Loading...
HomeMy WebLinkAboutGCPO-TiF26 JH BidGibson County, Indiana Gibson County Request for Bid No. GCPO-TIF26 BID CHECKLIST Bidders are to complete, sign and return the following forms. Use the list below to check off the items as they are completed and as a mailing check list. A complete bid package must contain all the items. l . ✓- Request for Bid Form (signed) 2. ✓ Bid Price Sheets and Bid Summary Sheet (signed) 3. Bid Bond 4. ✓ Vendor Information form 5. ✓ Vendor Reference form 6. ✓ Completed Statement of Bidder's Qualifications document with point by point responses and additional sheets attached as necessary 7. V E-Verify Affidavit. 8. ✓ Contractors Bid for Public Works Form 96. 9. Indiana Iran Investment Cert. 10. ✓ Addendum to Bid Documents # of Addendums 11. ✓ All bidders must indicate on the outside of their response the bid number, date and time of bid opening, and in large letters "SEALED BID ENCLOSED". Fax bids must follow all instructions included in Special Conditions of Bid. NOTE: Gibson County reserves the right to reject incomplete bids. State of Indiana, Gibson County BIDS MUST BE SEALED AND ADDRESSED TO: AGENCY ADDRESS: Attention: Mr. Mike Watkins Gibson County Auditor Gibson County Courthouse 101 North Main St. Princeton, IN 47670 REQUEST FOR BID THIS IS NOT AN ORDER BIDDER (Name and Address) J. H. Rudolph & Co., Inc. 534 Mozart St. P. O. Box 249 Tell City, IN 47586 temove from bidder list for this commodity/service. (Return th s page only ) Bid envelope must be sealed and plainly marked in lower comerw4h due dale and Request for Bid # GCPO-Tim. Late bids will be rejected Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid s due Bids dated and time stamped In another office will be rejected. Receipt of a bid by the ma I system does no, constitute receipt of a bid by the purchasing office Any b d which is inadvertently opened as a result of riot being properly and clearly marked is subject to rejection Bids must be submitted separately. I e , not included with sample packages or other b ds Bid openings are public unless otherwise specified Records will be available for public inspection after Issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening unless otherwise noted. The attached terms and cond lions apply to any subsequent award Bids MUST be in this office no later than 4:00 PM CST, Tuesday, April 21, 2026 Name (Contact for further information) Matthew L. Holden, P.E. (email address: mholden@gibsoncounty-in.gov Phone (812) 385-4887 quote Price and Delivery FOB Destination Date March 12,2026 Fax bids are not accepted Item No. Quantity and Unit Description Price Per Unit Total Gibson County is requesting bids for the Hot Mix Asphalt "HMA" 1 Total Per paving/marking of the following county roads: CR350E, CR550S, -------------- $2,033,148.28 Unit Price CR100E, CR650S and CR175E. Bid Sheets The County is soliciting bids for a contractor to perform subgrade preparation, milling, hauling, patching, wedging, "HMA" Hot Mix Asphalt paving, shoulder restoration, and striping. for the aforementioned roads. The contractor will be responsible for all utility location and protection, surveying, traffic control, CQA testing, HMA quality control, and safety. As per the attached Specifications/Scope of Work, Special Conditions of Bid, Contractors bid for public works — Form 96, E- Verify Affidavit, Statement of Bidder's Qualifications, Bid Price Sheet, Bid Bond, Standard Terms and Conditions, Supplemental Standard Terms and Conditions for Procurements for Services and Indiana Iran Cert. Note: Please complete, sign and return the following forms: this Request for Bid Form, Contractors Bid for Public Work — Form 96, E-Verify Affidavit, Bid Bond, Statement of Bidder's Qualification, Bid Price Sheet, Vendor Information Form, Vendor Reference Form and Indiana Iran Cert. Use the Bid Checklist to ensure submission of complete bid. Bid packages may be picked up at the Gibson County Highway Office. Special Note: A Mandatory Pre Bid meeting will be held on April 7, 2026 at 9:00 a.m. CST at the Gibson County Highway Garage 1491 E 350 S., Princeton, IN 47670. See the Special Conditions of Bid for details and for information about submitting written questions. Payment Terms Per Plans and Specifications I Delivery Time In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid, that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor, that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury We will comply with all terms, conditions and ecficatbns required by the state in this Reguest for Bid and all terms of our bid. Name of Authorized Company Representative (Type or Print) Chad L. Hubert Title Vice President Phone547-7921 Fax J 931-9117— Signal Date Federal Emplo er Identification No. Social Security No if Sole lxl� 04/21 /2026 35-0616844 Proprietor (Voluntary) Gibson County Page 1 of 3 Standard Terms And Conditions (Request For Bids / Proposals) 1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. Current INDOT Standards are to be used. When specific INDOT standard specifications are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by INDOT specification, stock number, and such other information necessary to establish equivalency. The reference "County" shall in all cases mean Gibson County Commissioners shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 7.0 UNFAIR SALES ACT: Prices quoted to the County are not governed by the Unfair Sales Act. 8.0 ACCEPTANCE -REJECTION: The County reserves the right to accept or reject any or all bids/proposals, or to award any part or all of the bid segments, and to waive any technicality in any bid/proposal submitted, and to accept or reject any part of a bid/proposal as deemed to be in the best interests of the County. 2.0 DEVIATIONS AND EXCEPTIONS: Deviations and excep- tions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence of such 9.0 statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. 3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items or materials which are used, may not be obsolete, seconds, or used. Materials which do not meet standard INDOT specifications are unacceptable without prior written approval by the County. 4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The County reserves the right to increase or decrease quantities to meet actual needs. 5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 6.0 PRICING AND DISCOUNT: The County qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts. 6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration. 6.2 Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost increases to the contractor which are demonstrated to be industrywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements. Bids/proposals MUST be dated and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office. METHOD OF AWARD: Award shall be made to the lowest responsible, qualified, and responsive bidder unless otherwise specified. Low bid shall be considered to be the lowest of all of the combined projects total bid amount. 10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 11.0 PAYMENT TERMS AND INVOICING: The County normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing. A good faith dispute creates an exception to prompt payment. 12.0 TAXES: The Gibson County Commission and its agencies are exempt from payment of all federal tax and Indiana state and local taxes on its purchases except Indiana excise taxes as described below. Gibson County in the State of Indiana, including all its agencies, is required to pay the Indiana excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Indiana sales or use tax on its purchases. The County may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors performing construction activities are required to pay state use tax on the cost of materials. 13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs. 6.3 In determination of award, discounts for early payment will only be considered when all other con- 14.0 ditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable to the County. All payment terms must allow the option of net thirty (30). ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute Page 2 of 3 the entire agreement and no other terms and conditions in 20.0 any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Indiana. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The County reserves the right to cancel this contract if the contractor fails to follow the requirements of the State of Indiana and related statutes regarding certification for collection of sales and use tax. The County also reserves the right to cancel this contract with any federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non -procurement contracts. 16.0 ANTITRUST ASSIGNMENT: The contractor and the County recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the County (purchaser). Therefore, the contractor hereby assigns to the County any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract. 17.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without the prior written consent of the County. The County may assign the contract to a third party if it is found to be beneficial to the County. 18.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined by Indiana law., sexual orientation or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor further agrees to take affirmative action to ensure equal employment opportunities. 18.1 The contractor agrees to post in conspicuous places, available for employees and applicants for employ- ment, a notice to be provided by the contractor that sets forth the provisions of the State of Indiana's nondiscrimination law. 18.2 Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of the contract, or withholding of payment. 19.0 PATENT INFRINGEMENT: The contractor selling to the County the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the County (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the County must comply fully with all safety requirements as set forth by the Indiana Administrative Code, the Rules of the Industral Commission on Safety, and all applicable OSHA Standards. 21.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment or materials, purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 22.0 INSURANCE RESPONSIBILITY: The contractor performing services for the County shall: 22.1 Maintain worker's compensation insurance as required by Indiana Statutes, for all employees engaged in the work. 22.2 Maintain commerc al liability, bodily nlury and prop erty damage insurance against any claim(s) which might occur in carrying out this agreement/contract Minimum coverage shall be two million dollars ($2,000,000) per occurrence of general liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non -owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage. The certificate of Insurance should name the Gibson County as a certificate holder. The certificate of liability should name the certificate holder as the additional Insured. 22.3 The County reserves the right to require higher or lower limits where warranted. 23.0 CANCELLATION: County reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the contractor to comply with terms, conditions, and specifications of this contract. 24.0 VENDOR TAX DELINQUENCY: Vendors who have a delinquent Indiana tax liability may have their payments offset by the County. 25.0 PUBLIC RECORDS ACCESS: It is the intention of the County to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Bid/proposal openings are public unless otherwise specified. Records may be made available for public inspection prior to issuance of the notice of intent to award or the award of the contract. 26.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Indiana procurement regulations and the Indiana public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation. Page 3 of 3 26.1 Data contained in a bid/proposal, all documentation 33.0 provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, docu- mentation, and innovations become the property of the County. 26.2 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which qualifies as a trade secret, or material which can be kept confidential under the Indiana public records. Bid/proposal prices cannot be held confidential. 27.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemi- 34.0 cal, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s). 28.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of Gibson County Commission, any of its departments, agencies or other subunits, or any county or state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the County. Release of broadcast a -mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 29.0 HOLD HARMLESS: The contractor will indemnify and save harmless Gibson County and all of its officers, agents, and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement. 30.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party. 31.0 E-Verify Affidavit: The CONTRACTOR shall enroll in and verity the work eligibility status of all newly hired employees through the E-Verify program as defined in IC 22-5-1.7-3. The CONTRACTOR shall execute and return the attached Affidavit of Employment Verification with the bid package. The CONTRACTOR is not required to verify work eligibility status of all newly hired employees of the Contractor through the E-Verify program if the E-Verify program no longer exists. 32.0 Contractors Bid for Public Work — Form 96: The CONTRACTOR shall execute and return the attached Contractors Bid for Public Work - Form 96 with the bid package. Bid Bond: Bidder shall file a certified check or Bid Bond with each Bid Proposal, in an amount equal to ten (10) percent of the total bid amount, made payable to Gibson County. The check or bond will be held by Gibson County as evidence that the bidder will, if awarded the contract, enter into the contract with the owner within ten (10) consecutive calendar days from the acceptance of the Bid Proposal. Failure to enter into the contract will be cause for forfeiture of the sum of the check or bond. All Bid Bonds and certified checks of unsuccessful bidder will be returned by the Owner upon selection of the successful Bidder. The certified check or Bid Bond of the successful bidder shall be held until deliver of the NTP, Performance Bond and Payment Bond. Performance Bond: A Performance Bond with good and sufficient surety, acceptable to the Owner and Engineer, shall be required of the successful Bidder in an amount equal to at least one hundred percent (100%) of the Contract Price, conditioned upon the faithful performance of the Agreement. 35.0 Payment Bond: A Payment Bond, approved by the Owner and Engineer, and for the benefit the Owner, in an amount equal to one hundred percent (100%) of the Contract Price will be binding on the Contractor, the subcontractor, and their successors and assigns for the payment of all indebtedness to a person for labor and services performed, materia. furnished, or services rendered. The Payment Bond must state that it is for the benefit of the subcontractors, laborers, material suppliers, and those performing the services. The surety of the Payment Bond may not be released until one (1) year after the Owner's final settlement with the Contractor. Supplemental Standard Terms and Conditions For Procurements for Services 1.0 ACCEPTANCE OF BID/PROPOSAL CONTENT: The contents of the bid/proposal of the successful contractor will become contractual obligations if procurement action ensues. 2.0 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By signing this bid/proposal, the bidder/proposer certifies, and in the case of a joint bid/proposal, each party thereto certifies as to its own organization, that in connection with this procurement: 2.1 The prices in this bid/proposal have been arrived at independently, without consultation, communicat on. or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder/proposer or with any competitor; 2.2 Unless otherwise required by law, the prices which have been quoted in this bid/proposal have not been knowingly disclosed by the bidder/proposer and will not knowingly be disclosed by the bidder/proposer prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated procurement, directly or indirectly to any other bidder/proposer or to any competitor; and 2.3 No attempt has been made or will be made by the bidder/proposer to induce any other person or firm to submit or not to submit a bid/proposal for the purpose of restricting competition. 2.4 Each person signing this bid/proposal certifies that: He/she is the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above; (or) He/she is not the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decisions in certifying that such persons have not participated, and will not participate in any action contrary to 2.1 through 2.3 above, and as their agent does hereby so certify; and he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above. 3.0 RECORDKEEPING AND RECORD RETENTION: The contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The contracting agency shall have the right to audit, review, examine, copy, and transcribe any pertinent records, weight tickets, or documents relating to any contract resulting from this bid/proposal held by the contractor. The contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. RFB #GCPO-TIF26 SPECIAL CONDITIONS OF BID HMA OVERLAY OF COUNTY ROADS GIBSON COUNTY, INDIANA Proiect Overview: Gibson County intends to have 5 county roads overlain with varying thicknesses of Hot Mix Asphalt (HMA). The county roads that are planned to be milled/paved/shouldered/striped include the following roads: CR350E, CR550S, CR100E, CR650S and CR175E.. These projects include the HMA overlay and improvement of the existing surface from pavement, chip and seal, or in some cases gravel with varying thicknesses and widths of HMA with the intent of providing a smoother, stronger, and safer flexible pavement section for the public to travel. All millings from transitions and scarification will be hauled to the defined locations by the contractor. The shoulder stone will be used to transition the new HMA overlay surface to existing ground elevation by the contractor. See the attached map and the Specifications Scope of Work. A. Contract and Contract Term: The results of this bid process will result in a contract between the selected vendor and Gibson County. The contract will be a one-time agreement for the period of April 21, 2026 through October 16, 2026. This contract will be initiated through issuance of agency Notice to Proceed (NTP) document and will include all of the terms and conditions listed and attached to this bid document, as well as any other terms necessary to clarify the contract requirements and as deemed to be in the best interests of the County. Your signed bid response will be your offer to provide the required services and our NTP document and attachments will be our acceptance of your offer. Initiation of services upon receipt of the NTP will be deemed as your firm's acceptance of this agreement and of any contractual clarifications attached to or referenced by the PO. B. Bidder Oualifications: Bidders must provide a point by point response to the items listed in the next section of this bid document, and must submit a complete Statement of Bidder's Qualifications document. A bidder's failure to provide a point by point response to the Statement of Bidder's Qualifications or to supply the required and completed documents or a bidder's failure to supply references which support their firm's ability to meet the requirements of this bid, are all grounds for elimination of their bid from further consideration. The County's determination that the bidder lacks adequate experience or resources necessary for the satisfactory completion of the work shall constitute sufficient cause for disqualification as an eligible bidder. In addition, past performance on similar projects will be assessed and, if determined deficient by the County shall constitute sufficient cause for disqualification as an eligible bidder. Bidders shall submit a list of at least 3 references with contact names and phone numbers and completed projects of a similar nature. C. Pre -Bid Vendor Meetine & Site Inspection: Each bidder is responsible for their own site inspection of each road included in the bid, but can schedule a meeting upon request. A mandatory pre -bid meeting will be held at 9:00 a.m. CDST, on Tuesday April 7, 2026 at the Gibson County Highway Garage located at 1791 E. 350S in Princeton, Indiana. Any vendor questions that may arise after your site visits must be submitted in writing to Matthew L. Holden, P.E. (email preferred) mholdenragibsoncounty-in.gov by close of business, Monday, April 13th, 2026. Written answers and any changes to this bid document will then be included in a bid addendum sent to all meeting attendees by close of business, Thursday April 16th 2026. D. Specifications: The specifications for this project are those indicated in the attached Specifications/Scope of Work document. It is the bidder's responsibility to inspect the roads at the locations noted above. These are the minimum acceptable specifications for the services which this bid requires to be performed. The requirements as listed in this document will be the basis of any contract initiated as a result of this solicitation. By signing the Request for Bid form, you are committing your firm to provide the services listed in these document, at the prices included on your Bid Price Sheet, in compliance with the specifications and all the terms and conditions listed and attached to this bid document. E. Method of Bid: Bidders must submit their bid prices on the attached Bid Price Sheet and show the Total Bid Amount. Alternate proposals will not be accepted or considered. Bidders must meet the minimum standards described by State and Federal Transportation Regulations. Bidders must also include their point by point responses to the requirements listed in the Bidder's Certifications section below and include vendor information forms. No partial bids will be accepted. All bidders must indicate on the outside of their response the bid number, date and time of bid opening, and in large letters "SEALED BID ENCLOSED". Bidders are directed to use the attached Bid Checklist as a tool to help them submit a complete bid package. Faxed bid responses will NOT be allowed. For purposes of correspondence the selected Contractor may use the following information: Date Agency fax number (812-385-3428) Agency name (Gibson County Highway Department) Agency contact person and telephone number (Matthew L. Holden, P.E. 812-385-4887) Contractor's fax number (if available) Contractor's name Contractor's contact person and telephone number Number of pages (including cover) being transmitted All faxed correspondence will be signed. Each page will be initialed and numbered "page I of 5, page 2 of 5," etc. Bids must be submitted by Tuesday, April 21, 2026 at 4:00 PM CDT to the following address: UPS, FedEx, or US Mail C O: Gibson County, Attention: Mr. Mike Watkins Gibson County Auditor Gibson County Court House 101 North Main St. Princeton, Indiana 47670 Receipt of a bid by the US mail system does not constitute receipt of a bid by this Office, for purposes of this RFB. All bidders are responsible for the delivery of their bid package to the Auditor's office prior to the stated time. Late bids and unsigned bids will be rejected. Method of Award: Award will be made to the responsive and responsible bidder judged as being qualified to provide the needed services and who has submitted the lowest Total Bid Amount for all Projects combined based on the prices submitted on the Bid Price Sheet for each of the aforementioned roads. If the low bid submitted does not meet the required Bidder Qualifications, it will be rejected and the submission of the next lowest bidder will then be reviewed for compliance with Bidder Qualifications. This process will be repeated as necessary until a qualified responsive and responsible low bidder is determined. Alternate proposals will not be considered. The County reserves the right to accept or reject any road or segment of any road project. G. Bid Opening: There will be a public bid opening on Tuesday, April 21, 2026 at 4:45 PM (CDT) at the Gibson County Commissioner's Office, Southwest Annex, 107 S. Hart St., Princeton, IN 47670 H. How to get on the Countv's Bidders List: Vendors are directed to contact the County Engineer 812- 385-4887 RFB # GCPO-TIF26 SPECIFICATIONS/SCOPE OF WORK PAVEMENT OVERLAY GIBSON COUNTY, INDIANA This scope of work sets forth the requirements for performing the pavement overlay of the following roads: located in Gibson County, Indiana. I. INTRODUCTION The Scope of Work includes the following: 1. Surveying and stationing of the roads for the staking of the various design pavement sections including overlays and widening's. 2. Contact IUPPS to locate all utilities, where necessary, for marking in the field, prior to beginning the work. 3. Supply and install all temporary traffic control, flagman, and traffic signs necessary to control traffic and to provide for safe working and traffic flow conditions. 4. The milling of all transitions and tie-ins to existing pavement sections. 5. The complete preparation of the road surface prior to HMA paving operations. 6. The hauling and disposal of all millings, rock, and dirt from road shoulders and ditches to the disposal site location or the Gibson County Highway Garage. 7. Erosion control measures shall be implemented to prevent soil loss from the sites including any lay down or parking areas. 8. Disturbed areas shall be graded, seeded, fertilized, and mulched to promote vegetation, if they are disturbed during the construction. 9. Wedging, patching, and removal of unsuitable soils, shoulders, or broken pavement if encountered, shall be completed and inspected prior to beginning paving of each road. The contractor shall notify the owner's representative so that the subgrade can be inspected by the owner's representative prior to paving. 10. Supply and install a tack coat to bond the subgrade to the HMA overlay. 11. Supply and uniformly install various thicknesses of HMA according to the design illustrated in the following sections. 12. The tapering or blending to grade of finished road surface with like material to all driveways on each road whether gravel or asphalt shall be considered incidental to the Work. Concrete drives shall be tapered or blended with asphalt. 13. Provide all equipment, labor, and material crushed stone shoulder to transition HMA surface to existing grade. 14. Perform striping as required. Striping to be paint with glass beads for reflectivity. Layout of centerlines prior to painting is required to ensure placement. 15. Replace traffic signal and associated pavement sensors, including all electrical work to make the traffic signal operational. II. SPECIFIED TASKS A. QUALITY ASSURANCE PLAN A Quality Assurance. Quality Control Plan shall be developed and submitted by the successful bidder for this project. It shall include: traffic control plans, mix designs of each type of HMA to applied, gradation of aggregates, oils, tack coats, methods of dust, erosion control, temporary signage, striping, sequencing of events, and a schedule. The plan shall be submitted to the County within 7 days prior to the beginning day of the contract and shall be approved by the County prior to performing any work described in the contract. 1. The contractor shall be named as receiving agent for all billing associated with testing, engineering, surveying, inspection, demolition, asphalt, tack coat, traffic control, signalization, milling, hauling, disposal, and all other invoices associated with the operation, unless an alternate proposal is agreed upon by both the County and the Contractor prior to award. 2. The contractor shall respond as soon as possible to all emergencies associated with the Work. In no case shall the response be more than 12 hours after a call from the County, unless prior County approval has been obtained. The property shall be repaired and returned to a compliant condition as soon as possible. The County Engineer shall be notified if a problem cannot be repaired within 24 hours from the original emergency. 3. The contractor shall be responsible for maintaining compliance with all permits, all repairs, traffic control, and pavement maintenance required to keep the project operating safely and efficiently with a minimum of non- operational time, in accordance with the requirements. B MAINTENANCE 1. All damage to existing roads, driveways, signs, mailboxes, and other appurtenances shall be repaired as necessary to their original condition. Significant erosion, or damage to existing roads and appurtenances shall be brought to the attention of the County Engineer. 2. The contractor shall control traffic using barriers, signs, flags and caution tape, including pedestrian traffic, around the project area to provide public safety throughout the operations. The contractor shall coordinate with and shall pay all charges for any deficiencies found to be present during construction. 3. To minimize damage to the pavement and roadside ditches, and vegetation, the use of wheeled or track vehicles on the finished surface shall be limited to the greatest extent possible. 4. Any sedimentation shall be dredged (if necessary) to maintain adequate protection of the road side ditches, storm sewers, utilities, adjacent properties, parking lots, driveways, railroad tracks and right of way, and farm field roads. 5. It shall be the contractor's sole responsibility to protect the work and the adjacent properties from damage. If damage is caused by the contractor to adjacent structures, utilities, parking lots, driveways, signs, or railroad property, it shall be the bidder's responsibility to repair these at his or her own expense. The County shall not be held responsible for damages caused to existing structures, roads, driveways, mailboxes, or utilities. III. SCHEDULE A. The schedule will be to start the work April 27, 2026 and be completed by October 16, 2026. Once Notice to Proceed is given to the contractor, the work shall proceed forthwith, without delay, and shall be completed as expeditiously possible. B. A final report, truck scale tickets, and an invoice will be submitted to the GCHD within 7 days of the end of each project. An invoice for the services performed and costs incurred for each project shall accompany the report. The report shall include a release and lien waivers along with a brief summary of conditions of the roads including, but not limited to, general weather conditions, problems to address, and the resolution of problems encountered during the project. The following specific information shall be included, using forms provided by the County Engineer: l . A description of all maintenance and repair activities performed. 2. A list of all utilities notified for location and marking. 3. Information as to the status of all utilities present. 4. Information on the disposal site of all materials removed from the job, including copies of weight tickets and manifests, if required, on all loads. 5. Summary of all field -monitoring records such as: daily field production logs, plant weight tickets, plant mix tickets. The format of this final report shall be approved by the County Engineer. C. The County Engineer shall be notified by telephone of any unusual or emergency conditions. This includes any delays, breakdown of major pieces of equipment, major repair needs, drainage concerns, vandalism, significant changes in scope of work, groundwater issues, or soft subgrade if present, storm sewer, sanitary sewer or ditch drainage issues, electric lines, gas lines, water lines, cable, phone lines, fiber optic lines, etc. Notification shall occur as soon as practicable during or following the day's work. The County must give written permission before any "out -of -scope" expenditures can be incurred. D. Two copies of the final report will be submitted by October 30, 2026 summarizing the work including project summary costs and maintenance work to be performed. The format of the report shall be approved by the County Engineer. IV. COUNTY'S RESPONSIBILITIES The County, through their Engineer, agrees to provide the following support: A. The County shall assign a project manager to serve as an official representative of the County who shall resolve in writing any problems of policy and procedure issues and shall provide information on the site. B. The County shall provide personnel to conduct on -site inspections with the contractor, if required for the purposes of bid preparation. C. The County shall be responsible for all public information activities associated with the project. D. The County shall provide the contractor with any coring information, if the County chooses to have the road cored before beginning the work. E. The County shall assist with communication with railroad encroachment. V. REIMBURSEMENT REQUESTS Reimbursement requests shall follow the format of the bid price sheet with the line items of the invoice using the same line items from the bid price sheet. Progress reports shall be submitted with each reimbursement request that details the accomplishments for the time period of the request and can be included in the monthly County Commissioner meetings. Vl. CONTRACTOR EVALUATION At the completion of the contract, the County may conduct a contractor evaluation. The following criteria would be evaluated: A. Ability to meet the project schedules and budgets. B. Accuracy and completeness of contract documents based on contract specifications. C. Responsiveness to field observations and recommendations by the County Engineer. D. Overall professional responsibilities demonstrated. E. Satisfactory administration of contract billing, bid preparation, and performance documentation as evidenced by timeliness and completeness. F. Traffic control, safety, and maintenance of traffic. TIF ESTIMATE 1 RFB # GCPO-TIF26 HMA OVERLAY OF CR350E (EST. 29730 FT) FROM SR168 TO Dead End GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 25 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $3,200.00 $3,200.00 2 Milling Transitions and tie-ins to existing pavement 43 EA $68.00 $2,924.00 3 Scarify road, 1/2" 84153 SYS $0.84 $70,688.52 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 6943 Tons $69.15 $480,108.45 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 6943 Tons $69.15 $480,108.45 6 Tack Coat 8415 Gal. $2.60 $21,879.00 7 #53 Shoulder Stone 1494 TN $55.00 $82,170.00 8 Striping 118920 LF $0.201 $23,784.00 Approaches: CR600S, CR550S, CR450S, CR650S, CR250S, CR175S Haul millings to CR675E/CR475S BID SUB -TOTAL $1,164,862.42 qk TIF ESTIMATE 2 RFB # GCPO-TIF26 HMA OVERLAY OF CR550S (EST. 3750 FT) FROM CR100E TO CR25E GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 22 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $3,200.00 $3,200.00 2 Milling Transitions and tie-ins to existing pavement 8 EA $68.00 $544.00 3 Scarify road, 1/2" 9673 SYS $0.84 $8,125.32 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 798 Tons $69.15 $55,181.70 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 798 Tons $69.15 $55,181.70 6 Tack Coat 967 Gal. $2.60 $2,514.20 7 #53 Shoulder Stone 188 TN $55.00 $10,340.00 8 Striping 15000 LF $0.201 $3,000.00 BID SUB -TOTAL $138,086.92 Approaches: Haul millings to CR675E/CR475S TIF ESTIMATE 3 RFB # GCPO-TIF26 HMA OVERLAY OF CR100E (EST. 4045 FT) FROM CR525S to CR600S GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 19 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $3,200.00 $3,200.00 2 Milling Transitions and tie-ins to existing pavement 6 EA $68.00 $408.00 3 Scarify road, 1/2" 8915 SYS $0.84 $7,488.60 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 736 Tons $69.15 $50,894.40 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 736 Tons $69.15 $50,894.40 6 Tack Coat 892 Gal. $2.60 $2,319.20 7 #53 Shoulder Stone 203 TN $55.00 $11,165.00 8 Striping 16180 LF $0.20 $3,236.00 BID SUB -TOTAL $129,605.60 Approaches: Haul millings to CR675E/CR475S TIF ESTIMATE 4 RFB # GCPO-TIF26 HMA OVERLAY OF CR650S (EST. 9230 FT) FROM US41 TO CR175E GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 20 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $3,200.00 $3,200.00 2 Milling Transitions and tie-ins to existing pavement 2 EA $68.00 $136.00 3 Scarify road, 1/2" 20827 SYS $0.84 $17,494.68 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 1718 Tons $69.15 $118,799.70 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 1718 Tons $69.15 $118,799.70 6 Tack Coat 2083 Gal. $2.60 $5,415.80 7 #53 Shoulder Stone 464 TN $55.00 $25,520.00 8 Striping 36920 LF $0.201 $7,384.00 Approaches: Haul millings to CR675E/CR475S BID SUB -TOTAL $296,749.88 &0- TIF ESTIMATE 5 RFB # GCPO-TIF26 HMA OVERLAY OF CR175E (EST. 10590 FT) FROM CR350S TO CR150S GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 20 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $3,200.00 $3,200.00 2 Milling Transitions and tie-ins to existing pavement 6 EA $68.00 $408.00 3 Scarify road, 1/2" 23849 SYS $0.84 $20,033.16 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 1968 Tons $69.15 $136,087.20 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 1968 Tons $69.15 $136,087.20 6 Tack Coat 2385 Gal. $2.60 $6,201.00 7 #53 Shoulder Stone 532 TN $55.00 $29,260.00 8 Striping 42360 LF $0.201 $8,472.00 BID SUB -TOTAL $339,748.56 Approaches: Haul millings to CR675E/CR475S ESTIMATE SUMMARY RFB # GCPO-TIF26 GIBSON COUNTY, INDIANA ITEM Description Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 5 EA $2,575.00 $12,875.00 2 Milling Transitions and tie-ins to existing pavement 65 EA $65.00 $4,225.00 3 Scarify road, 1/2" 147417 SYS $0.84 $123,830.28 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 12163 Tons $67.90 $825,867.70 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 12163 Tons $67.90 $825,867.70 6 Tack Coat 14742 Gal. $2.55 $37,592.10 7 #53 Shoulder Stone 2881 TN $54.50 $157,014.50 8 Striping 229380 LF $0.20 $45,876.00 BID TOTAL $2,033,148.28 Bond No. 69453-LIB-26-151 (CR350E, CR550S, CR100E, CR650S and CR175E) :9i KNOWN BY ALL PERSONS BY THESE PRESENTS THAT THE UNDERSIGNED: BIDDER: J. H. Rudoloph & Co., Inc. as principal, and SURETY: [Name] Liberty Mutual Insurance Company [Address] 175 Berkeley Street Boston, MA 02116 as Surety, are firmly bound unto Gibson County, Indiana in the full and just sum of an amount equal to TEN PERCENT of the amount of the Principal's bid, to the payment of which, well and truly to be made, we bind ourselves jointly and severally, and our joint and several heirs, executors, administrators and assigns, firmly by these presents THE CONDITIONS OF THE ABOVE OBLIGATIONS ARE SUCH THAT, whereas, the Principal is herewith submitting a bid and proposal for construction and completion of this"contract in accordance with plans and specifications, which are made part of this bond; NOW, THEREFORE, if Gibson County shall award the Principal the contract and the Principal shall promptly, enter into contract with Gibson County, then this obligation shall be void; otherwise to remain in full force, virtue, and effect. IT IS AGREED that no modifications, omissions, or additions in or to the terms of such contract or in or to the plans or specifications therefore shall affect the obligation of such sureties on this bond. IN WITNESS WHEREOF, we hereto set our hands and seals: J. H. Rudolph & Co., Inc. (Bid Bond) < < BIDDER > > (Signature) C HAD H kkp i (Printed) V166 ►"i f!� I D&N i (Title) State of Indiana, County of ,5�� SS: Before me, the undersigned Notary Public, personally appeared; CMV �-' d yb As Principal and acknowledged the execution of the above bond on this 12TO Day of AEP= L , 20 �. My commission Expires: I Q VANM--W&H (County of Residence) Liberty Mutual Insurance Company (Bid Bond) Iti (Ncfary Sig < <SURETY > > 0' (Signature) Carolyn E. Wheeler (Printed) Attorney -In -Fact Tennessee (Title) State of Mena, County of Knox , SS; Before me, the undersigned Notary Public, personally appeared; O�P�y PU * SEAL * ANGELA D. HAWKER VANDERBURGH COUNTY COMMISSION NUMBER NP0673910 9�OFIN��P My COMMISSION EXPIRES OCTOBER 26, 2031 Attorney -In -Fact Carolyn E. Wheeler As Principe l and acknowledged the execution of the above bond on this 13th day of April 2026 My commission Expires Knox (County of Residence) May 26, 2027 (Notary SignatureA&Seal)� Vicki Nobinger TArr ��llllll\\ to N N c __ cu ia cu N 73 rn U � O > N to 7 U C'Cn cc O 0 > as c >Q) O j Z U Liberty POWER OF ATTORNEY Certificate No 8204866 Mutual® Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies ), pursuant to and by authority herein set forth, does hereby name, constitute and appoint Carolyn E. Wheeler all of the city of Knoxville state of TN each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of July, 2024 Liberty Mutual Insurance Company 1NS1 SY INS 1NSu The Ohio Casually Insurance Company tiJp'o aPoly0 yJp'4oµvo�4.p9y `QdoaPo�lgy° m West American (Insurance Company J FO cn U Fo = Fo m / 1912 0 ° 1919 � 1991 0 6 pl'SS4CHu`'D3 y0 'IA MP`'aD� `(S NOIANP ,dD3 By: Nathan J Zangede, Assistant Secretary STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 1st day of July, 2024, before me personally appeared Nathan J Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania on the day and year first above written 9P PAST `F ,Z.�>� o•;P:� �._ �� Commonwealth of Penh Notary Notary Seal r+ y Teresa Pastella Notary Pubuc oP Montgomery County oP My commission expires March 28 2029 By: 'y v1Sy Ul Commission number 1126044 OTq�, PUO��G Teresa Pastella, Notary Public Member Pennsylvan a Association of Notar es This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows ARTICLE IV— OFFICERS: Section 12 Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations Such attorneys in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board the Chairman. the President or by the officer or officers granting such power or authority ARTICLE XIII - Execution of Contracts: Section 5 Surety Bands and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings. bonds, recognizances and other surety obligations Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seat of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J Zangerle, Assistant Secretary to appoint such attorneys-infact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed I, Renee C Llewellyn, the undersigned, Assistant Secretary, of Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company do hereby certify [hat this power of attorney executed by said Companies is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13th day of April 2026 1NS(Jp 01 Ill %NSUR jP�aaPoggro�-R1 �yJP°oaPopar'Pgy� GP=oaPoR, 11•C� =1912� o =1919� 1991 Fo c.Gy� s o a o By: 54—Z Yd,- 4c.0s; D3 y° "AMP'' dD3 YS 1Dim" dD� Renee C Llewellyn Assistant Secretary r/1 E �g v.tv c� C O c- Q d = E E 00 Q O Oa 0 N O N ace) Op �co cco c>3 — U CO N U_ n Marsh MSurety POA LMIC OCIC WAIC Multi Co 01202S Gibson County Bid / Proposal # GCPO-TIF26 Commodity / Service �GIBSON COUNTY HMA OVERLAY VENDOR INFORMATION 1. BIDDING / PROPOSING COMPANY NAME J. H. Rudolph S Co., Inc. FEIN 35-0626844 Phone (812 ) 547-1400 Toll Free Phone ( ) FAX (812 ) 937-9712 E-Mail Address chad.hubert@jhrudolph.com angela.hawker@jhrudolph.com Address P. O. Box 249 City State Zip + 4 Tell City IN 47586 2. Name the person to contact for questions concerning this bid / proposal. Name Title Ryan Gogel Estimator / Project Manager Phone ( 812) 489-0226 Toll Free Phone ( ) FAX ( 812) 937-9712 E-Mail Address ryan.gogel@jhrudolph.com Address P. O. Box 249 City State Zip + 4 Tell City IN 47586 3. Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel / Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan. Name Title Angela Hawker Contract Administrator Phone ( 812) 407-8418 Toll Free Phone ( ) FAX ( 812) 937-9712 E-Mail Address angela.hawker@jhrudolph.com Address P. O. Box 249 City State Zip + 4 Tell City IN 47586 4. Mailing address to which purchase orders are mailed and person the department may contact concerning orders and billings. Name Title Angela Hawker Contract Administrator Phone ( 812) 407-8418 Toll Free Phone ( ) FAX ( 812) 937-9712 Address E-Mail Address angela.hawker@jhrudolph.com P. O. Box 249 City State Zip + 4 Tell City IN 47586 5. CEO / President Name Ken Mulzer, Jr. Vice President Chad L. Hubert This document can be made available in accessible formats to qualified individuals with disabilities. GIBSON COUNTY, INDIANA Bid / Proposal # GCPO-TIF26 UfHSON NOUN I Y HMA OVERLAY VENDOR REFERENCE FOR VENDOR: J. H. Rudolph & Co., Inc. Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided by your firm for four (4) or more projects with requirements similar to those included in this solicitation document. If vendor is proposing any arrangement involving a third party, the named references should also be involved in a similar arrangement. Company Name Indiana Department of Transportation Address (include Zip + 4) 240 State House, Indianapolis, IN 46204 Contact Person John Wooden Phone No. 317-232-5094 Product(s) and/or Service(s) Used Asphalt Paving and Road Construction Company Name Posey County Address (include Zip + 4) 1203 O'Donnell Road, Mount Vernon, IN 47620 Contact Person Steve Schenk Phone No. 812-838-1334 Product(s) and/or Service(s) Used Asphalt Paving and Liquid Asphalt Company Name Perry County Address (include Zip + 4) 17115 SR37, Leopold, IN 47551 Contact Person Steve Howell Product(s) and/or Service(s) Used Asphalt Paving Company Name Spencer County Address (include Zip + 4) 920 E. CR899 N., Chrisney, IN 47611 Phone No 812-843-3232 Contact Person Dale Kenney Phone No. 812-362-8331 Product(s) and/or Service(s) Used Asphalt Paving This document can be made available in accessible formats to qualified individuals with disabilities. RFB #GCPO-TIF26 STATEMENT OF BIDDER'S QUALIFICATIONS GIBSON COUNTY HMA OVERLAY OF VARIOUS COUNTY ROADS REQUIREMENTS A. This Statement of Bidder's Qualifications shall be completed and returned with the bid. B. The Statement of Bidder's Qualifications shall be used to determine the bidder's ability to perform the work as specified in these bid documents and the accompanying permit conditions. C. All questions shall be answered and the data given shall be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. D. The successful bidder shall have a minimum of 5 years of experience in heavy highway paving, hauling, milling and disposal of materials. The successful bidder shall also have experience in general grading, drainage, traffic control, utilities relocation, shoulders, striping, and common erosion control practices. E. The bidder shall include resumes of key personnel to be used for the work and the reporting requirements. The bidder shall list the name of the laboratory proposed for use in the quality control work that may be required by the County. F. The bidder shall list any other capabilities that may be useful in conducting the work. i1 STATEMENTS A. Name of Bidder J. H. Rudolph & Co., Inc. B. Permanent main office address P. O. Box 249 534 Mozart Street Tell City, IN 47586 C. If a corporation, where is it incorporated? Indiana D. Name of any affiliated business and the location of the bidder's proposed contact person and the names of the proposed personnel that would be conducting on -site inspections, emergency responses, surveying, utility locates, and quality control for this project. See Attachment A Do you have background experience in working with potential utilities that could be encountered through the course of the work? Do you have the necessary equipment and trained personnel? Describe this experience. Yes. We contact Indiana 811 to locate utilities and follow Indiana Code for proper procedures and guidelines. J. H. Rudolph Co., Inc. Attachment P. O. Box 249 Tell City, IN 47586 Contact Name Title Phone Area of Responsibility Ryan Gogel Estimator 812-489-0226 Bidder Contact Nathan Staten Superintendent 812-686-2161 Superintendent Greg Thomas Surveyer 812-661-2514 Surveying Jobey Tackett QC/QA Manager 812-661-2511 Quality Control Matt Bunner EHS Manager 812-431-0202 Emergency Contact Ryan N. Go gel 328 W. IVperWN eut Addfelchoir Drive N. Santa Claus; Indiana 47579 Phone: (U2) 544-2820 Email; &6ge1@psci.net psci.net OBECT-M" To obtain a challenging position in the construotion field, that would allow 'an opportunity for growth and utilize my work and. educational experience. WORK EMERIENCE Peaboidy Ehergy, St.. Lozdst, Miwuri Absorbed United. Minerals, LLC— January 2016 Ilzzifecl AfiIierals Co.., LLC; Hiintin-gburg, Indiana September 20.02 - Tanuary 201.b Drill. :and Blast .Crew _Supervisor • besigned,:coininunicated and managed of all aspects of dialling :and'blasting for United NImerais.' suriaee cgalnnines.' • Experienced with NONEL, Detonating. cord and Electronic blasting •applfeatio,us, • Maisitaine:d compliance with DNR, ATF and Fine Marshal regtilations and requirements. • Developed a tnonthly cost analysis progr= used to calculate cost per yard and in deferminirrg drilling;kgd blasting cost.�t•specific distances to residential structures: • .Responsible for parts ordering for, Ingersoll Rand drills and,'Read lied bulk trucks. drfoiinda -surveying duties involving pit layout,. diversions, impoggdments, drainage and moritlilypit yardage; coal extraction -calculations and layout/installation, of CORE streams. Kimball-Tnteiziatiori�rla .Tasper, .lndirrizci I>ToverYiber 24:00 , 'August 2042 Desigp.Rhon ez, Product Developiiie4t and Resoar4 t Worked witli Designers to develop -and sf 4mline new product that Gvas'efficietit to manufacture, assemble aril ship. • Collaborated with vendors and manufactures to develop cost effeefive hardware for new lines of office filrD.iture. • IZesponsible for developing,. m4i'AtEdhing, and adjustiag a database of parts and pieces used company wide. Builders Soli:tlans,11einphis, Tennessee. June,1999 — August 2000 Construction Design Team Leader • Customized construction sofrivare'based.on inatiufacfures specifications, building practices and state codes. , * 'Trained designers to effebtivelyuse eiistoniized'constiabtioai sofltivare. o .. Created virtual walkthrouughs of customers ordered homa to enhance spatial recogiaiti.on. kDTJCATION Pyrelue Viiiversity, Vest Lafayefte, Indiana Bachelor of Science; Construefion Engineering Graphics, May 1999 REFERECNES Available- upon request EXPERIENCE NATHAN STATEN J. H. RUDOLPH & CO., INC. 2021 Present Superintendent 2004 2021 Foreman 2002 2004 Leadman 1998 2002 Laborer LOCAL 795 1998 2021 Various Projects through Local 795 Chad Zoglman EXPERIENCE 2023 - Present J. H. RUDOLPH & CO., INC. Superintendent 2017 - 2023 LUTGRING BROS. Heavy Highway Superintendent 2011 2017 E & B Paving Foreman 2008 - 201 1 LUTGRING BROS. Operator 2006- 2008 D-Lite Excavating Operator TRAINING OSHA HazWoper Training Indiana Erosion Control Certificate ATSSA Traffic Control Training Gregory M Thoma§- 9871 W State Road 66, Tell City, IN 47S86 * 812-661-2S14 (4e11)1* gmt 19610hotmall.com PROFESSIONAL SUI MRY Over 27 years experience in surveying and construction industry: Experience includes bridge, road, building and site construction, boundary and to �ogiaphic surveying, and route. location stir Heys. Experience using Trimble surveying products including robotics and GPS equipment, Carlson AutoCAD products, TopCon, and Wild (Lieca) equipment EDUCATION 19$6 - 1988 Vincennes University, Vincennes, e Major: Survey Technology 1976 -1980 Tell City High School, Tell City, Inc U.S. MILITARY 1984 - 1993 U.S. Naval Reserves and Individual Re dlribss Reserves 1980 -1984 U.S. Navy and U.S: Naval Reserves Achieved Signalman, Second Class Petty, Officer WORK EXPERIENCE i 2004 to Present J H Rudolph & CO, Inc. Evansville, IN Field Engineer - Perform. road, bridge, site and other vaiious c sti-uction surveys. Involved with Feld supervision and utility location, project site fieI:d designs, and estimating field calculations. 1999 to 2004 _Koester Companies, Inc. i Evansville, IN Field En ineer- Large construction site layout and experience itb!Trimble GPS and machine control equipment . 1988 to 1999 Bernaardin - Lochnnueller &Assoc. j Evansville, Lv Instrument Mqn & Park Chief- Construction layout, route iota fan surveys for KDOT and INDOT, boundary and topographic surveys. - 1985 to 1986 Bernardin - Lochmueller & Asn. Evansvllle, IN -RcdJ_Chalnman - Route location surveys For MOT, constructioll layout and boundary and topographic surveys, 1984 to 1985 Sayler Marine Corporation Savannah, GA RadMainman - Bridge construction and power line bent layout-. JOBEY L. TACKETT EXPERIENCE 2022 — Present 2003 — 2021 1998 - 2003 Summer 1997 Spring/Fall 1997 EDUCATION J. H. RUDOLPH & CO., INC. QC/QA Manager / Plant Manager Assistant QC /QA Manager RIETH RILEY CONSTRUCTION CO. Supervisor Quality Control BURNAU CONCRETE Laborer PURDUE UNIVERSITY GOLF COURSE Laborer Purdue University — Graduated May 1999 BS in Building Construction Management Profile Matthew T. Bunner, CMSP CSP 2996 W. County Road 170 N Rockport. Indiana 47635 (812) 649-5569 - Home (812) 431-0202 Result -oriented Safety Professional with twenty-five years experience in all aspects of mining, general industry, maritime, and construction. Self -driven and professional. Education Western Kentucky University B.S. Safety Management Bowling Green, KY (1995) Professional Experience Mulzer Crushed Stone, A CRH Company Tell City, Indiana Safety Director July of 2000 - Present Managed all aspect of our business including surface and underground limestone mining, dredging, hot mix asphalt, ready mix concrete and transportation on the highway and inland waterway systems. Compliance and advancement of our safety culture and climate. Miller Plating Evansville, Indiana Safet}- & Risk Manager October 1998-June 00 Took an organization that was in desperate need of safety leadership and in poor standing s� ith the state and local governments and turned a 100+ lost time injuries and four environmental complaints in 1997 to a zero lost time injuries and clear bill of health with IDEM. Developed policies and procedures for a safe culture and spearheaded their QS- 9002 program. Azteca Milling, L.P. Safety Asst. Manager Evansville, Indiana March 96 - Sept 98 Started the ground -breaking of the Evansville facility from start up tlu-ough full production. Full range of safety and environmental duties. Training, managing contractors, inspections and auditing, and record -keeping. Affiliations & Accolades Certified BAT and Collection for drug & Alcohol Surface & Underground Mine InshRuctor BLS Instructor (First Aid and CPR) Certified Safety Professional Certified Mine Safety Professional HAZWOPER Certified 2015 Safety Professional of the Year (NSSGA) F. Do you have a health and safety program to adequately educate and protect your personnel in working in a hazardous environment in accordance with the requirements specified in OSHA 29 CFR 1910.120(b)(4)? If not, briefly describe your health & safety program. See Attachment B G. Certification of Health and Safety training, including the date of the most recent training, for all personnel that would conduct the operations and maintenance for the field activities shall be submitted by the successful bidder prior to the start of field activities. Do all designated personnel meet current safety training requirements? Yes. H. Do you have experience in working with the proposed HMA proposed mixes? Do you have experience in hauling of these materials? Please list the name and location of the asphalt plant from where you are planning to haul your material. Is the plant an INDOT approved plant? Yes. Yes. The Green River Road plant is located at 3300 S. Green River Road, Evansville, IN Do you own your own pavement milling machines? If not, what is the name of the company that you propose to use for milling? Please list the relevant experience. Yes. Attachment B J h RUDOL PH & Co., Inc. A CRH COMPANY J.H. Rudolph & Co., Inc. PO Box 249 Tell City, IN 47586 J. H. Rudolph & Co., Inc. Company Safety Policy T +1 (812) 476 4921 F +1 (812) 547 6757 www.jhrudolph.com It is the policy of J. H Rudolph & Co., Inc. to provide a Healthy and Safe place of employment for all of our employees and for the public in all of our company's operations, and to abide by all safety regulations as they pertain to the construction industry. 1. Safety will take precedence over more expedient unsafe operations. 2. Every attempt will be made to provide equipment and create conditions that will make for a safe and productive work place. 3. Safety education opportunities will be provided for our employees. 4. Any employee who willfully disregards known safe practices will be subject to strong disciplinary action. 5. Subcontractors will be expected to abide by the provisions of this policy. 6. All employees are expected to read and understand the rules of Safety that are posted at all job sites. 7. Substance abuse will not be tolerated in the work place, or in any manner that may cause an employee to be a hazard to themselves or a coworker. 8. Wor activity will be accomplished per the Safety Program. Chad L. Hubert Vice President / Asst. Secretary Matt Bunner, EHS Manager Ph: (812) 431-0202 EOEWFNet/Disab.lity E-Verify Affidavit Pursuant to Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the County is required to enroll in and verify the work eligibility status of all its newly hired employees through the E-Verify program. The:Contractor is not required to verify the work eligibility statu5•of all its newly hired employees through the E-Verify program if the E-Verify program no longer exists. The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that, prior to entering into its contract with the County, the undersigned Contractor will enroll In and agrees to verify the work eligibility status of all its newly hired employees through the E-Verify program. J. H. Rudolph & 'Co Co., Inc. or}; By (Printed Name); Chad L. Hubert (Title): Vice President Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana COUNTY Spencer OF SS: Subscribed and sworn to before me this21 st day of April 20 26 SEAL o�PRY P& ANGELA D. HAWKER VANDERBURGH COUNTY * SEAL * COMMISSION NUMBER NP0673910 yFOFiN��� My COMMISSION EXPIRES OCTOBER 26, 2031 iJ My commission expires: 10/26/2031 Residing in Vanderburgh County, Indiana State CONTRACTORS BID FOR PUBLIC WORK - FORM 96 p - _ State Form 52414 (R2 / 2-13) / Form No. 96 (Revised 2013) S� Prescribed by State Board of Accounts PART I (To be completed for all bids. Please type or print) Date (month, day, year): April 21, 2026 1. Governmental Unit (Owner): Gibson County, Indiana, Gibson County Auditor 2. County: 3. Bidder (Firm): J. H. Rudolph & Co., Inc. Address: P. O. Box 249 City/State: Tell City, IN 47586 4. Telephone Number 812-547-7921 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of Gibson County, Indiana (Governmental Unit) in accordance with plans and specifications prepared and dated for the sum of Two Million Thirty Three Thousand One Hundred Forty Eight Dollars and Twenty Eight Cents $2,033,148.28. The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2.). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. understand that violations hereunder may result in forfeiture of contractual payments. The above bid is accepted this (`s� following conditions: Members:Contracting Authority ( _b ACCEPTANCE day of AP, 1 20 a , subject to the PART II (For projects of $150,000 or more — IC 36-1-12-4) Governmental Unit: Gibson County, Indiana Bidder (Firm): J. H. Rudolph & Co., Inc. Date (month, day, year): April 21, 2026 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. 1 K SECTION I EXPERIENCE QUESTIONNAIRE What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount I Class of Work $3,735,992 Asphalt Paving $563,500 Asphalt Paving $1,097,119 Asphalt Paving $2,715,409 Asphalt Paving Expected Completion Date Name and Address of Owner 2025 INDOT — R-41407 — SR257 — Pike Co. 2025 INDOA — Black River Welcome Center VC — Boonville New Harmony Rd — BBI 2025 2025 INDOT — 41599 — Walnut St - BBI What public works projects are now in process of construction by your organization? Contract Amount $1,133,023 Expected Class of Work Completion Date Name and Address of Owner INDOT — R-41772 — Telephone Rd - BBI Asphalt Paving 2026 $2,423,394 Asphalt Paving 2026 Posey Co Western Bypass - BBI $104,949 Asphalt Paving 2026 INDOT — R-44695 — SR68 — MAC Construction $833,692 1 Asphalt Paving 2026 INDOT — B-41455 — US41 — Beaty Construction 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. Arc Construction Co., Inc. — P. O. Box 2660 — Evansville, IN 47728-0660 Deig Bros. Lumber & Const. Co., Inc. — P. O. Box 7082 — Evansville, IN 47712 Traylor Building Group — 835 N Congress Avenue, Evansville, IN 47715 Koberstein Contracting, Inc. — 12900 Warrick County Line Road, Evansville, IN 47725 Blankenberger Bros Inc.— 11700 Water Tank Road, Cynthiana, In 47612-9705 SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) Begin per specifications and complete in accordance with contract requirements. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. See attached listing. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. To Be Determined. Nothing to list at this time. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. See attached equipment listing. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV CONTRACTOR'S NON —COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Dale, Indiana this 21s' day of April 2026. J. H. Rudolph & Co. Inc. (Name of Organization) 4 By -- Chad L. Hubert, Vice President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana ss COUNTY OF Spencer Before me, a Notary Public, personally appeared the above -named Chad L. Hubert swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this My Commission Expires: October 26, 2031 County of Residence: Vanderburgh and day. of April 2026. Public Angela D. Hawker ANGELA D. HAWKER O�PPY P�Br✓ VANDEFTE3UF�GH COUNTY * SEAL * COMMISSION NUMBER NP0673910 MY COMMISSION EXPIRES orINC�� OCTOBER 26. 2031 Part of State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) i e] J. H. Rudolph & Co., Inc. (Contractor) P. O. Box 249 (Address) Tell City, IN 47586 FOR PUBLIC WORKS PROJECTS OF Gibson Countv. Indiana GCPO-TIF26 — HMA Paving/Marking — CR350E, CR550S, CR100E. CR650S. and CR175E Filed Action taken 2026 (1) cn a) 0 O N O C c W 3 Cf C (Q C (4 d C O U a) U) U U D a@ c U a m C C C U O y 'O '0 a) 'o C o y m m m c E C c c E c O U E C a � o(a O O U I m EO E O E O c-m a cm n E No Q a Yyo6 m O oo °) m E >> m` C cu N m N DE y DE y .o y ✓/ U y _ c "O y y N N :c-0 y C) IB fJ0 O. O) O_ C U y E O a) a) 0 O c C O) a) a) C C N c C m e ' C L C L •- °' L L v C E U 'n U y U E °o O C m L U U O O O a) y ' c @ w� a) m m n a) n C a) 2 E m m C C n. g a) ° E �m E Em rm moo) aEic_m) E Eo o) rnp)o) aw,= O O o) @ C L U D1 C O) C_ L U Y m L U - y C O > n 0 ` m C_ 0) C_ C 'O C "O C 2 C 'd c O @ �> y Q n. > m 7 .E .E D O O D �. a C C m 0 @ > — — D D D — c d c m 0 x o y E y E y E E u of - r m mn o) — o) � �� m O y j p m "Q C j m Y N —— C C C_ C_ N m C C U C > U ` C m E N y C m E U @@ C E D_ m C m y y N @ C m C m L a) C m m d�� y y c a) N 'o U aE) aE o m m cLi a) m m o U C aEi > 0 > m o m o y >i aEi > m o e > � N "o N O p a) @ m > m > m m m -� N O U X m a) �' a) U X a) y m D O m C O m m U X m U X a) @ m U X m > m m m 0 m C D U U) m d d U) m d W (n m cn W C d L m U d 2 W C W O. cn S W C d C d L m C o m a Cl m m O L y y = N O •� C m 0 C 0) C w O C; m ` E m m - Y c E o a m m r r m m @ r c Q U Y C "Q U U U U N m O O _N a) a) m a) N a) a) N C C N E N Y O) E N D o a) O @ > O C m N a) O a) a) C m N a) N@ 'p .y L >a '.4 L L= L N 'o N N L E a o o m o om m m o o y o 0- m c p E a > 'D cu C c o E y G 'O -D cn - E@ m m C Y ~ m O) o) O N m C m C r p) rT C m O C m C C mE- 0) r C y 0) 0 0 'O — —_ E y co —_ —_ C m C CR C _m co v% m y cm 'O m m p -U O Lc : O N 'O @ U) C U Co = U N N m > m U Oc .N O C '� D) D y m m 'm U a a) J m °' aa) ° D- U E m 3 o m X c E E m c .o v r o c aci E o aa)) E aci E cn E a o t3 E R (`o� n W =o a) a) > a) > -D a) m m > a m Q' '� a) > m c V5 E C c m > m > f6 c a) m c U c a) > m c U C w E C W U m L y c d D V 3 O m m m a) > > (D @ rn o o m m rn E m o m o o o y D c cn d n. cn C� U U) Co w in U U d 2 in -i cn U 0- U) U U t U E m y cn N N Cl r O O m U-)O (O c0 O O co (h CDO) O) (O m N 7 a) M m N N O N M (") O C)N N O N r m a7 e- V f• _ h t` t` N 00 ti N r (D(0 mN CD(O p C) f` V ti V r V N V t- (D V t` V tl- V r V N (D r (D t• N d' ti V' N ti tl O r C N a, Z Z Z Z Z Z Z Z J Z Z Z Z Z Z Z Z Z Z Z Z Z Z< Z C wU c o C > OT am) O ca — > o E a) =7= y aN) a) p) Oc mm e wmc D C ym y'y O) C "y C C C m y Q Nm C C Ecn C y >m` _m im X 0c T U O m @ > rn O m L > D_ m > Co uJ Z W W O U W (n ) Z m -j O c Z Y a) 7 O C m @ > N co O m > Q C y M m C - > L O_ L (= m0 .6 N (D U) m a) > Q C O m J N O y > T @ D v C W U "O @ L C O Z 0) 7 "O (n m @ >i t` cc) c @ Z m C V O _ -U Q N Lrm te` c r`m rn cj ( � M m v .a o LE a) N OJ7OX O 0 OO C O U :EZ O OU) m X O W r W m m W m m O m 0 cn F) W > CD U) r, m co Domo O W N O O L) w(D 0o o o O CO � C) o v m 0 0 ,n 7 t` N m co m m m W u) N N LO O cD N (D d d N 7 (D a a V (� m m v Q cc) .— m Y U O N N E c o o U J _C) m c c m 0 U J m U C p m _0- y J C m to 'p � N E L y y E (j 0) C m O N m C U O a) (n T m O C C U L U O O U m U N C 3 j, U o J O7 c '(-pa y o � O (0 C U C C N C U C O (n @ O m m @ @ c c c o m o - U v o o U E ton y c `o o - n U a5 -_ rn � U c U >_ o m p O) y y O O" ii y CM m C U C m U U C > U O- d a`> a) U m O N rn (n C W O — U N d m @ c m d U H y C D Y_ L cy) m U y m a) c m (n w a) W W O (n c a) N d O ac Y o w S o D `m E L U N m E L m cn E @ c @ o U m U E Q C o_ (o U °) E N> = m m C N m U m cUi c @ Q w E t E - U o 2 o o m > o m m o m t co L o a) m W ._ IL > 2 o 2 m a d o O Of a� 0- cn W F EM Equipment List - Summary Equipment and Components Equipment/Component Vin Number Equipment 01.30002 2016 Ford Escape #4436 1 FMCUOGXXGUB34436 01.30005 2011 Toyota RAW #9462 2T3ZF4DV6BWO89462 01.30010 2014 Toyota Tundra #6205 5TFRY5F17EX166205 01.30011 2015 Chevrolet 1500 #8994 1GCRCREC3FZ358994 01.30014 2013 Chevrolet 1500 #0844 1 GCRCSE06DZ400844 01.30015 2013 Chevrolet 1500 #3903 1 GCRCSE08DZ383903 01.30017 2015 Ford F150#3897 1FTEX1C82FKE13897 01.30020 2015 Ford F150 #4486 1 FTEX1 C84FKF14486 01.30023 2016 Chevrolet 2500 #1311 1 GC2CUEG8GZ381311 01.30024 2016 Chevrolet 1500 #1387 1 GC2CUEG8GZ381387 01.30025 2016 Chevrolet 1500 #1040 1 GC2CUEG3GZ381040 01.30028 2015 Chevrolet 2500 #1702 1 GC2CUEG2FZ501702 01.30030 2016 Chevrolet 2500 #1198 1 GC2CUEG4GZ111198 01.30037 2014 Ford F250 #3717 1 FT7X2A61 EEA43717 01:30038 2014 Ford F250 #3459 1 FTBF2A66GEB33459 01.30039 2018 Chevrolet 1500 Pickup Truck#103351 1GCRCNECOJZ103351 01.30040 2018 Chevrolet 1500 Pickup Truck #102895 1 GCNRCNEC2JZ102895 01.30041 2018 Ford F250 Pickup Truck #4817 1 FT7X2BT2KEC44817 01.30042 2019 Chevrolet 250OHD Pickup Truck #1118351 2GC2CREG1 K1118351 01.30043 2019 Chevrolet 250OHD Pickup Truck #111875 2GC2CREG9K111875 02.10007 2000 S&S Trailer#2533 4UPET101XYS002533 02.10009 2012 Lark United #7521 5RTBE1621CDO27521 02.30002 Homemade #91 ND MVIN1 55791 IND 02.30003 2DOO Haulmark#3969 16HPB1422YHO63969 02.30004 2004 Haulmark #7304 16HCB101541-1117304 02.300D5 2007 Imperial #2058 1T9FS162470372058 02.30006 2006 Imperial 16FT #2509 1T9FS202460372509 02.30007 1995 Doolittle 16FT #2852 1DGFS1627SM022852 02.30008 Cimline #9196 Hot Pot 1G9441626FM119196 02.300D9 1991 Namanco #-0657 761 OWT00657 02.30010 1990 Trailer #2474 'IMS08161-1062474 02.30011 1994 16' Trailer #1079 1079 02.30012 2016 Roadclipper Trailer #2429 4SUFU202XG1172429 02.30013 2016 Homesteader Core Trailer #1097 5HABE1015GN051097 03.0514 Tag Along Trailer #9796 112H8V374FLO79796 04.30001 2003 Trail N Sport #1976 4X4UTS0103WO11976 04.30003 1994 Landoll #7019 1 LH345JH9R1007019 04.30004 2013 Etnyre #1250 1 E9313083DE111250 04.30006 1974 Dorsey Box Trailer #109466 109466 04.30007 2018 Trail King TK11 OSA #6325 1TKA05334JM016325 07.30001 1990 International #1496 1 HTSCCFN3LH281496 07.30002 2002 Ford #9448 1 FDAF56F1 2EC1 9448 12.30001 2DO4 Yale #928B A875B27928B 12.30008 2021 Rental JLG 460SJ Manlift #57730 300257730 12.30009 2021 Rental JLG 400S Manlift #5820 300105820 13.30003 Superior DT80L #814834 814834 13.30004 Superior Broom #813664 813664 13.30009 2021 Superior OT74J Broom #821919 821919 23.10037 2002 Caterpillar 980G #4260 2KRO4260 23.30001 Caterpillar 246C #2910 JAY02910 23.30002 Caterpillar Skidsteer #4471 BXMD4471 23.30008 2005 Caterpillar 980H #5577 JMS04109 23.30013 2019 CAT 972M Wheel Loader #02572 0972MVLSJ02572 23.30015 2021 Rental Skidsteer W/Milll Attachment #251 GPW00251 24.30001 2001 Caterpillar 416C #4232 4ZN24232 24.30002 2001 Caterpillar 416C #4325 4ZN24325 24.30003 Caterpillar 416C #6037 42N06037 29.30001 Rivinus #4430 Spreader Box 6C04430 29.30002 2002 Etnyre #K5884 K5884 31.30001 2002 Komatsu PC228 #21237 21237 43.3000 Subcontract Screen/Chrush Fuel XXXXX 51.30001 1991 Ford LN7000 #9143 Water& Fuel Truck 1 FDXR72P6MVA29143 51.30003 1989 Mack #1008 1M2BCO6C7KM001008 51.30004 1989 Mack #2076 VG6BA03B8KB052076 51.30018 1995 Mack R Model Dump Truck #2927 Bin Truck 1 M2AM08COSM002927 52.20008 2014 Freightliner 114SD #1049 3AKJG3DV2EDGA1049 53.30001 1986 International #6919 Combo truck 1HTLAHEM8GHA56919 54.30001 2015 Peterbilt - Etnyre #4877 2NP3LJ9X9FM304877 54.30003 1996 Ford #2154 1 FDXR72CXTVA32154 54.30004 20051nt. Etnyre#8622 1HTWAAAN15J008622 54.30005 2013 Int. Etnyre #4629 IHTZZAANXDJ234629 54.30006 2018 Int. 7300 Combo Truck #1414 1 HTZZMMN4JH351414 55.30001 199D International #9463 1 HTSHTVR3LH279463 60.30001 Roadtec 2500D #1116 SB2500D-X1116 61.30001 Barber Greene BG730 #X139 BG730X139 61.30002 Barber Greene BG730 #X167 BG730X167 / 356653 62.30001 1990 Hyster Roller r #183L D089C6183L 62.30002 2011 Caterpillar AP655D #00397 GNZ00397 62.30004 2012 Vogele #90404 21990404 62.30007 2019 CAT AP1000F Paver#400456 VA0400456 63.30003 1995 Hyster C350D Static Roller/Side Roller #6281 R DOB9C6281 R 64.30004 Ingersoll Rand DD110 #7939 177939 64.30009 Volvo DD90 #5527 Med 275527 64.30013 Ingersoll Rand Vib Roller DD130 #173761 173761 64.30014 Ingersoll Rand #174140 174140 64.30016 2012 Hamm Vib/Oscillation Roller HD140 #0598 Large H1840598 64.30018 2014 Hamm HD12 VV Small Roller #6482 H2300166 64.30024 2018 Sakai SW770ND Vib/Oscillation 11 ton 22,000 lbs. Med 3353 64.30029 2021 Renal Wacker Parker RD28-120 Roller #00489 WNCR0901 EHAA00489 65.30001 Bomag Roller Rubber Tire BW 11 R #297R AO91 C4297R 65.30002 2016 Atlas Copco CP1200 Pneumatic Tire Roller #4936 10000500TGB004936 88.30001 Miller MG655 Curb Machine #06SS 05-13HE-655-06SS 88.30002 Etnyre Curb Machine #P1855 P1855 88.30003 Grayco Stripping Machine #0564 BAD564 J. H. Rudolph & Co., Inc. Financial Statements Years Ended December 31, 2025 and 2024 Contents Independent Auditor's Report ----------------------------------------------- Financial Statements: Balance Sheets - --------------------------------- Notes to Financial Statements-------- _____--_-------_-----_- 2-3 ---------------------------- 4-5 ------------------------- 7-17 SWITZER, McGAUGHEY & KING,,C C E R T I F I E D P U B L I C A C C O U N T A N T 5 INDEPENDENT AUDITOR'S REPORT To the Board of Directors and Shareholder J. H. Rudolph & Co., Inc. Opinion We have audited the accompanying financial statements of J. H. Rudolph & Co., Inc. (an Indiana corporation), which comprise the balance sheets as of December 31, 2025 and 2024 and the related notes to the financial statements. In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of J.H. Rudolph as of December 31, 2025 and 2024 in accordance with accounting principles generally accepted in the United States of America. Basis for Opinion We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Our responsibilities under those standards are further described in the Auditor's Responsibilities for the Audit of the Financial Statements section of our report. We are required to be independent of J.H. Rudolph & Co., Inc. and to meet our other ethical responsibilities in accordance with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Responsibilities of Management for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America, and for dhe design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. In prepariig the financial statements, management is required to evaluate whether there are conditions or events, considered in the aggregate, that raise substantial doubt about J.H. Rudolph & Co., Inc.'s ability to continue as a going concern within one year after the date that the financial statements are available to be issued. Auditor's Responsibilities for the Audit of the Financial Statements Our objectives are to obtain reasonable assurance about whether the financial statements as a whole are free from material misstatement, whether due to fraud or error, and to issue an auditor's report that includes our opinion. Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee that an audit conducted in accordance with generally accepted auditing standards will always detect a material misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud is higher than for one resulting from error, as -2- 811 CORPORATE DRIVE • SUITE 303 • LEXINGTON, KY 40503 • Phone 859-223-5353 • Fax 859-223-5394 fraud may involve collusion, forgery, intentional omissions, misrepresentations, or the override of internal control. Misstatements are considered material if there is a substantial likelihood that, individually or in the aggregate, they would influence the judgment made by a reasonable user based on the financial statements. In performing an audit in accordance with generally accepted auditing standards, we: • Exercise professional judgment and maintain professional skepticism throughout the audit. • Identify and assess the risks of material misstatement of the financial statements, whether due to fraud or error, and design and perform audit procedures responsive to those risks. Such procedures include examining, on a test basis, evidence regarding the amounts and disclosures in the financial statements. • Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of J.H. Rudolph & Co., Inc.'s internal control. Accordingly, no such opinion is expressed. • Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluate the overall presentation of the financial statements. • Conclude whether, in our judgment, there are conditions or events, considered in the aggregate, that raise substantial doubt about J.H. Rudolph & Co., Inc.'s ability to continue as a going concern for a reasonable period of time. We are required to communicate with those charged with governance regarding, among other matters, the planned scope and timing of the audit, significant audit findings, and certain internal control related matters that we identified during the audit. Av&IX, miaxvf ON Z Switzer, Gaughey and I ng, IU.C. Lexington, Kentucky February 2, 2026 J.H. RUDOLPH & CO., INC. BALANCE SHEETS DECEMBER 31, 2025 AND 2024 ASSETS: 2025 2024 Current Assets Cash S 300 S 17,490 Contract Receivables, net of 4,575,433 2,856,880 allowance for credit losses of $45,912 and $152,895 as of 12/31/25 and 2024, respectively Contract Assets, including 1,420,964 2,502,308 conditional retainage of $480,652 and $39,017 as of 12/31/25 and 2024, respectively Inventories 2,452,396 2,234,107 Prepaid Expenses 29,920 29,920 Total Current Assets 8,479,013 7,640,705 Other Assets Property, Plant and Equipment, Net 11,474,844 12,094,602 Right of Use assets Under Financing Leases 92,612 58,155 Goodwill 4,096,143 4,096,143 Total Other Assets 15,663,599 16,248,900 TOTAL ASSETS 24,142,612 $ 23,889,605 See notes to financial statement and independent auditor's report. J.H. RUDOLPH & CO., INC. BALANCE SHEETS (CONCLUDED) DECEIIBER 31, 2025 AND 2024 LIABILITIES & SHAREHOLDER EQUITY Current Liabilities Book Overdrafts Accounts Payable Contract Liabilities, net of Conditional Retainage of $27,842 and $20,862 as of 12/31 /25 and 2024, respectively Accrued Expenses and Taxes Current Portion of Financing Leases Total Current Liabilities Non Current Liabilities Due to Parent and Affiliates Financing Leases, Net of Current Portion Total Liabilities Shareholder Equity Common Stock, no Par Value; Authorized 5,000 Shares; Issued and Outstanding 2,600 Shares Additional Paid in Captial Retained Earnings Total Shareholder Equity TOTAL LIABILITIES & SHAREHOLDER EQUITY 2025 3 15,181 809,036 6,763 310,574 20,254 1,161,808 764,468 74,067 2,000,343 52,000 3,129,759 18,960,510 22,142,269 2024 1,706,398 430,114 379,307 13,748 2,529,567 27,954 46,411 2,603,932 52,000 3,129,759 18,103,914 21,285,673 24,142,612 23,889,605 See notes to financial statement and independent auditor's report. -5- J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS DECEMBER 31, 2025 AND 2024 NOTE 1 — DESCRIPTION OF ENTITY Nature of Business J. H. Rudolph & Co., Inc. (the Company) is a wholly -owned subsidiary of Mulzer Crushed Stone which is a wholly owned subsidiary of CRH Americas Materials, Inc. whose ultimate parent is CRI 1, plc and is an asphalt paving contractor, serving customers in Indiana and I{entucky. The administrative offices are located in Tell City, Indiana with plants in various locations throughout Southern Indiana. The Company works under fixed fee and modified fixed fee contracts. The Company also provides noncontract services to customers, charging fees based on the time and materials used in completing the jobs. NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Basis of Accounting The financial statements are prepared on the accrual basis of accounting in accordance with accounting principles generally accepted in the United States of America (GAAP). The Accounting Standards Codification (ASC) as produced by the Financial Accounting Standards Board (FASB) is the sole source of authoritative GAAP for non -governmental entities. Use of Estimates Management uses estimates and assumptions in preparing these financial statements in accordance with GAAP. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Actual results could differ materially from the estimates that were used. Concentrations of Credit Risk Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of cash and accounts receivable. At times, such cash in banks map be in excess of the Federal Deposit Insurance Corporation insurance limit. Cash and Cash Equivalents Cash and cash equivalents consist of highly liquid investments with a maturity of less than three months when purchased. Irm J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEiViBER 31, 2025 AND 2024 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUEDI Allowance for Credit Losses In June 2016, the FASB issued guidance (FASB ASC 326) which significantly changed how entities will measure credit losses for most financial assets and certain other instruments that aren't measured at fair value through net income. The most significant change in this standard is a shift from the incurred loss model to the expected loss model. Under the standard, disclosures are required to provide users of the financial statements with useful information in analyzing an entity's exposure to credit risk and the measurement of credit losses. Financial assets held by the company that are subject to the guidance in FASB ASC 326 were trade accounts receivable. The Company adopted the standard effective January 1, 2023. The impact of the adoption was not considered material to the financial statements and primarily resulted in enhanced disclosures only. Contracts and Accounts Receivable Contracts receivable are recorded at the invoiced amount based on contracted prices. accounts receivable are customer obligations due under normal trade terms. The Company attempts to minimize contracts and accounts receivable credit risk by reviewing customer credit history before extending credit and by monitoring customers' credit exposure on a continuing basis. The Company establishes an allowance for possible losses on contracts and accounts receivable, when necessary, based upon factors surrounding the credit risk of specific customers, historical trends, and other information. `When payment of the retainage is contingent upon the Company fulfilling its obligations under the contract it does not meet the criteria to be included in contracts receivable and remains in the contract's respective contract asset or contract liability, determined on a contract -by -contract basis. Retainage for which the Company has an unconditional right to payment that is only subject to the passage of time are included in contracts receivable. Two customers represent 14% and 14% of sales in 2025 while three customers represented 37%, 12%, and 11° o of sales in 2024. Three other customers represented 38%, 200 o and 10% of accounts receivable as of December 31, 2025 while three customers represented 18° o, 17' o, and 17% of accounts receivable as of December 31, 2024. Inventories Inventories are stated at the lower of cost (first -in, first -out method) and net realizable value. Inventories not expected to be used in the next 12 months are classified as noncurrent. Inventory costs primarily represent purchased materials. J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEMBER 31, 2025 AND 2024 NOTE 2 — SUMTNLARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUEDI Property, Equipment, and Depreciation Property and equipment are stated at cost. Provisions for depreciation of property and equipment have been computed on the straight-line method over the estimated useful life. Depreciation expense on assets acquired under capital leases is computed on the straight-line method over the shorter of the useful life of the asset or the life of the lease and is included with depreciation expense on owned assets. Property, Equipment, and Depreciation (Concluded) Long-lived assets to be held and used are tested for recoverability whenever events or changes in circumstances indicate that the related carrying amount may not be recoverable. When required, impairment losses on assets to be held and used are recognized based on the excess of the asset's carrying amount over the fair market value of the asset. Certain long-lived assets to be disposed of by sale are reported at the lower of carrying amount or fair value less cost to sell. The Company records impairment losses on long-lived assets used in operations when events or circumstances indicate that the assets may be impaired. There were no impairment charges recorded for the years ended December 31, 2025 and 2024, respectively. Goodwill In accordance with ASC 350, Intangibles — Goodivill and Other, goodwill is not amortized but, instead, is evaluated for impairment annually or whenever events or changes in circumstances indicate that the value of goodwill may be impaired. These evaluations can be based on forecasted discounted cash flows or on qualitative factors such as industry conditions and company performance. A qualitative analysis of the relevant facts did not indicate any impairment of goodwill in 2025 and 2024. Revenue and Cost Recognition In accordance with ASC 606, all of the Company's revenue from contracts with customers in the scope of ASC 606 is recognized within Net Revenues in the Statement of Income. The following table presents the Company's sources of Net Revenues for the years ended December 31, 2025 and 2024: 2025 Revenue from construction contracts $ 27,280,398 Revenue from retail sales 3,031,919 Other revenue 107,045 Total Net Revenue $ 30,419,362 2024 $ 22,328,433 2,135,011 54,403 $ 24,517,847 J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECENIBER 31, 2025 AND 2024 NOTE 2 - SUNINL-IRY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) Revenue and Cost Recognition (Continued) The Company recognizes revenue when it satisfies performance obligations by transferring control of the promised goods or services to customers in exchange for agreed upon consideration or promise to pay. The following is a description of the Company's principal revenue streams accounted for under ASC 606: Revenue from construction contracts: The Company regularly engages in contracts with state, city and county municipalities as well as private entities for purposes of performing asphalt paving services. Contracts are typically competitively bid and are primarily short term in nature, completed entirely within one reporting period, however larger contracts will occasionally extend into multiple periods. Because the Company's revenues concentrate heavily with state and local government, the timing of the Company's revenue recognition is highly dependent on economic and political factors including state and local budgeting and election cycles. The Company typically does not recognize final billings on state road contracts until the State has approved the billing, which can lead to delays in revenue recognition when compared to private entity contracts. Revenue from construction contracts is recognized over time based on the Company's progression toward completion of the project. Performance obligations included in larger contracts allow the Company to satisfy completion on portions of the contract and recognize revenue pro rata based on the acceptance of partial completion by the customer. For most short-term contracts, the Company recognizes revenue when the contract has been completely fulfilled and work has been accepted by the customer. The Company typically will invoice the customer once the performance obligations have been met and payment is due within an agreed -upon amount of time between the Company and the customer, typically no less than 30 days. The company's contracts typically do not include a financing component or variable consideration, other than incentives for early completion and penalties for late completion, which are known and fixed by completion of the contract. The contract will typically determine the timing of satisfaction of performance obligations and the transaction price, while allocation of the transaction price to performance obligations is typically determined by estimated cost to satisfy the performance obligation compared to estimated cost to satisfy the entire contract. -9- J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEM3ER 31, 2025 AND 2024 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) Revenue from construction contracts (Concluded) The Company's contracts with customers typically include provisions for retention of final payment until the work performed is accepted, therefore the Company is generally not liable for returns, refunds or performance under warranty agreements. The Company primarily engages in construction contracts with public entities such as state and local governments and is therefore somewhat dependent on economic factors that impact the budgeted spending of those entities. Revenue from retail sales: The Company owns and operates asphalt plants as a means of producing the aggregate mix required to perform on its contracts. The Company also sells aggregate materials directly to third party independent contractors or directly to governmental entities. Retail sales are recognized at the point in time at which goods are transferred and accepted by the customer and consideration is received, rather than over a period of time. Other revenue: The Company has a minimal amount of revenue from other sources, including sales to related companies in the normal course of business. All other revenue is reported at the point in time at which performance obligations are met, in a similar manner to retail sales. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs and depreciation. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are probable and estimable. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, and such changes are recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from job performance, job conditions, contract penalty provisions, claims, change orders, and settlements are accounted for as changes in estimates in the current period. Accounts payable includes retentions payable which are all expected to be paid within one year. Retentions payable were $41,618 and $15,458 as of December 31, 2025 and 2024, respectively. Taxes Assessed by Government Authorities on Revenue Producing Transactions The Company records sales on a basis net of sales tax assessed by governmental agencies for retail sales. -10- J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEIVIBER 31, 2025 AND 2024 NOTE 2 - SUMtiiARY OF SIGNIFICANT ACCOUNTING POLICIES (CONCLUDEDI Income Taxes The Company's effective tax rate was 25.90° o for the years ended December 31, 2025 and 2024. The Company does not record deferred income tax assets and liabilities at this level because they are not material. Income tax returns of the Company's ultimate parent company for tax years 2022 through 2025 remain subject to examination by taxing authorities. Because the Company's income is included in the consolidated federal return of the Parent, the Company's provision for income taxes is included in due to parent and affiliates in the accompanying balance sheet and not separately reported. The Company has reported a provision for tax expense/(benefit) in the amount of $299,404 and $(497,481), as of December 31, 2025 and 2024, respectively. Actual income taxes charged by the Parent to the Company was $-0- for the years ended December 31, 2025 and 2024. Differences between the Company's income tax provision and cash flows attributable to income taxes pursuant to the provisions of the Company's tax sharing arrangement with the parent company have been recognized as increase or decrease in intercompany long-term debt, payable to the parent company. Advertising The Company does not do any direct response advertising. Advertising costs are expensed as incurred. Advertising expense was $463 and $850 in 2025 and 2024, respectively. Reclassification Certain prior year amounts have been reclassified to conform to the current year presentation. NOTE 3 — ACCOUNTS RECEIVABLE Accounts receivable at December 31, 2025, 2024 and 2023 is as follows: Contracts Receivable: Completed Contracts Contracts in Progress Total Less Allowance for Doubtful Accounts 2025 944,657 3,676,688 4,621,345 2024 1,333,422 1,676,353 3,009,775 (45,912) (152,895) 4,575,433 2,856,880 -11- 2023 760,422 2,542,784 3,303,206 (40,912) 3,262,294 J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATENIENTS (CONTINUED) DECEMBER 31, 2025 AND 2024 NOTE 4 — COST AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS The asset, "Contract assets", represents revenues recognized in excess of amounts billed plus retainage receivable on open contracts. The liability, "Contract Liability", represents billings in excess of revenues recognized net of retainage receivable on incomplete contracts. The timing of when the Company bills their customers on long-term construction contracts is generally dependent upon agreed -upon contractual terms, which may include milestone billings based on the completion of certain phases of the work, or when services are provided. When billings occur subsequent to revenue recognition as a result of contingencies, the result is in unbilled revenue, which is included in contract assets. Additionally, the Company may receive advances or deposits from customers before revenue is recognized, resulting in deferred revenue, which is included in contract liabilities. Retainage for which the Company has an unconditional right to payment that is only subject to the passage of time are classified as contracts receivable. Retainage subject to conditions other than the passage of time do not meet the definition of a receivable and are therefore included in contract assets and contract liabilities, as determined on a contract by contract basis. Contract assets represent revenues recognized in excess of amounts paid or payable (contract receivables) to the Company on uncompleted contracts with customers for which the Company has received payment or for which contract receivables are outstanding. Costs and estimated earnings on uncompleted contracts at December 31, 2025, 2024 and 2023 consisted of the following: Costs Incurred on Uncompleted Contracts Estimated Earnings Total Less Billings to Date (Including Conditional Retainer) Conditional Retainage Total 2025 2024 18,528,470 $ 12,552,454 1,235,417 102,678 19,763,887 12,655,132 (18,858,180) 508.494 i,414,2UI (10,642,817) 59,879 $ 2,072,194 2023 $ 16,113,313 1,160,539 17,273,852 (17,468,853) 169,308 $ (25,693) J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEMBER 31, 2025 AND 2024 NOTE 4 — CONTRACT ASSETS AND CONTRACT LIABILITIES (CONCLUDED) Included in the accompanying balance sheet under the following captions: 2025 Contract assets $ 1,420,964 Contract Liabilities (6,763) Total $ 1,414,201 2024 2,502,308 (430,114) $ 2,072,194 NOTE 5 — DUE TO PARENT AND AFFILIATES 2023 $ 233,211 (258,904 $ (25,693) During 2017, the Company elected to adopt the provisions of ASU 2014-17, Business Combinations, in particular electing to apply Pushdown Accounting to tax basis of its assets. For internal consolidated reporting, the Company's equity is considered part of parent company debt and the Company continues to pay interest on that total acquisition price, less annual repayments from profits. However, on a stand alone basis, the provisions of ASU 2014-17 required reporting the Company's pre - acquisition equity in the financial statements. Interest of $0 and $70,812 paid during the years ended December 31, 2025 and 2024, respectively, relates to interest on amounts due to parent and affiliates. Amounts due to affiliated companies arising from various intercompany transactions is primarily the result of an affiliate controlling the main cash collection and disbursement accounts for the Company. This affiliate collects receipts and makes payments on behalf of the Company and charges and credits this activity through intercompany accounts. NOTE 6 — PROPERTY AND EQUIPMENT Property and equipment at December 31, 2025 and 2024 consisted of the following: Land and Land Improvements Building and Improvements Construction Equipment Transportation Vehicles Plants Total Accumulated Depreciation Total 2025 $ 3,374,667 1,343,402 3,569,704 1,985,766 9,635,033 19,908,572 (8,433,728) 11,474,844 -13- 2024 3,374,667 1,343,402 3,147,025 2,300,406 9,635,033 19,800,533 (7,705,931) $ 12,094,602 J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL STATEMENTS (CONTINUED) DECEIIBER 31, 2025 AND 2024 NOTE 6 — PROPERTY AND EQUIPMENT (CONCLUDEDI Depreciation expense for the years ended December 31, 2025 and 2024 was $1,131,639 and $1,245,789. Depreciation expense includes amortization related to fixed assets capitalized under financing lease arrangements. Lease related amortization was $14,101 and $2,005 for the years ended December 31, 2025 and 2024 respectively. NOTE 7 - INVENTORY Inventories consist of the following: 2025 2024 Liquid Asphalt $ 449,204 $ 317,233 Aggregate 1,182,024 676,304 Reclaimed Asphalt Pavement 759,001 1,149,699 Cold Mix 18,219 52,449 Fuel 43,948 38,422 Total Inventory $ 2,452,396 $ 2,234,107 NOTE 8 — LITIGATION The Company and its subsidiaries are subject to legal proceedings, claims, and litigation arising in the ordinary course of business. If management believes that a loss arising from these matters is probable and can be reasonably estimated, a loss is recorded. As additional information becomes available, these matters are assessed and the estimates are revised, if necessary. Based on currently available information, management believes that the ultimate outcome of these matters, individually and in the aggregate, will not have a material adverse effect on the Company's business, financial condition, or results of operation. NOTE 9 — LEASES The Company leases certain property and equipment under cancelable and noncancelable short-term lease agreements on a seasonal basis. Generally, the Company is required to pay executory costs such as property taxes, maintenance, and insurance. Total rental expense under all operating leases for the years ended December 31, 2025 and 2024 were $330,111 and $297,506, respectively. -14- J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL, STATEMENTS (CONTINUED) DECEMBER 31, 2025 AND 2024 NOTE 9 — LEASES (CONCLUDED) In accordance with ASU 2016-02 Leases, and all subsequent amendments to the ASU (collectively, "ASC 842"), financing leases with terms of more than one year, which include a right -to -use asset, are capitalized and amortized over the period of the lease. The Company leases vehicles under non -cancellable leases with terms of more than one year. The Company has performed present value calculations in order to record a right of use asset along with related future minimum liability on the balance sheet totaling $105,911. The average remaining lease term is 53 months and the average discount rate is 5.740 o as of December 31, 2025. The lease includes no residual value and no additional guarantees. The balance of unamortized financing lease obligations was $94,321 and $60,159 as of December 31, 2025 and 2024, respectively. The following is a schedule by year of future undiscounted minimum lease payments required under these agreements. 2026 $ 25,036 2027 25,036 2028 25,036 2029 22,670 2030 8,133 Thereafter -- Total 105,911 Less Effect of Discounting (11,590) Recognized Financing Lease Liability $ 94,321 The Company entered a long-term agreement to store raw materials with a supplier during 2022. This non -cancellable agreement is subject to 5-year renewal options with the current term ending in September 2026. The Company determined that this agreement does not meet the qualifications of ASC 842 because the Company does not have the right to direct use of the asset under the agreement. Therefore, this agreement was not capitalized under the guidance of ASC 842. Total expense under the agreement was $241,550 in 2025 and 2024, respectively. The remaining future minimum payments required under this agreement are $181,164 for 2026. - 15 - J.H. RUDOLPH & CO., INC. NOTES TO THE FINA-NCIAL STATEMENTS (CONTINUED) DECEMBER 31, 2025 AND 2024 NOTE 10 —DEFINED CONTRIBUTION PLAN The Company has a discretionary defined contribution plan available to all employees not covered by a collective bargaining agreement. The Company contributes a percentage of eligible employee wages to the plan. The total expense for this plan recognized in 2025 and 2024 was $34,086 and $118,893, respectively. The Company has no liability to the plan beyond the annual contributions. NOTE 11 — RELATED -PARTY TRANSACTIONS The Company purchases materials from entities affiliated through common ownership. Aggregate and other raw materials of approximately $4.47 million and $3.1 million at December 31, 2025 and 2024, respectively, were purchased from affiliates. The Company transferred certain fixed assets to related entities during 2025, totaling $139,640 in original cost, net of $139,640 in accumulated depreciation. All related party transfers of fixed assets at net base value are accounted for as increases or decreases to Due to Parent and Affiliates. NOTE 12 — BACKLOG (UNAUDITED) The Company's backlog represents awarded contracts in existence but not complete at year end. The Company's backlog at December 31, 2025 and 2024 was $3,330,425 and 511,760,394, respectively. NOTE 13 — FAIR VALUE OF FINANCIAL. INSTRUMENTS The recorded values of the Company's financial instruments approximate their fair values. NOTE 14 — SUBSEQUENT EVENTS Management has evaluated subsequent events for disclosures and/or recognition in accordance with ASC 855, Subsequent Events, through February 2, 2026, which is the date the financial statements were available to be issued. -16- J.H. RUDOLPH & CO., INC. NOTES TO THE FINANCIAL, STATEMENTS (CONCLUDED) DECEMBER 31, 2025 AND 2024 NOTE 15— OFF -BALANCE -SHEET RISK AND CONCENTRATIONS OF CREDIT RISK Financial instruments which potentially subject the Company to concentrations of credit risk are primarily cash and cash equivalents. The Company's cash deposits are in highly rated financial institutions and may at times exceed federally insured amounts. The Company's contracts receivable is from various companies and state and local government entities in the construction and asphalt paving industries. The Company, as a condition for entering into some of its construction contracts, had outstanding surety bonds approximating $4,881,355 at December 31, 2025. -17- BUSINESS INFORMATION DIEGO MORALES INDIANA SECRETARY OF STATE 02/03/2026 04:43 PM 7� X— -M WN i 1' i � 1 • / 1� �' I : 1 � � Entity Type: Domestic For -Profit Corporation Business Status: Active Creation Date: 03; 08/1940 Inactive Date: Principal Office Address: 534 Mozart Street, Tell City, IN, 47586, USA Expiration Date: Perpetual Jurisdiction of Formation: Indiana Business Entity Report Due 03/31/2028 Date: Years Due: ue Title Name Address President Kenneth Mulzer JR. 1251 N. Stockwell Rd., Evansville, IN, 47715, USA Director Matthew J. Campbell 1251 N. Stockwell Rd., Evansville, IN, 47715, USA Director Charles W. Crane JR. 1251 N. Stockwell Rd., Evansville, IN, 47715, USA Assistant Secretary Gary P. Hickman 900 Ashwood Parkway, Suite 600, Atlanta, GA, 30338, USA Secretary Matthew J. Campbell 1251 N. Stockwell Rd., Evansville, IN, 47715, USA Treasurer Matthew J. Campbell 1251 N. Stockwell Rd., Evansville, IN, 47715, USA Type: Business Commercial Registered Agent Name: CORPORATION SERVICE COMPANY Address: 135 North Pennsylvania Street, Suite 1610, Indianapolis, IN, 46204, USA I;:''::`'i::.''%:`';:'; ,'''•�'aYr ;::`;;`r'rf5'� i'�`ii i. �i� i �G 4141f4 f iH(l it HIM i � ertirwale of LSBLTED BY INDIANAPOLIS, IN April 11, 2025 TO J. H. RUDOLPH & CO., INC. TELL CITY, IN who has filed with the Department a Contractor's Statement of Experience and: Financial Condition as required under Indiana Code 8-23-10: is hereby qualified to bid at any Department of Transportation letting in Classes of Work and within the amount and other limitation. of each classification. as listed below, for such period as the uncompleted work on hand from all sources does not exceed: th e Aggregate amount_ Classification references by name or symbol are in accordance with the definitions in the Contractor's Statementof Experienceand Financial Condition_ This certificate supersedes any certifiicate previously issued, bust is subject to revision or revocation according to the law; if and when changes in the financial condition of the contracting firm or over facts justify such revision or revocation. Valid April 11, 2025 Thru April 30, 2026 Aggregate Bidding Capacity: 122,026,000.00 y 0288 PAVEMENT SEALING: SLURRY, FOG AND CHIP........................................................... $30,000,000.00 0335 SPECIAL COATINGS & WATERPROOFING SYSTEMS .................................................. $1,000,000.00 r B(A) ASPHALT PAVEMENT: W/INDOT CERTIFIED HMA PLANT ............................................. $99,999,999.00 C(B) LIGHT GRADING............................................................................................................... $20,000,000.00 E(E) SMALL STRUCTURES AND DRAINAGE ITEMS.............................................................. $30,000,000.00 EMDEMOLITION...................................................................................................................... $3D,000,000.00 PREQUALiFTCATtON ENGINEER S�ti Form K*:* (R315 iz51 ()�PO�6a�t� CO MMISSI:O N ER CERTIFICATE OF QUALIFICATION to provide CONSTRUCTION SERVICES for PUBLIC WORKS PROTECTS to the STATE OF INDIANA This Certification Board, having duly considered application for qualification in terns of apparent experience and financial resources; and under the applicable Indiana Code 4-13.6-4 and adopted rules of this Board, hereby issues a Certificate of Qualification to provide construction services to the State of Indiana for Public Works Projects to: J.H. Rudolph & CO., INC. 534 Mozart Street Tell City, IN 47586-0249 Phone (812) 547-1400 Fax Company official Kenneth Mulzer, Jr., Assistant Controller for the twenty-seven month period stated herein, unless revoked by this Board for cause, and in the classifications of services stated below. This certificate supercedes any previous certificate. 1611.02 Asphalt Construction of Roads and Parking Lots - No Restrictions CERTIFICATION DATE 03-20-2025 EXPIRATION DATE 2027-06-20 12:00:00 AM THIS CERTIFICATE ISSUED BY THE STATE OF INDIANA, PUBLIC WORKS DMSION CERTIFICATION BOARD, 402 WEST WASHINGTON STREET, ROOM W467, INDIANAPOLIS, INDIANA 46204, ALSO ACTS AS THE OFFICIAL NOTICE OF EXPIRATION. �Oaalldi l.t�cv��r,kxritn�trJ.fi�.•' Laura Chamberlain, Delegate Secretary Certification Board DAPW PQ2 State Form 3993R Rev. 07/D3 & co., Inc. A CRH COMPANY April 28, 2025 J.H. Rudolph & Co., Inc. PO Box 249 Tell City, IN 47586 Re: Certified Volumetric Hot Mix Asphalt Producer Program To Whom It May Concern: T +1 (812) 476 4921 F +1 (812) 547 6757 www.jhrudolph.com All J.H. Rudolph plants supply HMA to INDOT in accordance with INDOT Standard Specifications Sections 401.02 and 402.02 which state that "The HMA shall be supplied from a certified HMA plant in accordance with ITM 583; Certified Volumetric Hot Mix Asphalt Producer Program. " ITM 583 is the program which INDOT uses to initially certify a producer's plant (see attached Certificate) and to audit the producer on an annual basis to ensure compliance. As per specification and ITM 583, the HMA producer operates in accordance with the Quality Control Plan. A list of currently certified producers may be obtained from INDOT or by visiting the INDOT webpage, http://www.in.gov/indot/div/mt/appmaUpubs/ap106.pdf Please feel free to contact me with any questions. Respectfully Submitted, Jobey Tackett QC/QA Manager — J.H. Rudolph & Co., Inc. Cell: 812-661-2511 Equal Opportunity Employer October 15, 2025 CERTIFIED HOT MIX ASPHALT PRODUCERS Specification Reference: 401, 402, 410 & SM Producer/Supplier Type: Certified HMA Producer ITM 583 SM Material Code: 401M34500 to 410M34600 3550 JENSTAR ASPHALT LLC GARY, IN 3403 JERRY DAVID ENTERPRISES, INC EVANSVILLE, IN 3405 JH RUDOLPH & CO, INC DALE, IN 3378 JH RUDOLPH & CO INC ENGLISH, IN 3308 JH RUDOLPH & CO INC EVANSVILLE, IN 3555 LOUSIVILLE PAVING CO CRESTWOOD, KY 3398 LOUSIVILLE PAVING CO LOUSIVILLE, KY 3384 MAC CONSTRUCTION & EXCAVATION, INC JEFFERSONVILLE, IN 3249 METZGER CONSTRUCTION CO INC BOONVILLE, IN 3251 METZGER CONSTRUCTION CO INC BOONVILLE, IN 3332 MILESTONE CONTRACTORS LP BLOOMFIELD, IN 3232 MILESTONE CONTRACTORS LP (1) CAMBRIDGE CITY, IN 3315 MILESTONE CONTRACTORS LP COLUMBUS, IN 3397 MILESTONE CONTRACTORS LP DALEVILLE, IN 3309 MILESTONE CONTRACTORS LP (1) DECATUR, IN 3304 MILESTONE CONTRACTORS LP INDIANAPOLIS, IN - HARDING ST (PLANT #11) 3317 MILESTONE CONTRACTORS LP INDIANAPOLIS, IN - 96TE ST 4of7 Comments (I) = Inactive .r. r: �r:�:vi Cr'Y4p.w. w... w `.y.-;1�-. .•.:�.+-�.'.rj.. :3rr.. .-r-sv.rw�m .+�ev�..r{;.i . r. s__ :.:. �z.�,•.�..:xr.Y.rrr.i•t •.-s ,iyra•> 1 ..n.a-r. r..1+.:W.rJ'1f.•s-:':a-r.« '.w^'.�.�.i:�_. •e J. H. Rudolph & Co., Inc. Alcohol and Drug Policy Statement of Purpose - J. H. Rudolph & Co., Inc, strives to provide our employees with the safest workplace that is possible. In addition, many Company operations are performed on public highways and at work sites other than the Company's. Government agencies bave issued regulations that compel us to provide a drug free workplace. The management of J. H_ Rudolph & Co., Inc. agrees with these regulations and feels that the use of illegal drugs or the improper use of alcohol can jeopardize the safety of our employees and the general public. The management of J. H, Rudolph & Co., Inc. realizes that the vast majority of our employees have not and do not use illegal drugs or abuse alcohol. However, the management of 1. 11 Rudolph & Co., Inc. has implemented the following policies with the intention of providing a drug free work place for all of our employees, customers, and the general public. Statement of Policy - I a Rudolph & Co., Inc, is committed to providing a safe work environment that is free of drugs and alcohol. In furtherance of this objective and in compliance with the Drug -free Workplace Act of 1988, the unlawful manufacture, distribution, dispensation, possession or use of alcohol or a controlled substance or other abuse of drugs or prescription drugs is prohibited- The following drug -related activities are strictly prohibited in the workplace: o Drugs taken which are not prescribed for you. o Drugs taken in any amount or frequency other than specifically prescribed by a doctor. o Drugs taken after expiration date, or outside the realm of medical condition_ o Abuse of over the counter drugs. Wodcing while taking a prescription drug which may cause drowsiness or other side effects, may create a risk of serious injury to yourself or others. You must notify your supervisor wbe . taking any drugs that may impair your ability to safely perform your job. Your supervisor may be able to assign you to another position which you can safely perform. You are responsible for ]mowing the side effects of any drags your doctor may prescribe. Each employee must comply with these rules as conditions of employment. Failure to do so will subject an employee to disciplinary action up to and including temmination. Any employee convicted of a criminal drug statute violation, must notify J. H. Rudolph & Co., Inc. within five days after such conviction. J. H. Rudolph & Co,, Inc, has implemented a six -part plan as required and/or permitted by law consisting of: 1. Pre- employment testing, 2. Periodic testing (for certain employees), 3. Random testing, 4. Post -accident testing, 5. Reasonable suspicion and 6. Unsafe conditions, All types of testing are required under the Department of Transportation's drug free workplace regulations. Testing will be conducted in accordance with any applicable federal and state laws and regulations. J.11 Rudolph & Co., Inc. will use an approved breathalyzer for the purposes of alcohol testing. 1. Pre -employment testing. Prospective employees will undergo a pre -employment drug test. 2. Periodic testing: Any employees that are required to undertake periodic physical and drug tests will do so. Currently, over the road truck drivers and boat pilots fall under this category. Employees that are not required to undertake periodic testing will be excused, from such periodic testing. 3. Random testing: Every year a certain number of the current employees will be tested randomly. Employees who are tested will have an equal chance of being tested every time a test is administered. The tests will be unannounced and conducted at the work site with as much privacy as is possible being given to the employee. The dates of testing will not follow a fixed schedule. 4. Post -accident: Employees will be drug andlor alcohol tested if: a. there is a reasonable possibility that drug/alcobol use may have been a contributing factor to the reported injury or accident that the employee took or failed to take a particular action or step resulting in medical treatment beyond first aid; or b, at the Company's sole discretion, the employee violated safety precautions or standards. 5. Reasonable suspicion: An employee that shows signs of being under the influence of illegal drugs or alcohol may be, tested immediately. If the employee shows clear signs of alcohol intoxication or is otherwise impaired a test will be unnecessary. If it is possible, two supervisors will witness the employee before testing is performed. If two supervisors are not available, one is enough based on good faith. Also, if an employee is witnessed possessing drugs, drug paraphernalia, or alcohol, then that employee will be subject to disciplinary action that may include termination. Possession of drugs on Company property is grounds for termination of employment 6. Unsafe Conditions: An employee who contributes to or creates an unsafe working environment that results or could result in injury, death or damage to property, as detemrined by the human resources or safety department, maybe tested at either the worksite or off -site. Privacy and Quality Control - In the interests of privacy, only the President, CEO, safety director, and the Human Resources department will bave direct access to the results of the drug or alcohol screens. The supervisor may also be told about the test's results. The employee is responsible for informing testing personnel of any over the counter or prescription drugs that may affect ..•: y.rxe,s�:nw�o::.. we�.re+-._,. �_. r-: ..-h..-r:.,-• —.-.-. �_"-�:.a. '. - .� ., -. - �_ ter- .� .. .. ...-.... _-z.r ., - +>-v .n .. .-�y•.�f v � • M r �.aM�w�..• .i ... •. V...rtrva_r.- .,xm>AaTtl•�.+'» < .. .. .�t. rv. _ -..r the results of the test Positive drugs screens will be submitted for a confirmatory test to a properly certified lab. An employee may request a second test be performed if a split sample is available, the Company may request reimbursement. J. H. Rudolph & Co., Inc. reserves the right to recognize only the test that the Company administers. While being tested, employees are expected to fully comply with the instructions given to them by the testing personnel and should not leave the testing Brea without permission. Failure to do so will be considered a dischargeable offense. Employee Assistance Plan - J. H. Rudolph & Co., Inc. recognizes that chemical dependency is a condition that can be treated through counseling. The Company encourages any employee that suffers from chemical dependency to seek treatment Employee Assistance Program and Substance Abuse Professional (SAP) are available to all employees. The Company's group health insurance plan will currently pay for a portion of the costs of many of the chemical dependency treatment programs available locally. If an employee does seek treatment he/she may be reassigned to a different position. If an employee is selected for testing, it is too late to seek treatment The Human Resources Department must be contacted upon entrance to a rehabilitation program. An employee must comply with all terms of the recommended treatment program_ If you have a chemical dependency and need assistance in finding a program that will help you recover, you may call your local Human Resources Department. If you do call, everything you say will be hold in confidoncc provided you are not endangering anyone's well-being including your own. The time to seek treatment is now, not after a positive result J. H. Rudolph & Co., Inc. will devote a minimum of 60 minutes of training annually for supervisors regarding drug and alcohol awareness/reasonable suspicion. Penalties - Any employee. that tests positive on a drug test as determined by Company policy or Depar mmt of Transportation regulations, refuses to take a test, provides or attempts to submit a falsified sample or fails to comply with all terms of a recommended treatment program will be immediately terminated The level of the alcohol test will determine the disciplinary action. If the test is a pre -employment test, then the prospective employee may not be considered employable in the future. An employee may be placed on leave of absence based on a positive screening test pending the results of the confirmatory test. The employee shall be returned to work with back -pay if the confirmatory test is negative. Masking Agents and Derivative Products We test for evidence of masking agents and attempts to confuse the testing lab. Use of a masking agent or attempting to confuse the lab will be treated as a dischargeable offense. It may be -possible for certain hemp products to cause a positive drug test result for marijuana. There may be other products derived from illegal drugs or the precursors to illegal drugs. These products can be purchased over the Intcmet or in health food stores and their legal status is questionable. Agencies of the Federal Government (Department of Health and Human Resources, Department of Transportation, Nuclear Regulatory Commission) have taken the position that a Medical Review Officer (MRO) cannot accept hemp oil or hemp product ingestion as an alternative medical explanation for testing positive for marijuana. It is Company policy, not to accept hemp oil or hemp product ingestion as an alternative medical explanation for testing positive for marijuana with Company mandated testing. The Company may, in its sole discretion, test for and prohibit the use of any drug which, in the Company's judgemeat; can have the effect of adversely impacting an employees' ability to perform the job safely. This includes so called "designer drugs" such as synthetic marijuana This may be expanded to other derivative products in the future. Any dilute test will result in immediate retest due to regulatory compliance. Employer Signature: Date: 12/10/19 Chad L. Hubert, Vice President STATE OF INDIANA ) SS: COUNTY OF SPENCER ) Chad L. Hubert personally appeared before me, a Notary Public, in and for said County and State this 108' day of December, 2019, after being duly swam upon his oath, says that the facts alleged in the foregoing affidavit are true. My Commission Expires: 10/26/2023 1f- Angela . awkcr,NotaryPublic AN13EIA D, HAWKER (SEAL) Notary Public, State of Indiana Resident of Vanderburgh County, IN My Comm ssion EVIres: October 26, 2023 Commission Number 0673910 -y.�l'�,7'Ati-pM`J �'�.i-��.,:.��W.y+F: s. �.: --.-_Y..dtr..�n�as'aC �1YY.1tY.'..:....:�..tvrY2+t •.c/ii.-»..y .-f.4��a.,ti..,. :-. .�M..K��-:��re �r :Si =.Mr•R MVC'��l'rw��t�M- �.VN dry.-. J. H. Rudolph & Co., Inc. Alcohol and Drug Policy Amendment 1 Dated 0911412020 Beginning September 14, 2020, J.14. Rudolph dr. Co., Inc. will amend 2. Periodic Testing and 3, Random Testing of the six -part plan of the Alcohol and Drug Policy dated December 10, 2019 to the following language: 2 Periodic tcsting: All employees are required to have en annual drug tcsL The drug test shall contain at least a five (5) panel drug tcAthaLlests for the following drugs: amphotamines, cocaine, opiates, PCP and THC. 3. Random testing: At kart one -twelve (1/I21) of 25% of the total workforce will be icsted randomly each month Employees who arc tested will have an equal ohance oflxing tested every time a test is administered The.tests will be unannounced and conducted at the work site with as much privacy as is possible being given to the employee. The dates of testing will not follow a fixed schedule if an employee trsts positive, he/shc will be terminated and will notbe eligible for rehire. EmployerSignatum: L Date: Septemb-_r 14 2r120 CbacfL. Hubert, Vice President STATE OF 1NDL NA ) SS: COUNTY OF SPENCER ) Chad L. Hubert personally appeared before me, a Notary Public, in and for said County and State, this 14" day of September, 2020, after being duly sworn upon his oath, says that the fats alleged in the foregoing affidavit are true _ My Cotmninion Expires: 10262023 " 1'a1*111_k-r, Notary Public ANGELA D. HAWKER Notary Public, State of Indlana -Resident of Vanderburgh County, lH My Comdssion Eores: October 2k 2023 Commission Number 0673910 e Alt, f J. H, Rudolph & Co., Inc. Alcohol and Drug Policy Amendment 2 Dated 1211812020 Beginning December 18, 2020, .I. 11. Rudolph & Co., Inc. will amend 2. Periodic'I'esting and 3. Random 'testing ofthe six -part plan of the Alcohol and Drug Policy dated December 10, 2019 to the following language: 2. Periodic testing: All employees arc required to have an annual drug test The drug test shall contain at least a five (5) panel drug test that tests for the following drugs: amphetamines, cocaine, opiates, PCP and TIK The following initial cutoff levels will be used when screening specimens to determine whether they are negative for these classes of drugs: Oxycodone 100ng/ML Oxymorphone 100nWML Hydrocodone I00ng/ML Hydromorphone 106ng/ML AMG/MAMP (500,1250) Cocaine Metabolite (1501100) Marijuana Metabolite (501'15) Codcinc/Morphine (2000/2000) Phencyclidine (25/25 3. Random testing: At least nne-twelve (1/121h) of 2594, of the total workforce will he tested randomly each month. F.ntployces who are tested will have an equal chance of being tested every time a test is administered. The tests will he unannounced and conducted at the work site with as much privacy as is possible being given to the employee. The dates of testing will not follow a fixed schedule. If an employee tests positive, he/she will be terminated and will not be eligible for rehire. JREmployer Signature: Date: December 18, 2020 Chad L. Hobert, Vice President STATE OF INDIANA ) SS: COUNTY OF SPENCER ) Chad L. Hubert, personally appeared before me, a Notary Public, in and for said County and State, this 18't' day of December, 2020, after being duty sworn upon his oath, says that the facts alleged in the foregoing affidavit are true. 1. My Commission Expires: 10/26/2023 Ange . Hawker, Notary Public .�, ANG€LA D. HAWKER ` Notary Public, State of Indiana 9EALJ� Resident of Vanderburgh County, IN ;y, t My Commission Expires: October 26, 2023 Commission Number 0673910 INDIANA IRAN INVESTMENT CERTIFICATION The State of Indiana has enacted a law (I.C. 22-5-16.5) which requires all state agencies and political subdivisions request certification from its contractors that the contractor is not engaged in investments activities In or with Iran as those terms are defined by Chapter 16.5. This certification serves as notice that all contractors doing business with the Gibson County I must, as a term of its contract, certify that he/she/it does not engage in investments activities in or with Iran. Chad L. Hubert Inc the duly authorized representative of H Rudolph & Co(name of company), certify under penalty of perjury that J H Rudolph & Co Inc (name of company) does not engage in investments activities In or with Iran as those terms are defined by I.C. 5-22-16.5. J. H. Rudolph & Co., Inc. Nam of Co ipany By: — — (Au orized Representative of Company) GIBSON COUNTY HIGHWAY DEPARTMENT 1791 E 350 S, Princeton, Indiana 47670 (812) 385-4887 Fax: (812) 385-4983 Matthew L. Holden, P.E. Engineer/Superintendent of Highway Department ADDENDUM #1 TO: GCPO-TIF26 Bidders Date April 16, 2026 This addendum, issued prior to award, alters, amends, corrects, or clarifies the Proposal Documents to the extent stated herein and does thereby become part of the Proposal Documents and will become part of the Contract Documents of the successful bidder(s) Items Included in this Addendum 1. Standard Terms and Conditions: 1.0: While it is specified "Current INDOT Standards are to be used", PG 58S-28 OR PG 64-22 are acceptable for this project. Sincerely, Matthew L. Holden, P.E. Gibson County Engineer