and result of treatment.

j) Percentage of loss of earning capacity and disability as assessed by Medical Officer.

k) Claim required to be paid under Workmen’s Compensation Act.

l) Date of payment of compensation.

m) Amount paid with details of the person to whom the same was paid.

n) Authority by whom the compensation was assessed.

o) Remarks

v) The contractor shall maintain a Register of Fines in the Form XII of the CL (R&A) Rules 1971

The contractor shall display in a good condition and in a conspicuous place of work the approved list of acts and omissions for which fines can be imposed vi) The contractor shall maintain a Register of deductions for damage or loss in Form XX of the CL (R&A) Rules 1971.

vii) The contractor shall maintain a Register of Advances in Form XXIII of the CL (R&A) Rules1971.

viii) The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R&A) Rules

1971.

301

8. ATTENDANCE CARD-CUM-WAGE SLIP

i) The contractor shall issue an Attendance card-cum-wage slip to each workman employed by him.

ii) The card shall be valid for each wage period.

iii) The contractor shall mark the attendance of each workman on the card twice each day, once at the commencement of the day and again after the rest interval, before he actually starts work.

iv) The card shall remain in possession of the worker during the wage period under reference.

v) The contractor shall complete the wage slip portion on the reverse of the card at least a day prior to the disbursement of wages in respect of the wage period under reference.

vi) The contractor shall obtain the signature or thumb impression of the worker on the wage slip at the time of disbursement of wages and retain the card with himself. 9. EMPLOYMENT CARD The contractor shall issue an Employment Card in Form XIV of the CL (R&A) Central Rules 1971 to each worker within three days of the employment of the worker.

10. SERVICE CERTIFICATE

On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service certificate in Form XV of the CL (R&A) Central Rules 1971.

11. PRESERVATION OF LABOUR RECORDS All records required to be maintained under Regulations Nos. 6&7 shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Employer or Labour Officer.

12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR ENQUIRY The Labour Officer or any person authorized by Central Government on their behalf shall have power to make enquires with a view to ascertaining and enforcing due and proper observance of Fair Wage Clauses and the Provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor or subcontractor in regard to such provision.

13. REPORT OF LABOUR OFFICER The Labour Officer or other persons authorized as aforesaid shall submit a report of result of his investigation or enquiry to the Employer indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and the wages and other dues be paid to the labourers concerned. In case an appeal is made by the contractor under Clause 13 of these regulations, actual payment to labourers will be made by the Engineer after the Employer has given his decision on such appeal.

i) The Engineer shall arrange payments to the labour concerned within 45 days from the receipt of the report form the Labour Officer or the Employer as the case may be.

14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER Any person aggrieved by the decision and recommendations of the Labour Officer or other person so authorised may appeal against such decision to the Employer within 30 days from the date of decision, forwarding simultaneously a copy of his appeal to the Engineer concerned but subject to such appeal, the decision of the officer shall be final and binding upon the contractor.

15. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER i) A workman shall be entitled to be represented in any investigation or enquiry under these regulations by:-

a) An officer of a registered trade union of which he is a member.

b) An officer of a federation of trade unions to which the trade union referred to in clause (a) is affiliated.

302

c) Where the employer is not a member of any registered trade union, by an officer of a registered trade union, connected with the industry in which the worker in employed or by any other workman employed in the industry in which the worker is employed.

ii) An employer shall be entitled to be represented in any investigation or enquiry under these regulations by :-

a) An officer of an association of employers of which he is a member.

b) An officer of a federation of associations of employers to which association referred to in clause (a) is affiliated.

c) Where the employers is not a member of any association of employers, by an officer of association of employer connected with the industry in which the employer is engaged or by any other employer, engaged in the industry in which the employer is engaged.

(iii) No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry under these regulations.

16. INSPECTION OF BOOKS AND SLIPS The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received or to the Labour Officer or any other person, authorized by the Central Government on his behalf.

17. SUBMISSIONS OF RETURNS The contractor shall submit periodical returns as may be specified from time to time.

18. AMENDMENTS

The Central Government may from time to time add to or amend the regulations and on any question as to the application/Interpretation or effect of those regulations the decision of the Employer shall be final.

(Note: Necessary Formats in which records are to be maintained and returns to be submitted shall be

provided by the Employer.)

303

SECTION XX

CHECKLIST

304

SECTION XX

CHECKLIST (Please ensure that you have serially numbered each and every page of scanned documents forming your bid and furnished following documents in the manner prescribed mentioning the page number(s) of your bid in appropriate box) This Checklist should be the first document of your bid numbered as page 1.

A Cover 1 (Technical Bid) Page No(s) of Tender/ Bid 1. Tender Fee Rs. 5000 2. Earnest Money (Refer NIT) 3. Tender Acceptance Letter 4. Registration Certificate

5. Information regarding annual turnover 6. Details of similar works successfully completed during last seven years 7. Details of Aquifer Mapping of ground water by the bidder during last seven years (refer Clause 4.1 and 4.2 of Section XI) 8. Details of existing commitments and ongoing/ anticipated works 9. Copy of agreement between consortium partners (refer Clause 2.6 to 2.9 of ITB), if applicable 10. Complete plan of operation for executing the work 11. Scanned copy of VAT/ CST Registration/ TIN/ TAN/ PAN

12. Mandate form as per prescribed format for electronic clearing service

13. Other document B Cover 2 (Price Bid) In the BOQ template online.

305