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