HomeMy Public PortalAbout051-2023 - Mendenhall & Assoc. - administrative services regarding Hayes Lift Station AG RE KYLEN]'
TITIS AGREr-,NENT flr.mcie and entered into this c2e 4- day of Na-c 6)1 , 2023„ by
and between the City of Richmond, Indiana, a municipal corporation acting by and through.
its Board of Sanitary Commissioners (referred to as the "City"), and Mendenhall &
Associates, PO Box 428, Arcadia, IN 46030 thereinafter referred to as the
"Contractor").
SECTION I. STATEMENT AND SUBJEX271: 01 WORK
City hereby retains Contractor for the work described on Exhibit "A" attached hereto and
incorporated by reference herein, which is Contractor's proposal to the work described
herein, with such work being responsive to the City's Request for Proposal. Said work
generally relates to labor standards administrative services pertaining to the Hayes Lift
Station and Force Main Improvement Project.
Should any provisions, terms, or conditions contained in any of the documents attached.
hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions,
terms, or conditions of this Agreement, this Agreement shall he controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the
proper completion of all work specified. Contractor shall submit statements or bills
monthly.
No performance of services shall commence until the following has been met:
1.. The City is in receipt of any required certificates of insurance and or warranties;
2. The City is in receipt of any required aflidavit(s) signed by Contractor in
accordance with 1.C. § 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SEC IION 11. STA'IUS OF CONTRACTCW
(..".:ontractor shall be deemed to be an independent contractor and is not an employee or agent.
of the City of Richmond. The Contractor shall provide, at its own expense, competent
supervision of the work.
SECTION Ill. COMPENSATION
(I:ity shall pay Contractor the total sum of Four 'fhousand Dollars and 00/100 (54,000.00)
for the work described herein, and as set forth in the attached exhibits.
SECTION IV. TERIyFOILAciREEMENT
Ibis Agreement shall become effective when signed by all of the parties hereto.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole,
Contract No. 51-2023
the effective date and the reasons for termination winch shall include but are not be limited.
to the following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written,
by the
Contractor to the C',ity. that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect.;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this
Agreement
is made; or
c. unavailability of sufficient funds to make payment on this Agreement.
This Agrectment may also be terminated by either the City or the ('on tractor, in whole or
in part, by mutual Agreement setting forth the reasons for such termination, the effective
date, and in the case of partial termination, the portion to be terminated.
This Agreement may also he terminated by either the City or the Contractor, without cause,
by giving at least thirty (3(J) days written notice to the other party.
In the event of termination of this Agreement, the shall be required to make payment
for all Nvork pertbrrned prior to the date this Agreement is terminated, but shall be relieved
of any other responsibility herein.
SECTION V. INDEMNITICA'f ION AND INSURAN(....T
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury
to person or property or any other claims which may arise from the Contractor's conduct.
or performance of this Agreement, either intentionally or negligently; provided, however,
that nothing contained in this Agreement shall he construed as rendering the Contractor
liable for acts of the City, its officers, agents, or employees. Contractor shall as a
prerequisite to this Agreement, purchase and thereafter maintain such insurance as will
protect it from the claims set forth below which may arise out of or result from the
Contractor's operations under this Agreement, whether such operations by the Contractor
or by any sub-contractors or by anyone directly or indirectly employed by any of them, or
by anyone .for whose acts the Contractor may be held responsible.
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. 1..... nap1(..)yer's 1 00,000
2 I P
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
I). Comprehensive Auto l,iability
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 aggregate
Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPHANCTWITITWOIZKIA'S C()MPFNSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law,
and shall, before commencing work under this Agreement, provide the City a certificate of
insurance, or a certificate from the industrial board showing that the Contractor has
complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an
out of state employer and therefore subject to another state's worker's compensation law,
Contractor may choose to comply with all provisions of its home state's worker's
compensation law and provide the City proof of such compliance in lieu of complying with
the provisions of the Indiana Worker's Compensation Law.
SECTION VII. CQIVIPLIANCFWITIJ F-VERIFYPKOGRANJ
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-
Verify provram. Contractor is not required to verify the work eligibility status of all newly
hired employees of the contractor through the Indiana F-Verify program if the Indiana E-
Verify program no longer exists. Prior to the performance of this Agreement, Contractor
shall provide to thc City its signed Affidavit affirming that Contractor does not knowingly
employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event
Contractor violates IC 22-5-1.7 the Contractor shall he required to remedy the violation
not later than thirty (30) days after the City notifies the Contractor of the violation. If
Contractor fails to remedy the violation within the thirty (30) day period provided above,
the City shall consider the Contractor to be in breach of this Agreement and this Agreement,
will be terminauxl. If the (.',ity determines that terminating this Agreement would be
detrimental to the public interest or public property, the (.1ty may allow this Agreement to
remain in effect until the City procures a new contractor. If this Agreement is terminated
3 t
under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to
the City for actual damages.
SEX:A.10N VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana ('ode (IC) 5-22-16.5, C:ontractor certifies that. Contractor is not
engaged in investment activities in Iran. In the event Board detertnin.es during the course
of this Agreement that this certification is no longer valid, Board shall notify Contractor in.
writing of said determination and shall give contractor ninety (90) days within which to
respond to the written notice. In the event Contractor fails to demonstrate to the Board that
the Contractor has ceased investment. activities in Iran within ninety (90) days after the
written notice is given to the Contractor, the Board may proceed with any remedies it may
have pursuant to IC 5-22.-1.6.5. In the event the Board determines during the course of this
Agreement that this certification is no longer valid and said determination is not refuted by
Contractor in the manner set forth in IC 5-22-116.5, the Board reserves the right to consider
the Contractor to be in breach of this Agreement and terminate the agreement upon the
expiration of the ninety (90) day period set forth above.
SECTION IX. PROHIBITION ACIAINS717
A. Pursuant to Indiana (,...:ode 22-9-1-10, Contractor, any sub-contractor, or any person
acting on behalf of Contractor or any sub-contractor shall not discriminate against
any employee or applicant for employment to be employed in the performance of
this Agreement, with respect to hire, tenure, terms, conditions or privileges of
employment or any matter directly or indirectly related to employment, because of
race, religion, color, sex., disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-1.6-6-1., the (.1:on:tractor. agrees:
That in the hiring of employees .for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or
any person acting on behalf of Contractor or any sub-contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or
ancestry against any citizen of the State of Indiana who is qualified and
available to perform the work to which the employment relates;
2. That Contractor, any sub-contractor, or any person action on behalf' of
Contractor or any sub-contractor shall in no manner discriminate against or
intimidate any employee hired for the performance of work under this
Agreement on account of race, religion, color, sex, national origin or
ancestry;
3. 'flat there may be deducted from the amount payable to Contractor by the
City under this Agreement, a penalty of five dollars ($5.00) for each person.
for each calendar day during which such person was discriminated against
or intimidated in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all
money due or to become due hereunder may be flirt:felted, for a second or
11 P
any subsequent violation of the terms or conditions of this section of the
Agreement.
Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RE/L,I,ASI3 OF ITABIITTY
Contractor hereby agrees to release and hold harmless the City and all officers, employees,
or agents of the same from all liability Which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SFC I ION
This Agreement is personal to the parties hereto and neither party may assign or delegate
any of its rights or obligations hereunder without the prior written consent of the other
party. Any such delegation or assignment, without the prior written consent of the other
party, shall be null and void. This Agreement shall be controlled by and interpreted
according:to Indiana law and shall be binding upon the parties,their successors and assigns.
This document constitutes the entire Agreement between the parties, although it may be
altered or amended in whole or in part at any time by filing with the Agreement a written.
instrument setting Iorth such changes signed by both parties. By executing this Agreement
the parties agree that this document supersedes any previous discussion, negotiation, or
conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which
shall he an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any
suit arising out of this Contract must he tiled in said courts. The parties specifically agree
that no arbitration or mediation shall he required prior to the commencement of legal
proceedings in said Courts. By executing this Agreement, (/...',ontractor is estopped from.
bringing suit or any other action in any alternative forum, venue, or in front of any other
tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne
County, Indiana, regardless of any right Contractor may have to bring such suit in front of
other:tribucals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she
has been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other
damages or remedies, Contractor shall he liable for all costs incurred by City in its efforts
to enforce this Agreement, including but not limited to, City's reasonable attorney's :fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this
Agreement arises,tins Agreement shall be construed as if drafted jointly by the parties, and
no presumption or burden of proof shall arise favoring or disfavoring any party by virtue
of the authorship of any of the provisions of this .Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond,
Indiana, as of the day and year first written above, although signatures may be affixed on
different dates.
"(TT Y" "CONTRA("TOR"
1 he (City of Richmond, Indiana, by and Mendenhall & Associates, I,1.,C:;
through its Board of Sanitary
C:'ommissi ners
-Sipe filler, President
C4„
fl�rmt�,�. >
Dated: //
Title: t
(11-67 A:47m
, ViceDated:ted:
ma President ,
icx
1)ated: 2/1".42
•
;red; Ste,' :°, Member
Dated: 3//q/i1.,
APPR.C)VI I):
Snow r
Dated: 7,3
Mendenhall
Associates, tic
CITY OF RICHMOND
DEPARTMENT OF SANITATION
LABOR STANDARDS
PROPOSAL
HAYES LIFT STATION AND
FORCEMAIN IMPROVEMENT
PROJECT
FEBRARUY 24, 2023
EXHIBIT'A page 1 of 10
P.O.,Box 428 Arcadia, IN 3 PH: 317.984.869 EX: 317.984.7459
'✓�/i/'�Dl ,,,,, '✓/��ir,l��,✓„!� l////�„�L�;/�i���/v�r„ ,�, ��,�,�ra// ,/,,i,,,, 0„0, .. ti,,,,,,/ ,1 r„ ,,,,,, „,,,,,.., ,.,., ,,,, ,,,,.,
Mendenhall
Associates, LLC
February 24, 2023
City of Richmond— Sanitary District
Sanitation Department
Elijah W. Welch, RE.
District Engineer
RE: Labor Standards Administration (Davis Bacon), Hayes Lift Station and
Forcemain Improvements
Dear Mr. Elijah Welch:
Mendenhall and Associates, L.L.C. appreciates the recent request for proposal for
labor standards administrative services pertaining to the Hayes Lift Station and
Forcemain project for the Richmond Sanitary District.
Our firm has been established for over twenty-three years and with our team's ex-
perience and our staff of knowledgeable professionals that have interest and insight
of communities thro shout Indiana, we are confident that we can carry out the re-
quirements of this S ' project.
Attached to this letter is our proposal that includes our project experience and the
scope of work with fees to meet the State Revolving Loan Fund program require-
ments for the labor standards.
While you are reviewing our proposal, please do not hesitate to contact us at (317)
984-8639 if you have any questions.
Sincerely,
,
IA-, if 14,4
Tina Mendenhall Henderson
President
Mendenhall and Associates
EXHIBIT'A page 2 of 10
PO Box 428 Arcadia, IN 46930 PH: 317-984.8639 FX: 317,984.7459
(
Mendenhall
Associates, iic
Brief description of the firm:
Mendenhall & Associates has the pleasure of helping communities write and administer private,
state, and federal funds for infrastructure projects.
Key Personnel:
Tina Hentletson —Project Manager
Grant Application Coordinator i090
Public Hearing Conductor
Project Manager
Financial Management ;'''+i'' ,
II
Obtains Release of Funds01
soy %,,,
Labor Standards
Interviews ;, 0 i` yr J i �
Close-out h
1 id. awi • i1• •�., ,
Colleen Freeman—Administrative M ^ y ,µ
Coordinator
Semi Annual Reports
Financial Management — Process of Claims
Prepare Close-out Documents
Interviews
File Management
Close-out
Sourer Stephens—Labor Standatris Specialist
Certified Weekly Payrolls DIG INDY CONSTRUCTION LOCATION
Davis Bacon Wage Compliance
Typing of Meeting Minutes
Public Hearing Advertisements
Internal Control Compliance
Interviews
File Management
Close-out
EXHIBIT'A°page 3 of 10
P.O. Box 428 Arcadia, IN 46030 PH: 317.984.8639 X: 317.984.7459
, i
Mendenhall &
Associates, LAC
Tina Mendenhall Henderson
Mendenhall & Associates, L.L.C.
EDUCATION:
Vincennes University, Associates in Science
Purdue University, Speech Pathology
,l;XPERIENCE
98-Current:: Certified as_P COnmunity Dgyelopnegt Block Grant Administrator:
• During this time Tina has managed over 500 million dollars of federal funding.
1999—Current; Tina Henderson is the President cf Mendenhall and Associatest
• Tina Henderson established this company to help communities throughout Indiana meet state
and federal funding requirements.
• This involves grant writing, grant management, financial management, environmental reviews,
project planning, labor standards compliance and file management.
2009-Current: Indiana Brownfields Labor Administrator;
• Indiana Brownfields hired Tina Henderson as the Project Manager along with Mendenhall and
Associates to complete labor standards administration for the Indiana Brownfield program.
• This contract allows Mendenhall and Associates to work across the State of Indiana helping com-
munities to environmentally clean up designated brownfield projects.
• The primary responsibility of this contract was administering labor standards that started at the
bid process and ended once the project was 100% complete.
2022-Current: Indiana..Finance Authority, Grant Administrator:
• Helping Indiana public and private entities develop drinking water and wastewater projects to
meet the State Revolving Loan requirements.
2 • In n F r Standards Administrator:
• Indiana Finance Authority hired Tina Henderson as project manager along with Mendenhall and
Associates, to serve as the Northwest Labor Administrator for the State Revolving Loan Fund
(SRF) Program.
• This contract allows our company to over see approximately $200 million dollars in federal EPA
loan funds for a variety of water, wastewater, stormwater and Combined Sewer Overflow pro-
jects.
• The primary responsibility of this contract was administering labor standards that started at the
bid process and ended once the project was 100% complete.
2010-2026: Indiana Office of Community and Rural Affairs Instructor;
• Tina Henderson was selected as an instructor to certify grant administrators for the Community
Development Block Grant Program which included training for labor standards.
1 -2 2 "DI INDY"
P.O. Box 428 Arcadia, IN 46030 PH: 317 984.8639 EX: 317,984.7459
Mendenhall & '
Associates, LAC
Somer Stephens
Mendenhall & Associates, L.L.C.
EDUCATION:
Ball State University, Muncie, Indiana
Bachelor of Arts - Pre-Professional English
Department of Labor - Davis-Bacon Prevailing Wage Seminar
Indiana Office of Community and Rural Affairs
CDBG Grant Accreditation Course — Certified Labor Standards Administrator Since 2009
KEY QUALIFIcATIONS:
Experience working with the Indiana Finance Authority (IFA) through the State Revolving Loan Fund
(SRF). Key responsibilities include reviewing State and ederal language in plans and specifications
and legal notices, reviewing and distributing final wage determinations from US Department of
Labor, verifying eligibility of all contractors and subcontractors working on federally funded projects,
providing Davis-Bacon packet to prime contractors, obtaining all necessary State and Federal
documents from contractors, obtaining and monitoring all weekly certified payrolls, verifying
apprenticeships and bona-fide fringe benefit plans, conducting on-site employee interviews,
resolving unsatisfactory payroll findings and/or wage discrepancies, completing all necessary labor
standards documentation for SRF purposes, copy/supply all files at the end of the project to the
community, maintaining communication with Clerk-Treasurers to insure "internal control" with the
State Board of Accounts.
PROJECT EXPERIENCE.
• The City of East Chicago was awarded s54,400,000 through SRF for a new
Water Treatment Plant.
City of Hammond: The City of Hammond was awarded 552,850,000 through SRF for various
Waste Water projects.
City of Goshen:, The City of Goshen was awarded $21,000,000 through SRF for Sewer
Improvements and Waste Water Treatment Plant Improvements.
City of Richmond: The City of Richmond was awarded $5,500,000 through SRF for various Waste
Water System Improvements.
City of Terre Haute: The City of Terre Haute was awarded $55,000,000 through SRF for Waste
Water Treatment Plant Improvements.
City of Tipton: The City of Tipton was awarded $3,000,000 through SRF for various Waste Water
System Improvements.
Town of Arcadia: The Town of Arcadia was awarded 514 million dollars through SRF for water and
wastewater improvements.
Town of Pendleton: The Town of Pendleton was awarded Stormwater Transportation Funds
through SRF to complete Stormwater Improvements.
City of Evansville: The City of Evansville was awarded $5,000,000.00 through SRF to complete
water and wastewater im rovements prof PI 'A'page 5 of 10
P.O. Box 428 Arcadia, IN 46030 PII. 317.984.8639 FX: 3,17.984.7459;
Mendenhall &
Associates, LLc
Colleen Freeman
Mendenhall & Associates, L.L.C.
CDBG Grant Accreditation Course - Certified Grant Administrator Since 2000
KEY QUALIFICATIONS
Colleen has more than twenty years of experience with the Community Development Block Grant
program fnancial management. She maintains several financial records and has prepared the
following communities for a State Board of Account Audit: Sheridan, Windfall, Howard County,
Russiaville, Arcadia, Fairmount, Michigantown, and Colfax.
Colleen has experience working with the Indiana Finance Authority (IFA) through the State
Revolving Loan Fund has responsibilities includes tracking payroll activities on contractors and
subcontractors including wage compliance, benefits, apprenticeships, and employee interviews.
RECENT PROJECT EXPERIENCE:
City of Tipton: The City of Tipton received $220,500.00 in CDBG covid grant funds for Economic
Development for the City's Businesses. The City received $29,500.00 in CDBG covid grant funds for
Public Services.
Town of Cicero: The Town of Cicero received $134,888.00 in CDBG covid grant funds for
Economic Development for the City's Businesses. The City received $25,549.00 in CDBG covid grant
funds for Public Services.
Town of Arcadia: The Town of Arcadia received s34,216.00 in CDBG covid grant funds for
Economic Development for the City's Businesses. The City received $33,474.00 in CDBG covid grant
funds for Public Services.
City of Wabash; The City of Wabash received s1,700,000.00 stellar grant for the Eagles Theatre
Improvements project.
Golfview Subdivision Wastewater Proles The Golfview Subdivision property owners'
association was awarded $3,000,000 through SRF for a Wastewater System Improvements project.
Town of Cicero Wastewater Project; The Town of Cicero was awarded $2,000,000 through SRF
for a Wastewater Inflow & Infiltration Reduction project.
City of Tipton.W4stewater Project' The City of Tipton was awarded $3,000,000 through SRF
for a Wastewater Treatment Plant Improvements project.
City of Richmond Sanitary District: The City of Richmond was awarded SRF funds for the
William E Ross WWTP Phase I project.
down of Sheridan; The Town eranwas award S2000,000.00 in trail funding to extend the
id !e financial martageroector 10
P.®.Box 428 • Arcadia, IN 46030 .PH: 317.9; .863'9 FX: 317.984.7459
,,,�i�„l//i � l� /i�/ w or,'1J✓/✓„r, 'A//,1./2,,,.� „, ,,'": / L/� <.,,.. .,, /:;.,, i .,,,, a.,,./; .... ,,,. ,,,. ,,,,i . . ,., f6,,,,.,,..n ,,, ,..;i 4
Mendenhall
Associates, LLC
SCOPE OF WORK
Detailed Description of Anticipated Work Items
RICHMOND SANITARY DISTRICT
HAYES LIFT STATION AND FORCEMAIN IMPROVEMENT PROJECT
tabor Standards Administration- $4.00040:
Mendenhall and Associates will ensure this project is compliant with federal regulations concerning
all aspects of Labor Standards to meet the Indana Finance Authority's SRF program requirements.
We have based our fee on the total project cost of $3,315,715.00, below is the scope work to be
preformed:.
Scope of Work
* Determine/ Review type of Wage Decision
* Review of the c rent Wage Decision issued
* Request Conformance Rates from US Department of Labor, when applicable.
* Assist with the Pre-Construction Conference
* Obtain all forms related to Davis Bacon and help contractors and subcontractors to stay in
compliance.
* Obtain and review all necessary State and Federal Forms from the Prime Contractor and all
Subcontractors throughout the project.
• Distribute applicable job site posters to the prime contractor (Davis-Bacon poster, EEO
poster, 'OSHA poster, etc.).
* Validate all Prime/Sub-Contractors through www.Sam.gov to confirm that they are eligible
to work on federally funded projects.
• Verify Fringe Benefit Funds of all contractors.
• Monitor weekly Contractor and Sub-Contractor Payrolls.
* Resolve unsatisfactory payroll findings and report violations to Owner and SRF.
* Verify all apprentices on jobsite
• Conduct on-site employee interviews with at least 10% of each worker classification from
each contractor/subcontractor.
• Frequent updates to the Owners to comply with Internal Controls
• Copy/supply all files at the end of the project to the owner.
* Attend any Audits/Inspections performed by State or Federal Agencies that may benefit
from our attendance.
• Provide any documents requested through the Freedom of Information Act if requested by
owner or funding agency.
*DB►E/WBE Certification Attached
*Insurance Policy & Affidavit of E-Verify will be submitted
upon Successful Award
EXHIBIT'A page 7 of 10
P.O. • Arcadia,/ PI-I. 31 *984 863 FX:
317� 84J 5 !
�r✓,/G/o, ,,, ;%//I%��„�iL„,,,,.,e, �, Box,,,., C2„,,, „ �9L IN 460 0, „ ,,.;;, „, ., ,,,, „ „,,,,,, ,,, ,,,,,„ ,,vie„„ ,,,,,;;,;� „✓%„,,...., a /lG,,,, ;;,,.
1
03
c.,,,,,Ct3 .
4
c
C:034) 00 C 3
�� , 0j
(lc 04
C1101110 ''..."7,"
al
4,04
co ci
o
a
w, '"`"
c
CQ <
0 o2 ow
co itD
al 0 Lit C'ii
'8 c (
4010100 �" C CO �„ . 0 uo
o C o
CIOCl) c (Os u w O CO
U CU co E 1
Y"y �y,4 .y.,,J �' '' -, 9
4.wi iV.t L-f ;1
CU r Cad. f
CC CD C
•""" `"
111111t "0 o
IJ o _ 0
Li0c
COCO cn
CO O
fl
a o
ai E
I1
cr.) 1Liiii a,
co C
C� ...,
COy
.,C -�
CAI �'
a00 CD
C
Q 7 v_a
04 1 5 .
(13 -0 COea .
CO
tt7 � ny o
Ca) 3J c
a
o
MI 8
EXHIBIT'A page 8 of 10
STATE OF INDIANA DEPARTMENT OF ADMINISTRATION
Division of Supplier Diversity
Eric J. Holcomb, Governor
Indiana Government Center South
402 West Washington Street, Room W462
Indianapolis, IN 46204
(317) 232 - 3061
April 13, 2022
Ms. Tina Henderson and Ms. Colleen freeman
Mendenhall&Associates, LLC
27110 Startsman Rd,
P.O. Box 428
Arcadia, IN 46030
Subject: Application Ifor WBF Certification
Dear Ms, Henderson& Ms. 'Freeman,
Congratulations!The Indiana Department of Adminisiration, Division of Supplier Diversity is pleased to
inform you that Mendenhall & Associates, LI,C is hereby certified as a Women's Business Enterprise
(WBE).
Your company provides a commercially useful function in the areas listed below.Only work performed in
these areas will be counted towards Women's Business Enterprise participation:
UNSPSC CODE(S)
Code Description
80101508 Business intel1itence consultill services I
80101603 Economic or financial evaluation of projects
80171906 Government relations consultation and
e gegen en t
.2111500 1fechnical writing
84121803 Government bonds
86132101 Trainin&and Facilitation service
861 3220 1 Training Workshop Service
93121608 Non governmental liaison services
93141800 Emy loirrt en t
93141812 Labor inspection services
93141900 Rural development
93141902 Rural investment services
93142000 Urban development
93142001 Urban development planniniLservices
93142006 Urban development control or regulations
services
93142009 Urban project or program administration or
management services
93151602 Government budgeting services
94131503 'Technical assistance non governmental
services
Page 1 of 2
EXHIBIT'A"page 9 of 10
Referencing: Mendenhall & Associates, EEC
On September I 3, 2010, the Governor's Commission on Supplier Diversity approved the department's
effort to streamline its recertification process. Instead of conducting an onsite visit to each company seeking
recertification, the department now has the discretion to waive the visit after a thorough review of the
company's file and recertification documents. We have approved your recertification and it is valid through
April 30, 2025 Please note that li)OA continues to reserve the right to conduct a site visit or phone
interview at any time with certified companies.
Although your certification is valid fir three years, you are required to submit an annual Affidavit of
Continued Eligibility (A(E) tbrrn, located at www.jilgovihloa/inwheltilesZAOL.F'opludf, Please
remember that you must notify us immediately if any changes occur. Failure to notify us of changes or to
provide an ACE form annually will result in the revocation of your certification. Changes include, but are
not limited,to,changes in location, contact information, ownership,and control.
We encourage you to visit !DOA's procurement website, www.inovhdoa/2464,htin, and update your
Business Registration Profile. You must review and update your profile regularly,because state purchasing
agents arid prime contractors may use this information to contact you for business opportunities.
While this tter serves as notification ofcertification,it does not.serve to prove continued eligibility. Please
visit hilps;Awww.ittgoviidoatnawbe/2.743,11im to verify your certification status, Please contact our office
at(317)232-3061 or n(whetifj(4.011,spy if you have any other questions or concerns about your letter.
Sincerely.
/L4Aa ,EA
Kesha Rich, Director of Certification
Indiana Department of Administration
Division of Supplier Diversity
Page 2 of 2
EXHIBIT'A'page 10 of 10