1) There are six (6) buildings that operate as elementary or secondary schools, and there is one additional district maintenance building. 2) Vendors shall familiarize themselves with the specifications for containers, routes, pickup points before submitting their proposals. 3) Container size and location will be as specified unless prior written approval is authorized by the Director of Facilities. Containers will be placed in order to allow closing of lids. Service schedule will be specified unless prior written approval is authorized by the Director of Facilities. 4) The vendor is to furnish all labor, outside containers, and transportation connected with the removal of general trash which includes paper, metal, and cafeteria refuse from all buildings as specified below. 5) It shall be the responsibility of the vendor to maintain and keep all containers in good repair and in a sanitary condition at all times. All containers must have lids and sliding doors in good workable condition. Any spillage of refuse while in the process of pick-up shall be cleaned up by the vendor. 6) The vendor shall collect, remove and dispose of all refuse in a manner and with appropriate equipment in accordance with these Specifications, all applicable laws, including, but not limited to, the requirements of the Department of Environmental Protection of the Commonwealth of Pennsylvania and ACT 101. 7) The vendor shall procure all permits, licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The vendor shall pay all State, County and City fees, permits, etc., which may be required in the performance of the contract 8) The vendor must follow the pick-up schedules outlined on pages 4 and 5 of this proposal. The contract term is from January 1, 2026, through June 30, 2028. The vendor may not alter or follow an alternative pick-up schedule without prior written approval from authorized District personnel. Any pick-ups made outside the approved schedule will not be the responsibility of the District unless specifically authorized in-writing by District personnel. 9) The vendor shall carry the following forms of insurance applying to all operations by vendor, its agents and employees, and shall provide proof of such coverage: “Dover Area School District” should be added as additional insured under the Commercial General Liability policy and Automobile policy. 10) Commercial general liability with a combined single limit for Bodily injury and property damage of $1 million per occurrence, $1 million aggregate and $1 million on products and completed operations.