Selecting the right paver repair contractor for a municipal project is nothing like hiring a residential driveway crew. Public works directors and procurement officers face a layered set of requirements that most general contractors are simply not equipped to meet: ADA compliance documentation, prevailing wage certification, government purchase order acceptance, and a demonstrated understanding of PROWAG and INDOT design standards. A contractor who misses any one of these dimensions can leave a municipality with surfaces that fail federal accessibility inspections, contracts that violate state procurement law, or completed work that requires costly remediation within a single winter cycle. The ten questions below are designed as a structured vetting framework — each maps directly to a critical dimension of contractor qualification for municipal paver work. Work through these questions during the solicitation evaluation stage, reference evaluation, and pre-award interview, and you will enter a contract with a vendor who is genuinely equipped to protect your agency's infrastructure, budget, and liability exposure. Each question is paired with an explanation of why the answer matters and what an acceptable response looks like.
"Are You SAM.gov Registered and Able to Accept Government Purchase Orders?"
System for Award Management (SAM.gov) registration is a prerequisite for any contractor receiving federal contract awards or sub-awards, and it serves as a practical signal of contractor seriousness and legitimacy for state and local procurement as well. A SAM.gov-registered vendor has undergone federal identity verification, has an active CAGE code and UEI number, and has attested to a wide range of compliance representations — from debarment and suspension status to tax delinquency checks. When a contractor cannot answer this question affirmatively, it suggests either inexperience with government work or, in the worst case, a disqualifying suspension or debarment.
Beyond registration status, ask the contractor to confirm the specific NAICS codes listed in their SAM.gov profile. For municipal paver repair work, the relevant primary code is 238140 (Masonry Contractors) with secondary applicability to 237310 (Highway, Street, and Bridge Construction) for larger roadway-adjacent projects. A contractor who has correctly self-classified their capabilities demonstrates familiarity with federal procurement categorization. If your agency uses federal transportation funding — CDBG, TIGER, RAISE grants, or INDOT LPA funds — SAM.gov registration and the correct NAICS classification are not optional; they are mandatory conditions of contract award.
"What Is Your Experience with ADA Compliance for Paver Surfaces?"
General paver installation experience and ADA-compliant paver repair are distinct competencies. A contractor who has spent a career on residential driveways and commercial plazas may produce aesthetically flawless work that fails federal accessibility standards because they have never measured a cross slope with a calibrated digital inclinometer, never beveled a level change to 1:2 compliance, and never restored detectable warning surfaces to PROWAG R305 specifications. The question is not whether the contractor knows how to lay pavers — it is whether they understand the federal regulatory overlay that governs every square foot of public pedestrian infrastructure.
Probe the contractor's PROWAG knowledge specifically. Ask whether they can define the trip hazard threshold (1/4 inch vertical displacement), the maximum cross slope (2.08 percent), and the detectable warning surface dome geometry requirements. A qualified municipal paver contractor should answer these without hesitation. Ask also whether they own or regularly use a digital profilometer or straightedge for post-repair compliance verification — the use of calibrated measurement equipment rather than visual approximation is the dividing line between contractors who understand ADA compliance as a technical discipline and those who treat it as a box-checking exercise.
"Can You Provide ADA Compliance Documentation After Repair?"
Documentation is not a formality — it is the instrument by which a municipality demonstrates due diligence, updates its ADA Transition Plan barrier inventory, and defends itself against future tort claims. After any paver repair project on a public pedestrian access route, the contractor should be able to deliver a written compliance record that includes: pre-repair field measurements (cross slope, running slope, vertical displacements, joint widths) captured with calibrated equipment; post-repair measurements confirming each metric meets current ADA and PROWAG standards; photographic documentation of before and after conditions; the material specifications used (ASTM-compliant paver replacement units, polymeric joint sand product names and data sheets); and a signed compliance certification from the project foreman.
Ask the contractor to provide a sample compliance documentation package from a comparable completed project. A contractor who cannot produce this kind of record — or who has never been asked for it — is not equipped to serve a municipality's legal and regulatory documentation obligations. For agencies with active ADA Transition Plan obligations (required of all public entities with 50 or more employees since January 26, 1995), this documentation feeds directly into barrier inventory updates and progress reporting to the DOJ and FHWA.
"What Are Your Bonding and Insurance Limits?"
Municipal paver contracts carry a specific set of financial risk exposures that require commensurate bonding and insurance. At minimum, a municipal paver contractor should carry: commercial general liability (CGL) insurance with limits of at least $1 million per occurrence and $2 million aggregate; workers' compensation insurance at statutory Indiana limits; commercial auto insurance covering all project vehicles; and umbrella or excess liability coverage extending the CGL to at least $5 million for larger projects. These minimums exist because a single trip-and-fall incident on improperly repaired pavers — especially if the contractor has introduced a new hazard rather than eliminating an existing one — can generate a liability claim well in excess of a $1 million CGL policy.
For projects funded through competitive bid or formal procurement, both a performance bond and a payment bond are typically required. A performance bond — typically 100 percent of the contract value — guarantees that the contractor will complete the work per specification. A payment bond guarantees that all subcontractors and material suppliers will be paid, protecting the municipality from mechanic's liens. A contractor who cannot obtain surety bonding is, by definition, a contractor that a commercial surety has declined to underwrite — an objective red flag. Require certificates of insurance and bond commitment letters before award, not after.
"Have You Worked with Indiana Municipal Agencies Before?"
Indiana-specific experience matters for several reasons that extend beyond general familiarity with government procurement. Indiana's freeze-thaw climate — with 70 to 80 annual freeze-thaw cycles in the Indianapolis metropolitan area and 60 to 70 in the Bloomington corridor — creates paver maintenance demands unlike those in warmer southern states or the more temperate Pacific Coast. A contractor with Indiana municipal references can speak credibly to the specific material specifications, subbase designs, and joint stabilization methods that perform well under Indiana conditions, rather than applying practices imported from markets with different soil and climate profiles.
Ask for a minimum of three completed comparable municipal paver projects in Indiana, with owner contact information for reference checks. Comparable means similar in scope (linear footage, square footage), similar in context (public pedestrian right-of-way, not private commercial), and performed within the past five years. During reference checks, ask specifically about the contractor's knowledge of INDOT design standards and the Indiana Design Manual, their responsiveness to municipal scheduling constraints, the quality of their as-built documentation, and whether the completed work has held up through multiple Indiana winters without premature failure. Contractors with genuine Indiana municipal experience will have no difficulty providing these references.
"What Paver Repair Methods Do You Use?"
The specific repair method applied to a paver surface should be determined by a disciplined assessment of the failure mode, not by what equipment a contractor happens to own. The three primary methods are: re-leveling (lifting, re-bedding, and resetting individual pavers over corrected screeded sand without subbase disturbance — appropriate for isolated settlement and frost heave where the subbase is otherwise sound); paver replacement (removing and replacing cracked, spalled, or irreparably damaged units to an ASTM C936 or C1645-compliant specification — appropriate when pavers have deteriorated beyond re-leveling); and joint stabilization (removing deteriorated joint sand and installing polymeric jointing sand or mortar to restore lateral restraint — appropriate as a standalone treatment for erosion-related stability issues or as a companion treatment to re-leveling and replacement).
Ask the contractor to describe how they determine which method applies to a given failure condition. A technically proficient answer will reference subbase assessment (probing for voids, checking drainage), cause-of-failure diagnosis (frost heave vs. tree root vs. load-related settlement), and the principle that re-leveling without addressing the root cause will produce repeat failure within 1 to 3 years. Also ask about their material sourcing: replacement paver units should meet ASTM C936 (concrete interlocking pavers) or ASTM C1272 (heavy vehicular concrete pavers) specifications, and polymeric joint sand should be specified by product data sheet, not by generic description. Contractors who can discuss ASTM standards fluently are operating at the technical level that municipal paver infrastructure demands.
"How Do You Handle Prevailing Wage Requirements?"
Any paver repair project receiving federal funding — including projects funded through Community Development Block Grants, federal transportation grants administered by INDOT, or any other federal financial assistance — is subject to the Davis-Bacon and Related Acts, which require that all laborers and mechanics be paid prevailing wage rates as determined by the U.S. Department of Labor for the applicable wage determination area. The contractor must maintain certified payroll records for every worker on the project and submit those records weekly to the contracting agency. Non-compliance exposes both the contractor and the municipality to contract termination, debarment, and repayment of federal funds.
Ask the contractor directly: "Have you completed Davis-Bacon certified payroll before, and do you have a payroll system that produces compliant certified payroll submissions?" The answer should be an unambiguous yes, accompanied by a description of their payroll software or process. Indiana abolished its Common Construction Wage Act in 2015, eliminating state prevailing wage for purely state-funded projects, but federal prevailing wage obligations remain active on all federally assisted work. A contractor who conflates the two — claiming "Indiana doesn't have prevailing wage anymore" without acknowledging Davis-Bacon — is revealing a dangerous compliance gap that could jeopardize your agency's federal funding relationship.
"What Is Your Approach to Project Scheduling and Traffic Management?"
Municipal paver repair on active pedestrian infrastructure requires a traffic control and public accommodation plan that is itself subject to ADA requirements. While the permanent paver surface is under repair, the municipality must provide a compliant accessible route around the construction zone — one that meets the same ADA standards (minimum 4-foot clear width, maximum 2.08 percent cross slope, firm and stable surface) as the permanent infrastructure. Failure to provide a compliant temporary pedestrian access route during construction is a distinct ADA violation, separate from any deficiency in the underlying permanent surface.
Ask the contractor to walk you through their standard approach to maintaining pedestrian access during an active paver repair project. A capable contractor will describe a phased work sequence — completing one section before opening the next — paired with ADA-compliant temporary pedestrian routing using Type III barricades, temporary accessible mats or portable ramps where grade changes exist, and advance notification to the public and to disability advocacy organizations for high-visibility projects. Also ask about their experience coordinating with other city departments (traffic engineering, parks, public safety) to minimize disruption to adjacent land uses. Contractors with genuine municipal experience understand that schedule transparency and community communication are as important as technical execution.
"Do You Offer Preventive Maintenance Programs?"
A contractor who only responds to failures is a contractor who has a financial incentive for your infrastructure to deteriorate. A contractor who offers structured preventive maintenance programs — annual assessments, proactive joint re-sanding, targeted re-leveling of surfaces approaching but not yet exceeding ADA thresholds — is a contractor aligned with your agency's long-term budget and liability management interests. The difference in lifecycle cost is substantial: preventive maintenance programs for municipal paver surfaces typically cost 60 to 80 percent less over a ten-year period than a reactive repair-only approach, because they prevent minor settlement from becoming full subbase failures and address trip hazards before they generate tort claims.
Ask whether the contractor offers a formal annual assessment service — ideally a spring assessment following winter freeze-thaw damage and a fall assessment to identify surfaces needing remediation before the next winter cycle. A well-structured program will include digital measurement of cross slopes, running slopes, and vertical displacements across the entire inventoried paver network, a prioritized deficiency report mapped to the agency's ADA Transition Plan barrier inventory, and a unit-priced remediation schedule allowing the agency to budget and sequence repairs over the fiscal year. Contractors who can provide this kind of structured lifecycle management partnership rather than just reactive repair bids are the vendors worth cultivating as long-term municipal partners.
"Can You Provide a Detailed Scope and Unit Pricing?"
The quality of a contractor's scope document is itself a qualifying indicator. A professional municipal paver contractor should be able to produce a written scope that identifies specific repair areas by location description and GPS coordinates, quantifies each repair type by unit (square feet of re-leveling, number of replacement pavers, linear feet of joint re-sanding, number of detectable warning surface panels), specifies the materials to be used by ASTM standard and product name, describes the repair method and sequence, identifies any subbase work or drainage corrections included, and states the post-repair compliance standards the work will meet. A scope that reads "paver repair as needed" is not a scope — it is an invitation to a dispute.
Unit pricing — a price per square foot for re-leveling, per unit for paver replacement, per linear foot for joint re-sanding — serves two functions: it makes the bid directly comparable to other proposals, and it provides a mechanism for adjusting the contract value when field conditions reveal more or less work than estimated. Lump-sum pricing with no unit breakdown is appropriate only for projects with a precisely defined and fully quantified scope. For most municipal paver repair projects, where the full extent of subbase deficiencies is not known until pavers are lifted, unit pricing is the transparent and technically appropriate pricing structure. A contractor who refuses to provide unit pricing is either unable to estimate their own costs or unwilling to be held accountable to them — neither is acceptable in a government procurement context.