CHICAGO EXECUTIVE AIRPORT
1020...
CHICAGO EXECUTIVE AIRPORT
1020...
CHICAGO EXECUTIVE AIRPORT
1020 South Plant Road, Wheeling, Illinois 60090
PROJECT: 2025 Airfield Pavement Repairs
Sealed proposals will be received by the Chicago Executive Airport at 1020 South Plant Road, Chicago Executive Airport, Wheeling, Illinois 60090 until 11:00 AM on Wednesday, August 6, 2025, for the construction of 2025 Airfield Pavement Repairs at which time bids will be publicly opened and read. Faxed proposals will not be accepted.
The project work consists of the following approximate major quantities:
Base Bid #1: Runway 16/34 and Connectors Pavement Repairs:
70 SY Rem. & Rep. Bituminous Pavement â" Type A, 380 SY Rem. & Rep. Bituminous Pavement â" Type B, 3,770 Foot Clean & Seal Bituminous Cracks, 440 SF Pavement Marking â" Waterborne and 170 SF Pavement Marking â" Black Border
Base Bid #2: Runway 12/30 and Taxiway Y Pavement Repairs:
120 SY Rem. & Rep. Bituminous Pavement â" Type A, 265 Foot Clean & Seal Bituminous Cracks, 650 SF Pavement Marking â" Waterborne and 250 SF Pavement Marking â" Black Border
Base Bid #3: Maintenance Building Lot Pavement and Drainage Repairs:
20 SY Rem. & Rep. Bituminous Pavement â" Type B and 2 Each Repair Inlet
Base Bid #4: Atlantic FBO Auto Parking Lot Pavement and Drainage Repairs:
25 SY Rem. & Rep. Bituminous Pavement â" Type B and 2 Each Adjust Manhole
Additive Alternate #1: Hangar 5 Apron Pavement Repairs:
120 SY Rem. & Rep. Bituminous Pavement â" Type B, 70 CY Unclassified Excavation, 30 CY Porous Granular Embankment (10â) and 120 SY Crushed Aggregate Base Course (6â)
Additive Alternate #2: Taxiway A Pavement Repairs:
70 SY Rem. & Rep. Bituminous Pavement â" Type A, 110 Foot Clean & Seal Bituminous Cracks, 970 SF Pavement Marking â" Waterborne and 350 SF Pavement Marking â" Black Border
Additive Alternate #3: Hangars 50 and 51 Taxilane and Taxiway T Pavement Repairs:
80 SY Rem. & Rep. Bituminous Pavement â" Type B, 210 Foot Clean & Seal Bituminous Cracks, 30 Foot Clean & Seal Bituminous Cracks â" With Backer, 160 SF Pavement Marking â" Waterborne and 100 SF Pavement Marking â" Black Border
Additive Alternate #4: Hangars 55 and 56 Taxilanes Pavement Repairs:
35 SY Rem. & Rep. Bituminous Pavement â" Type B, 70 Foot Clean & Seal Bituminous Cracks, 175 SF Pavement Marking â" Waterborne and 100 SF Pavement Marking â" Black Border
Additive Alternate #5: Customs Apron Sealing and Remarking:
260 SF Pavement Marking â" Waterborne and 4,160 SY Tar Emulsion Seal Coat
Additive Alternate #6: Hangar 11 Auto Parking Lot Repairs:
144 SY Rem. & Rep. Bituminous Pavement â" Type B and 175 SF Pavement Marking - Waterborne
Instruction to Bidders, form of proposals, form of agreement, specifications, and wage rate are on file and may be inspected at: Office of the Airport Executive Director, Chicago Executive Airport, 1020 South Plant Road, Wheeling, Illinois 60090, and Office of Crawford, Murphy & Tilly, Inc., 550 North Commons Drive, Suite 116, Aurora, Illinois 60504 or online at the website of BHFX Digital Imaging (www.bhfxplanroom.com).
Instruction to Bidders, form of proposals, form of agreement, specifications, and wage rate will be available on July 18, 2025, and may only be obtained from BHFX Digital Imaging (by visiting www.bhfxplanroom.com) upon payment of non-refundable printing fees and registration through BHFX. Hard copies of the documents are required for bidding purposes and only bids from plan holders registered through BHFX will be accepted. All addenda issued for this contract shall also be available through BHFX to registered plan holders as they become available.
Each prospective bidder, in evidence of competence, to perform the type of construction or related construction required by the project description, shall furnish to the Chicago Executive Airport Board of Directors as a prerequisite to the release of proposal forms, a current, certified or photostatic copy of a "Certificate of Eligibility" issued by the Illinois Department of Transportation in accordance with IDOT's instructions for Prequalification of Contractors.
As an alternative to Illinois Department of Transportation pre-qualification, a contractor may submit a statement of experience and financial capability to the Airport Executive Director along with their bid. Said statement shall provide information regarding the successful completion of a minimum of three projects of similar scope and magnitude within the last two (2) years including project reference who can verify the contractorâs role. The statement will also provide a summary of any outstanding liens or judgments against the contractor or other factors that may interfere with the completion of this work. Finally, the Contractor shall provide a general summary of financial capability. Failure to demonstrate experience or financial capability will be considered cause for disqualification of a bidder.
Additional information may be requested after the receipt of bids to further determine that a contemplated awardee is fully qualified to receive the award. Such statements and information shall be furnished immediately upon request.
A bid bond, cashier's check, or a certified check made payable to the order of the Chicago Executive Airport in the amount of ten percent (10%) of the total bid must be deposited by each bidder with his bid as guarantee that in case the contract is awarded to him, he will within fifteen (15) days thereafter, upon receipt of written notice of award, execute such contract and furnish a satisfactory performance bond. Upon failure to do so, he shall forfeit the deposit as liquidated damages and acceptance of the bid will be contingent upon the fulfillment of this requirement by the bidder.
The checks or bid bonds of all, except the three (3) lowest responsible bidders, will be returned within ten (10) days after the bids are opened and read. The remaining checks or bid bonds will be refunded as soon as the contract and bond have been properly executed and approved.
A visit to the project site can be arranged by contacting:
Chicago Executive Airport
Norm Mackey
Airport Operations and Maintenance Supervisor
1020 South Plant Road
Wheeling, Illinois 60090
Phone No.: 847/537-2580
The successful bidder, as determined by the Owner, will be required to agree that no less than the prevailing rate of wages will be paid to all workmen, laborers, and mechanics performing their work under this contract.
All proposals must be made on forms furnished within this set of Contract Documents.
The successful bidder will be required to furnish performance and payment bonds satisfactory to the owner in the amount of the contract.
The owner reserves the right to waive or not to waive any irregularities in the bids and to reject any or all bids and to determine which is the lowest and best bid or combination of bids for the improvements.
By order of: Chicago Executive Airport Board of Directors
July 18, 2025
Published in Daily Herald July 18, 2025 (298016), posted 07/18/2025
CHICAGO EXECUTIVE AIRPORT
1020 South Plant Road, Wheeling, Illinois 60090
PROJECT: 2025 Airfield Pavement Repairs
Sealed proposals will be received by the Chicago Executive Airport at 1020 South Plant Road, Chicago Executive Airport, Wheeling, Illinois 60090 until 11:00 AM on Wednesday, August 6, 2025, for the construction of 2025 Airfield Pavement Repairs at which time bids will be publicly opened and read. Faxed proposals will not be accepted.
The project work consists of the following approximate major quantities:
Base Bid #1: Runway 16/34 and Connectors Pavement Repairs:
70 SY Rem. & Rep. Bituminous Pavement â" Type A, 380 SY Rem. & Rep. Bituminous Pavement â" Type B, 3,770 Foot Clean & Seal Bituminous Cracks, 440 SF Pavement Marking â" Waterborne and 170 SF Pavement Marking â" Black Border
Base Bid #2: Runway 12/30 and Taxiway Y Pavement Repairs:
120 SY Rem. & Rep. Bituminous Pavement â" Type A, 265 Foot Clean & Seal Bituminous Cracks, 650 SF Pavement Marking â" Waterborne and 250 SF Pavement Marking â" Black Border
Base Bid #3: Maintenance Building Lot Pavement and Drainage Repairs:
20 SY Rem. & Rep. Bituminous Pavement â" Type B and 2 Each Repair Inlet
Base Bid #4: Atlantic FBO Auto Parking Lot Pavement and Drainage Repairs:
25 SY Rem. & Rep. Bituminous Pavement â" Type B and 2 Each Adjust Manhole
Additive Alternate #1: Hangar 5 Apron Pavement Repairs:
120 SY Rem. & Rep. Bituminous Pavement â" Type B, 70 CY Unclassified Excavation, 30 CY Porous Granular Embankment (10â) and 120 SY Crushed Aggregate Base Course (6â)
Additive Alternate #2: Taxiway A Pavement Repairs:
70 SY Rem. & Rep. Bituminous Pavement â" Type A, 110 Foot Clean & Seal Bituminous Cracks, 970 SF Pavement Marking â" Waterborne and 350 SF Pavement Marking â" Black Border
Additive Alternate #3: Hangars 50 and 51 Taxilane and Taxiway T Pavement Repairs:
80 SY Rem. & Rep. Bituminous Pavement â" Type B, 210 Foot Clean & Seal Bituminous Cracks, 30 Foot Clean & Seal Bituminous Cracks â" With Backer, 160 SF Pavement Marking â" Waterborne and 100 SF Pavement Marking â" Black Border
Additive Alternate #4: Hangars 55 and 56 Taxilanes Pavement Repairs:
35 SY Rem. & Rep. Bituminous Pavement â" Type B, 70 Foot Clean & Seal Bituminous Cracks, 175 SF Pavement Marking â" Waterborne and 100 SF Pavement Marking â" Black Border
Additive Alternate #5: Customs Apron Sealing and Remarking:
260 SF Pavement Marking â" Waterborne and 4,160 SY Tar Emulsion Seal Coat
Additive Alternate #6: Hangar 11 Auto Parking Lot Repairs:
144 SY Rem. & Rep. Bituminous Pavement â" Type B and 175 SF Pavement Marking - Waterborne
Instruction to Bidders, form of proposals, form of agreement, specifications, and wage rate are on file and may be inspected at: Office of the Airport Executive Director, Chicago Executive Airport, 1020 South Plant Road, Wheeling, Illinois 60090, and Office of Crawford, Murphy & Tilly, Inc., 550 North Commons Drive, Suite 116, Aurora, Illinois 60504 or online at the website of BHFX Digital Imaging (www.bhfxplanroom.com).
Instruction to Bidders, form of proposals, form of agreement, specifications, and wage rate will be available on July 18, 2025, and may only be obtained from BHFX Digital Imaging (by visiting www.bhfxplanroom.com) upon payment of non-refundable printing fees and registration through BHFX. Hard copies of the documents are required for bidding purposes and only bids from plan holders registered through BHFX will be accepted. All addenda issued for this contract shall also be available through BHFX to registered plan holders as they become available.
Each prospective bidder, in evidence of competence, to perform the type of construction or related construction required by the project description, shall furnish to the Chicago Executive Airport Board of Directors as a prerequisite to the release of proposal forms, a current, certified or photostatic copy of a "Certificate of Eligibility" issued by the Illinois Department of Transportation in accordance with IDOT's instructions for Prequalification of Contractors.
As an alternative to Illinois Department of Transportation pre-qualification, a contractor may submit a statement of experience and financial capability to the Airport Executive Director along with their bid. Said statement shall provide information regarding the successful completion of a minimum of three projects of similar scope and magnitude within the last two (2) years including project reference who can verify the contractorâs role. The statement will also provide a summary of any outstanding liens or judgments against the contractor or other factors that may interfere with the completion of this work. Finally, the Contractor shall provide a general summary of financial capability. Failure to demonstrate experience or financial capability will be considered cause for disqualification of a bidder.
Additional information may be requested after the receipt of bids to further determine that a contemplated awardee is fully qualified to receive the award. Such statements and information shall be furnished immediately upon request.
A bid bond, cashier's check, or a certified check made payable to the order of the Chicago Executive Airport in the amount of ten percent (10%) of the total bid must be deposited by each bidder with his bid as guarantee that in case the contract is awarded to him, he will within fifteen (15) days thereafter, upon receipt of written notice of award, execute such contract and furnish a satisfactory performance bond. Upon failure to do so, he shall forfeit the deposit as liquidated damages and acceptance of the bid will be contingent upon the fulfillment of this requirement by the bidder.
The checks or bid bonds of all, except the three (3) lowest responsible bidders, will be returned within ten (10) days after the bids are opened and read. The remaining checks or bid bonds will be refunded as soon as the contract and bond have been properly executed and approved.
A visit to the project site can be arranged by contacting:
Chicago Executive Airport
Norm Mackey
Airport Operations and Maintenance Supervisor
1020 South Plant Road
Wheeling, Illinois 60090
Phone No.: 847/537-2580
The successful bidder, as determined by the Owner, will be required to agree that no less than the prevailing rate of wages will be paid to all workmen, laborers, and mechanics performing their work under this contract.
All proposals must be made on forms furnished within this set of Contract Documents.
The successful bidder will be required to furnish performance and payment bonds satisfactory to the owner in the amount of the contract.
The owner reserves the right to waive or not to waive any irregularities in the bids and to reject any or all bids and to determine which is the lowest and best bid or combination of bids for the improvements.
By order of: Chicago Executive Airport Board of Directors
July 18, 2025
Published in Daily Herald July 18, 2025 (298016), posted 07/18/2025
Posted Online 1 day ago