Request for Quotations

For

Gordon Graydon Sr. P.S. Windows Replacement

Request for Quotations No.: MA21-4581

Issued: March 12, 2021

Submission Deadline: March 29, 2021 at 3:00 PM local time

RFQ MA21-4581 (Project File SG-523-19/20-8)

1 of 140

TABLE OF CONTENTS

PART 1 – INVITATION AND SUBMISSION INSTRUCTIONS ...... 3 1.1 Invitation to Respondents ...... 3 1.2 RFQ Contact ...... 3 1.3 Type of Contract for Deliverables ...... 3 1.4 RFQ Timetable ...... 3 1.5 Submission of Quotations ...... 3 PART 2 – EVALUATION AND AWARD ...... 6 2.1 Stages of Evaluation ...... 6 2.2 Stage I – Mandatory Submission Requirements ...... 6 2.3 Stage II – Mandatory Technical Requirements ...... 6 2.4 Stage III – Pricing ...... 6 2.5 Selection of Top-Ranked Respondent ...... 6 PART 3 – TERMS AND CONDITIONS OF THE RFQ PROCESS ...... 7 3.1 General Information and Instructions ...... 7 3.2 Communication after Issuance of RFQ ...... 8 3.3 Notification and Debriefing ...... 8 3.4 Conflict of Interest and Prohibited Conduct ...... 9 3.5 Confidential Information ...... 10 3.6 Procurement Process Non-binding ...... 11 3.7 Governing Law and Interpretation ...... 12 APPENDIX A – FORM OF AGREEMENT ...... 13 APPENDIX B – SUBMISSION FORM ...... 14 APPENDIX C – PRICING ...... 17 APPENDIX D – RFQ PARTICULARS ...... 18 A. THE DELIVERABLES ...... 18 B. MATERIAL DISCLOSURES ...... 18 C. MANDATORY SUBMISSION REQUIREMENTS ...... 19 D. MANDATORY TECHNICAL REQUIREMENTS...... 19 E. PRE-CONDITIONS OF AWARD………………………………………………………………..19 APPENDIX E – LETTER OF CREDIT ...... 21

ADDITIONAL APPENDICIES: APPENDIX F – SPECIFICATIONS AND DRAWINGS APPENDIX 1 – RATE BID FORM (Table BT-24IY in the bidding system) APPENDIX 2 – SUPPLEMENTARY BID (Questionnaire Q-28NV in the bidding system)

RFQ MA21-4581 (Project File SG-523-19/20-8)

2 of 140

PART 1 – INVITATION AND SUBMISSION INSTRUCTIONS

1.1 Invitation to Respondents

This Request for Quotations (the “RFQ”) is an invitation by Peel District School Board (“the Board”) to prospective respondents to submit non-binding quotations for Gordon Graydon Sr. P.S. Windows Replacement, as further described in Section A of the RFQ Particulars (Appendix D) (the “Deliverables”).

The Board operates 215 elementary schools and 42 secondary schools with a total enrolment of approximately 155,000 students. The Board has a full time staff complement of approximately 18,020. The Board’s jurisdiction includes the Town of Caledon, City of and City of . For further information about the Peel District School Board, please visit http://www.peelschools.org.

1.2 RFQ Contact

For the purposes of this procurement process, the “RFQ Contact” will be:

John Marinescu [email protected]

Respondents and their representatives are not permitted to contact any employees, officers, agents, elected or appointed officials or other representatives of the Board, other than the RFQ Contact, concerning matters regarding this RFQ. Failure to adhere to this rule may result in the disqualification of the respondent and the rejection of the respondent’s quotation.

1.3 Type of Contract for Deliverables

The selected respondent will be requested to enter into a contract for the provision of the Deliverables on the terms and conditions set out in the Form of Agreement (Appendix A) (the “Agreement”). It is the Board’s intention to enter into a contract with only one (1) legal entity. The term of the contract is to be for a period from June 30, 2021 to August 25, 2021.

1.4 RFQ Timetable Issue Date of RFQ March 12, 2021 Site Meeting N/A Deadline for Questions March 18, 2021 at 4:00 PM local time Deadline for Issuing Addenda March 23, 2021 at 4:00 PM local time Submission Deadline March 29, 2021 at 3:00 PM local time Anticipated Execution of Agreement March 2021

The RFQ timetable is tentative only, and may be changed by the Board at any time.

1.5 Submission of Quotations

1.5.1 Quotations to be Submitted at Prescribed Location

The Board will use the BonfireHub portal to accept and evaluate quotes digitally for this Request for Quote.

RFQ MA21-4581 (Project File SG-523-19/20-8)

3 of 140

Please contact Bonfire at [email protected] for questions related to the uploading of your submission.

Please follow these instructions when submitting your documents electronically on Bonfire.

Upload your Submission at: https://peelsb.bonfirehub.ca/opportunities

Your Submission must be uploaded prior to the Submission Deadline established for this Quote.

(a) Uploading large documents may take significant time, depending on the size of the file(s) and Respondent’s internet connection speed.

(b) Onus and responsibility rests solely with the Respondent to deliver its Quote as indicated in the details on or before the Submission Deadline. The Board does not accept any responsibility for submissions delivered to any other location by the Respondent or its delivery agents. Respondents are advised to make submissions well before the deadline. Respondents making submissions near the deadline do so at their own risk. Submissions shall be deemed to be received once they enter into the Bonfire system and a confirming email is returned to the submitting party. Respondent will receive an email from Bonfire with a unique confirmation receipt once they finalize their submission.

(c) Only the number of files indicated in the Bidding System can be uploaded for each Requested Document. If an uploaded document(s) needs to be changed, the Respondent will need to first delete the old file before re-uploading a new file.

(d) Respondent should not embed any documents within uploaded files as they will not be accessible.

(e) Each submission file uploaded is instantly sealed and will only be visible after the closing date and time.

(f) Each file has a maximum size of 1000MB. Any requested documents exceeding this limit will not be accepted by Bonfire.

(g) Minimum system requirements: Internet Explorer 8/9/10+, Google Chrome, or Mozilla Firefox. Javascript must be enabled and Adobe Flash Player version 9+ installed.

(h) There is no cost to the Respondent for uploading submission on Bonfire.

1.5.2 Quotations to be Submitted on Time

Quotations must be submitted on or before the Submission Deadline. Quotations submitted after the Submission Deadline will not be accepted. Respondents are advised to make submissions well before the deadline. Respondents making submissions near the deadline do so at their own risk.

1.5.3 Quotations to be Submitted in Prescribed Format

All respondents shall have a Bidding System vendor account and be registered as a plan taker for this opportunity, which will enable the respondent to download the solicitation document, to

RFQ MA21-4581 (Project File SG-523-19/20-8)

4 of 140

receive addenda email notifications, download addenda and submit their quotations electronically through the Bidding System.

Respondents are cautioned that the timing of their submission is based on when the quotation is received by the Bidding System, not when a quotation is submitted by a respondent, as transmission can be delayed due to file transfer size, transmission speed or other technical factors.

For the above reasons, the Board recommends that respondents allow sufficient time to upload their submission and attachment(s) (if applicable) and to resolve any issues that may arise. The closing date and time shall be determined by the Board’s Bidding System web clock.

Respondents should contact the RFQ Contact at least twenty-four hours prior to deadline if they encounter any problems. The Bidding System will send a confirmation email to the respondent advising when the quotation was submitted successfully. If respondents do not receive a confirmation email, they should contact the RFQ Contact immediately.

To ensure receipt of the latest information and updates via email regarding this opportunity, or if a respondent has obtained this solicitation document from a third party, the onus is on the respondent to create a Bidding System Vendor account and register as a plan taker for the opportunity at https://peelsb.bonfirehub.ca.

1.5.4 Amendment of Quotations

Respondents may amend their quotations prior to the Submission Deadline. However, the respondent is solely responsible for ensuring that the amended quotation is received by the Bidding System by the Submission Deadline.

1.5.5 Withdrawal of Quotations

Respondents may withdraw their quotations prior to the Submission Deadline. However, the respondent is solely responsible for ensuring that the withdrawn quotation is withdrawn through the Bidding System by the Submission Deadline.

[End of Part 1]

RFQ MA21-4581 (Project File SG-523-19/20-8)

5 of 140

PART 2 – EVALUATION AND AWARD

2.1 Stages of Evaluation

The Board will conduct the evaluation of quotations in the following stages:

2.2 Stage I – Mandatory Submission Requirements

Stage I will consist of a review to determine which quotations comply with all of the mandatory submission requirements. Quotations that fail to satisfy the mandatory submission requirements will be rejected. The mandatory submission requirements are listed in Section C of the RFQ Particulars (Appendix D).

2.3 Stage II – Mandatory Technical Requirements

The Board will review the quotations to determine whether the mandatory technical requirements as set out in Section D of the RFQ Particulars (Appendix D) have been met. Questions or queries on the part of the Board as to whether a quotation has met the mandatory technical requirements will be subject to the verification and clarification process set out in Part 3.

2.4 Stage III – Pricing

Stage III will consist of an evaluation of the submitted pricing in each qualified quotation in accordance with the price evaluation method set out in Pricing (Appendix C). The evaluation of price will be undertaken after the evaluation of mandatory requirements has been completed.

2.5 Selection of Top-Ranked Respondent

After the completion of Stage III, compliant respondents will be ranked based on the price evaluation. Subject to the process rules contained in the Terms and Conditions of the RFQ Process (Part 3), the top-ranked respondent will be invited to enter into the Agreement in accordance with Part 3. In the event of a tie, the selected respondent will be determined by way of best and final offer. The selected respondent will be notified in writing and will be expected to satisfy any applicable conditions of this RFQ, including the pre-conditions of award listed in Section E of the RFQ Particulars (Appendix D), and enter into the Agreement within the timeframe specified in the selection notice. Failure to do so may result in the disqualification of the respondent and the selection of another respondent or the cancellation of the RFQ.

[End of Part 2]

RFQ MA21-4581 (Project File SG-523-19/20-8)

6 of 140

PART 3 – TERMS AND CONDITIONS OF THE RFQ PROCESS

3.1 General Information and Instructions

3.1.1 Respondents to Follow Instructions

Respondents should structure their quotations in accordance with the instructions in this RFQ. Where information is requested in this RFQ, any response made in a quotation should reference the applicable section numbers of this RFQ.

3.1.2 Quotations in English

All quotations are to be in English only.

3.1.3 No Incorporation by Reference

The entire content of the respondent’s quotation should be submitted in a fixed form, and the content of websites or other external documents referred to in the respondent’s quotation but not attached will not be considered to form part of its quotation.

3.1.4 References and Past Performance

In the evaluation process, the Board may include information provided by the respondent’s references and may also consider the respondent’s past performance or conduct on previous contracts with the Board or other institutions.

3.1.5 Information in RFQ Only an Estimate

The Board and its advisers make no representation, warranty or guarantee as to the accuracy of the information contained in this RFQ or issued by way of addenda. Any quantities shown or data contained in this RFQ or provided by way of addenda are estimates only, and are for the sole purpose of indicating to respondents the general scale and scope of the Deliverables. It is the respondent’s responsibility to obtain all the information necessary to prepare a quotation in response to this RFQ.

3.1.6 Respondents to Bear Their Own Costs

The respondent will bear all costs associated with or incurred in the preparation and presentation of its quotation, including, if applicable, costs incurred for interviews or demonstrations.

3.1.7 Quotation to be Retained by the Board

The Board will not return the quotation or any accompanying documentation submitted by a respondent.

3.1.8 No Guarantee of Volume of Work or Exclusivity of Contract

The Board makes no guarantee of the value or volume of work to be assigned to the successful respondent. The contract with the selected respondent will not be an exclusive contract for the provision of the described Deliverables. The Board may contract with others for goods and

RFQ MA21-4581 (Project File SG-523-19/20-8)

7 of 140

services the same as or similar to the Deliverables or may obtain such goods and services internally.

3.2 Communication after Issuance of RFQ

3.2.1 Respondents to Review RFQ

Respondents should promptly examine all of the documents comprising this RFQ, and may direct questions or seek additional information in writing by email to the RFQ Contact on or before the Deadline for Questions. No such communications are to be directed to anyone other than the RFQ Contact. The Board is under no obligation to provide additional information, and the Board is not responsible for any information provided by or obtained from any source other than the RFQ Contact. It is the responsibility of the respondent to seek clarification from the RFQ Contact on any matter it considers to be unclear. The Board is not responsible for any misunderstanding on the part of the respondent concerning this RFQ or its process.

3.2.2 All New Information to Respondents by Way of Addenda

This RFQ may be amended only by addendum in accordance with this section. If the Board, for any reason, determines that it is necessary to provide additional information relating to this RFQ, such information will be communicated to all respondents by addendum. Each addendum forms an integral part of this RFQ and may contain important information, including significant changes to this RFQ. Respondents are responsible for obtaining all addenda issued by the Board. In the Submission Form (Appendix B), respondents should confirm their receipt of all addenda by setting out the number of each addendum in the space provided.

3.2.3 Post-Deadline Addenda and Extension of Submission Deadline

If the Board determines that it is necessary to issue an addendum after the Deadline for Issuing Addenda, the Board may extend the Submission Deadline for a reasonable period of time.

3.2.4 Verify, Clarify and Supplement

When evaluating quotations, the Board may request further information from the respondent or third parties in order to verify, clarify or supplement the information provided in the respondent’s quotation, including but not limited to clarification with respect to whether a quotation meets the mandatory technical requirements set out in Section D of the RFQ Particulars (Appendix D). The Board may revisit, re-evaluate and rescore the respondent’s response or ranking on the basis of any such information.

3.3 Notification and Debriefing

3.3.1 Notification to Other Respondents

Once an agreement is executed by the Board and a respondent, the other respondents may be notified directly in writing and will be notified by public posting in the same manner that this RFQ was originally posted of the outcome of the procurement process.

RFQ MA21-4581 (Project File SG-523-19/20-8)

8 of 140

3.3.2 Debriefing

Respondents may request a debriefing after receipt of a notification of the outcome of the procurement process. All requests must be in writing to the RFQ Contact and must be made within sixty (60) days of such notification.

3.3.3 Procurement Protest Procedure

If a respondent wishes to challenge the RFQ process, it should provide written notice within 10 days of debriefing to the RFQ Contact in accordance with the Board’s procurement protest procedures and any applicable trade agreement or other applicable bid protest procedures. The notice must provide a detailed explanation of the respondent’s concerns with the procurement process or its outcome. The Board will respond in accordance with Section 14 of its Procurement Regulations.

3.4 Conflict of Interest and Prohibited Conduct

3.4.1 Conflict of Interest

For the purposes of this RFQ, the term “Conflict of Interest” includes, but is not limited to, any situation or circumstance where:

(a) in relation to the RFQ process, the respondent has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the Board in the preparation of its quotation that is not available to other respondents, (ii) communicating with any person with a view to influencing preferred treatment in the RFQ process (including but not limited to the lobbying of decision makers involved in the RFQ process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the open and competitive RFQ process or render that process non-competitive or unfair; or

(b) in relation to the performance of its contractual obligations under a contract for the Deliverables, the respondent’s other commitments, relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.

3.4.2 Disqualification for Conflict of Interest

The Board may disqualify a respondent for any conduct, situation or circumstances, determined by the Board, in its sole and absolute discretion, to constitute a Conflict of Interest as defined above.

3.4.3 Disqualification for Prohibited Conduct

The Board may disqualify a respondent, rescind notice of selection or terminate a contract subsequently entered into if the Board determines that the respondent has engaged in any conduct prohibited by this RFQ.

RFQ MA21-4581 (Project File SG-523-19/20-8)

9 of 140

3.4.4 Prohibited Respondent Communications

Respondents must not engage in any communications that could constitute a Conflict of Interest and should take note of the Conflict of Interest declaration set out in the Submission Form (Appendix B).

3.4.5 Respondent Not to Communicate with Media

Respondents must not at any time directly or indirectly communicate with the media in relation to this RFQ or any agreement entered into pursuant to this RFQ without first obtaining the written permission of the RFQ Contact.

3.4.6 No Lobbying

Respondents must not, in relation to this RFQ or the evaluation and selection process, engage directly or indirectly in any form of political or other lobbying whatsoever to influence the selection of the successful respondent(s).

3.4.7 Illegal or Unethical Conduct

Respondents must not engage in any illegal business practices, including activities such as bid- rigging, price-fixing, bribery, fraud, coercion or collusion. Respondents must not engage in any unethical conduct, including lobbying, as described above, or other inappropriate communications; offering gifts to any employees, officers, agents, elected or appointed officials or other representatives of the Board; deceitfulness; submitting quotations containing misrepresentations or other misleading or inaccurate information; or any other conduct that compromises or may be seen to compromise the competitive process provided for in this RFQ.

3.4.8 Past Performance or Past Conduct

The Board may prohibit a supplier (or any individual that owns, controls, operates, manages or directs the supplier) from participating in a procurement process based on past performance or based on inappropriate conduct in a prior procurement process, including but not limited to the following:

(a) illegal or unethical conduct as described above;

(b) the refusal of the supplier to honour its submitted pricing or other commitments; or

(c) any conduct, situation or circumstance determined by the Board, in its sole and absolute discretion, to have constituted an undisclosed Conflict of Interest;

(d) litigation history.

3.5 Confidential Information

3.5.1 Confidential Information of the Board

All information provided by or obtained from the Board in any form in connection with this RFQ either before or after the issuance of this RFQ

(a) is the sole property of the Board and must be treated as confidential;

RFQ MA21-4581 (Project File SG-523-19/20-8)

10 of 140

(b) is not to be used for any purpose other than replying to this RFQ and the performance of any subsequent contract for the Deliverables;

(c) must not be disclosed without prior written authorization from the Board; and

(d) must be returned by the respondent to the Board immediately upon the request of the Board.

3.5.2 Confidential Information of Respondent

A respondent should identify any information in its quotation or any accompanying documentation supplied in confidence for which confidentiality is to be maintained by the Board. The confidentiality of such information will be maintained by the Board, except as otherwise required by law or by order of a court or tribunal. Respondents are advised that their quotations will, as necessary, be disclosed, on a confidential basis, to advisers retained by the Board to advise or assist with the RFQ process, including the evaluation of quotations. If a respondent has any questions about the collection and use of personal information pursuant to this RFQ, questions are to be submitted to the RFQ Contact.

3.6 Procurement Process Non-binding

3.6.1 No Contract A and No Claims

This procurement process is not intended to create and will not create a formal, legally binding bidding process and will instead be governed by the law applicable to direct commercial negotiations. For greater certainty and without limitation:

(a) this RFQ will not give rise to any Contract A–based tendering law duties or any other legal obligations arising out of any process contract or collateral contract; and

(b) neither the respondent nor the Board will have the right to make any claims (in contract, tort, or otherwise) against the other with respect to the award of a contract, failure to award a contract or failure to honour a quotation submitted in response to this RFQ.

3.6.2 No Contract until Execution of Written Agreement

This RFQ process is intended to solicit non-binding quotations for consideration by the Board and may result in an invitation by the Board to a respondent to enter into the Agreement. No legal relationship or obligation regarding the procurement of any good or service will be created between the respondent and the Board by this RFQ process until the execution of a written agreement for the acquisition of such goods and/or services.

3.6.3 Non-binding Price Estimates

While the pricing information provided in quotations will be non-binding prior to the execution of a written agreement, such information will be assessed during the evaluation of the quotations and the ranking of the respondents. Any inaccurate, misleading or incomplete information, including withdrawn or altered pricing, could adversely impact any such evaluation or ranking or the decision of the Board to enter into an agreement for the Deliverables.

RFQ MA21-4581 (Project File SG-523-19/20-8)

11 of 140

3.6.4 Cancellation

The Board may cancel or amend the RFQ process without liability at any time.

3.7 Governing Law and Interpretation

These Terms and Conditions of the RFQ Process (Part 3):

(i) are intended to be interpreted broadly and independently (with no particular provision intended to limit the scope of any other provision);

(j) are non-exhaustive and must not be construed as intending to limit the pre-existing rights of the parties to engage in pre-contractual discussions in accordance with the common law governing direct commercial negotiations; and

(k) are to be governed by and construed in accordance with the laws of the province of and the federal laws of Canada applicable therein.

[End of Part 3]

RFQ MA21-4581 (Project File SG-523-19/20-8)

12 of 140

APPENDIX A – FORM OF AGREEMENT

A PDF copy of the Form of Agreement is available for download on the Bonfire™ Bidding System Website under RFQMA21-4581 at https://peelsb.bonfirehub.ca.

RFQ MA21-4581 (Project File SG-523-19/20-8)

13 of 140

APPENDIX B – SUBMISSION FORM

1. Respondent Information Please fill out the following form, naming one person to be the respondent’s contact for the RFQ process and for any clarifications or communication that might be necessary. Full Legal Name of Respondent: Any Other Relevant Name under which Respondent Carries on Business: Street Address: City, Province/State: Postal Code: Phone Number: Fax Number: Company Website (if any): Respondent Contact Name and Title: Respondent Contact Phone: Respondent Contact Fax: Respondent Contact Email:

2. Acknowledgment of Non-binding Procurement Process

The respondent acknowledges that the RFQ process will be governed by the terms and conditions of the RFQ, and that, among other things, such terms and conditions confirm that this procurement process does not constitute a formal, legally binding bidding process (and for greater certainty, does not give rise to a Contract A bidding process contract), and that no legal relationship or obligation regarding the procurement of any good or service will be created between the Board and the respondent unless and until the Board and the respondent execute a written agreement for the Deliverables.

3. Ability to Provide Deliverables

The respondent has carefully examined the RFQ documents and has a clear and comprehensive knowledge of the Deliverables required. The respondent represents and warrants its ability to provide the Deliverables in accordance with the requirements of the RFQ for the rates set out in its quotation.

4. Non-binding Pricing

The respondent has submitted its pricing in accordance with the instructions in the RFQ and in Pricing (Appendix C) in particular. The respondent confirms that the pricing information provided is accurate. The respondent acknowledges that any inaccurate, misleading or incomplete information, including withdrawn or altered pricing, could adversely impact the acceptance of its quotation or its eligibility for future work.

RFQ MA21-4581 (Project File SG-523-19/20-8)

14 of 140

5. Addenda

The respondent is deemed to have read and taken into account all addenda issued by the Board prior to the Deadline for Issuing Addenda. The respondent is requested to confirm that it has received all addenda by listing the addenda numbers, or if no addenda were issued by writing the word “None”, on the following line: ______. Respondents who fail to complete this section will be deemed to have received all posted addenda.

6. No Prohibited Conduct

The respondent declares that it has not engaged in any conduct prohibited by this RFQ.

7. Conflict of Interest

Respondents must declare all potential Conflicts of Interest, as defined in section 3.4.1 of the RFQ. This includes disclosing the names and all pertinent details of all individuals (employees, advisers, or individuals acting in any other capacity) who (a) participated in the preparation of the quotation; AND (b) were employees of the Board within twelve (12) months prior to the Submission Deadline.

If the box below is left blank, the respondent will be deemed to declare that (a) there was no Conflict of Interest in preparing its quotation; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in the RFQ.

Otherwise, if the statement below applies, check the box.

 The respondent declares that there is an actual or potential Conflict of Interest relating to the preparation of its quotation, and/or the respondent foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the RFQ.

If the respondent declares an actual or potential Conflict of Interest by marking the box above, the respondent must set out below details of the actual or potential Conflict of Interest:

RFQ MA21-4581 (Project File SG-523-19/20-8)

15 of 140

8. Disclosure of Information

The respondent hereby agrees that any information provided in this quotation, even if it is identified as being supplied in confidence, may be disclosed where required by law or by order of a court or tribunal. The respondent hereby consents to the disclosure, on a confidential basis, of this quotation by the Board to the advisers retained by the Board to advise or assist with the RFQ process, including with respect to the evaluation this quotation.

Signature of Respondent Representative

Name of Respondent Representative

Title of Respondent Representative

Date

I have the authority to bind the respondent.

RFQ MA21-4581 (Project File SG-523-19/20-8)

16 of 140

APPENDIX C – PRICING

1. Instructions on How to Provide Pricing

(a) Respondents should provide the information requested under section 3 below (“Required Pricing Information”) by reproducing and completing the table below in their quotations, or, if there is no table below, by completing the attached form and including it in their quotations.

(b) Rates must be provided in Canadian funds, inclusive of all applicable duties and taxes except for HST, which should be itemized separately.

(c) Rates quoted by the respondent must be all-inclusive and must include all labour and material costs, all travel and carriage costs, all insurance costs, all costs of delivery, all costs of installation and set-up, including any pre-delivery inspection charges, and all other overhead, including any fees or other charges required by law.

(d) Price ranges will not be accepted. All rates must be rounded to two (2) decimal places. Partial bids are not permitted. If an item is no charge or $0.00 respondent shall indicate “0”.

(e) Additional work formally approved by the Board will be based on hourly rates. Hourly rates to apply to work completed during regular business hours, after hours, weekends and/or statutory holidays. No other charges to apply. HST is extra.

(f) MATERIAL COST PLUS MARK-UP: Allowable percentage mark-up over cost for any additional approved materials requested to be supplied by your firm will be: 5 (five) % mark-up over cost.

The Board reserves the right to request copies of original invoices for materials purchased by the successful respondent(s) to confirm the costs for materials charged to the Board. Further, the Board reserves the right to source, purchase and supply materials for any work performed by the successful respondent(s) through the award of this bid, for the term of the contract period.

(g) APPROVED SUBCONTRACTED SERVICES MARK-UP: Allowable percentage mark-up over your cost for any additional approved subcontracted services requested to be supplied by your firm will be: 10 (ten) % overhead + 5 (five) % profit mark-up over cost.

2. Evaluation of Pricing

Evaluation of the submitted pricing to determine the best price.

3. Required Pricing Information

Refer to Appendix 1 – Rate Bid Form (Table BT-24IY) in the Bidding System.

RFQ MA21-4581 (Project File SG-523-19/20-8)

17 of 140

APPENDIX D – RFQ PARTICULARS

A. THE DELIVERABLES

Gordon Graydon Sr. P.S. Windows Replacement.

The provision of the Deliverables will be governed by the terms and conditions set out in Appendix A and Appendix F – Specifications and Drawings.

B. MATERIAL DISCLOSURES Estimated value of the project: $200,000 (before tax).

1. GENERAL CONDITIONS

The General Conditions form part of this RFQ document and it is understood by the Respondent that attaching signature in Appendix B, the Respondent acknowledges having read and understood the General Conditions, Section – 01000, pages 1 - 34 as posted on the Board’s Purchasing website at: http://purchasing.peelschools.org.

2. CONSTRUCTION LIEN ACT PAYMENT TERMS IN GENERAL CONDITIONS

The General Conditions have been revised to include changes related to the new Construction Act.

3. AWARDING OF WORK

The Board reserves the right to award contractors only the amount of work to which the Board is confident can be completed on schedule by the successful Respondent. In order to expedite the completion of work within the Term of Contract, the Board may distribute awards from bids at its sole and unfettered discretion. The decision of the Board will be final.

4. HAZARDOUS BUILDING MATERIALS

Hazardous building materials may be present in the vicinity. Please view the assessment and required abatement work located in Appendix F – Specifications and Drawings.

5. SAMPLES

Samples when required, must be submitted strictly in accordance with instructions. Samples must be furnished free of charge and must be accompanied by descriptive memorandum invoices indicating if the Respondent requires their return, provided they have not been used or made useless by tests. Samples will be held at Respondent's risk and subject to the Respondent’s expense.

RFQ MA21-4581 (Project File SG-523-19/20-8)

18 of 140

C. MANDATORY SUBMISSION REQUIREMENTS

1. Submission Form (Appendix B)

Each quotation must include a Submission Form (Appendix B) completed and signed by an authorized representative of the respondent.

2. Pricing Rate Bid Form (Appendix 1)

Each quotation must include pricing information that complies with the instructions contained in Pricing (Appendix C).

3. Supplementary Bid - Questionnaire (Appendix 2) – not to be evaluated.

D. MANDATORY TECHNICAL REQUIREMENTS

N/A

E. PRE-CONDITIONS OF AWARD

Respondent under consideration must provide the following information within (7) seven calendar days of notification or as otherwise agreed by the Board:

a) INSURANCE

The Respondent shall provide Commercial General Liability insurance coverage and Third Party Liability insurance coverage for both owned and non-owned motor vehicles in accordance to the Board’s Standard Terms and Conditions – Form of Agreement under Appendix A.

b) WORKPLACE SAFETY AND INSURANCE BOARD (WSIB)

The Respondent shall provide a proof of WSIB coverage in accordance to the Board’s Standard Terms and Conditions – Form of Agreement under Appendix A.

Terms and Conditions – Form of Agreement under Appendix A.

c) PERFORMANCE SURETY

The Performance Surety requirement from the successful Respondent will be in the amount of 10% of the total dollar award, excluding all applicable taxes.

The successful Respondent will secure an original Irrevocable Letter of Credit or a Certified Cheque or Money Order or Bank Draft payable to Peel District School Board, which has been issued by a Canadian Chartered Bank or Trust Company, in the appropriate amount. If the Irrevocable Letter of Credit is the vehicle chosen for the Performance Surety, it must be identical to the form as presented in this RFQ document, Appendix E attached. The Performance Surety, either an Irrevocable Letter of Credit or a Certified Cheque, Money Order or Bank Draft will be deposited with and held by the Board prior to the commencement of the contract. The Performance Surety may be drawn on by the Board at any time to secure the due performance and observation of the contract; the payment of all claims, liabilities and obligations incurred by the successful Respondent during the performance of the contract. Such Performance Surety will

RFQ MA21-4581 (Project File SG-523-19/20-8)

19 of 140

not be released until sixty (60) days after substantial performance of the contract and the full discharge of all claims, liabilities and obligations incurred by the successful Respondent during the performance of this contract. The successful Respondent further covenants and agrees that, where the contract has been terminated or cancelled by virtue of the successful Respondent’s default, the said Performance Surety will not be revoked or cancelled, and the Board may draw from the Performance Surety to compensate for such damages, losses or expenses incurred, or to be incurred, for which the Board may not be otherwise liable. Should the said damages, losses or expenses be in excess of the amounts drawn, the successful Respondent shall be liable to the Board for such excesses.

The Performance Surety is to guarantee that the successful Respondent will complete the contract in a proper and satisfactory manner in accordance with the terms and conditions of the RFQ and must be presented by the successful Respondent to the Board as requested at the time of the award. Failure to provide the proper surety may result in the rescission of the Board’s notice of selection. No interest will be either charged or retained by or to the Board in relation to the Performance Surety.

RFQ MA21-4581 (Project File SG-523-19/20-8)

20 of 140

APPENDIX E – LETTER OF CREDIT

(BANK)______NO.______

(BRANCH)______(DATE)______

TO:

WE HEREBY AUTHORIZE YOU TO DRAW ON (BANK) FOR ACCOUNT OF UP TO AN AGGREGATE AMOUNT OF AVAILABLE BY DRAFTS AT SIGHT GUARANTEE AS FOLLOWS:

Pursuant to the request of our customer, ______we, (Bank)______hereby establish and give to you an Irrevocable Letter of Credit in your favour in the total amount of $______which may be drawn on by you at any time and from time to time upon written demand for payment made upon us by you, which demand we shall honour without enquiring whether you have a right as between yourself and our said customer to make such demand and without recognizing any claim of our said customer.

PROVIDED, however, that you are to deliver to (Bank)______at such time as a written demand for payment is made upon us, a certificate signed by the Associate Director of Corporate Services of The Peel District School Board agreeing and/or confirming that monies drawn pursuant to this Letter of Credit are to be and/or have been expended pursuant to obligations incurred or to be incurred by you with reference to (description of services or projects) ______This Letter of Credit shall commence on ______and shall expire on ______subject to the conditions of automatic extension, as set out herein.

IT IS A CONDITION of this Letter of Credit that it shall be automatically extended without amendment for one year from the expiry date, and thereafter from year to year unless sixty days prior to the present or future expiry date we shall notify the Associate Director of Operational Support Services of The Peel District School Board in writing that we elect not to consider this Letter of Credit renewed for any such additional period. Upon receipt by you of such notice; you may draw hereunder by means of your demand accompanied by your written certification that the amounts drawn will be retained and used by you to meet obligations incurred or to be incurred by you in connection with (description of services or projects) ______.

THE DRAFTS DRAWN UNDER THIS CREDIT ARE TO BE ENDORSED HEREON AND SHALL STATE ON THEIR FACE THAT THEY ARE DRAWN UNDER (BANK)______(BRANCH)______LETTER OF CREDIT NO.______(DATE)______

WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS OF THE BILLS DRAWN IN COMPLIANCE WITH THE TERMS OF THIS CREDIT THAT THE BILLS SHALL BE DULY HONOURED UPON PRESENTATION AT THE DRAWEE BANK.

______

RFQ MA21-4581 (Project File SG-523-19/20-8)

21 of 140

BID DOCUMENTS AND SPECIFICATIONS PEEL DISTRICT SCHOOL BOARD

PROJECT NAME: GORDON GRAYDON SR. PUBLIC SCHOOL, 2020 WINDOW REPLACEMENT PROJECT ADDRESS: 170 RUTHERFORD ROAD NORTH, BRAMPTON PROJECT NUMBER: PDSB#: (1203004.16) DATE: FEBRUARY 24, 2021

22 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

Contents Pages

SECTION 01 14 00 – WORK RESTRICTIONS 1 SECTION 01 24 00 – SUMMARY OF WORK 7 SECTION 01 31 19 – PROJECT MEETINGS 2 SECTION 01 41 00 – REGULATORY REQUIREMENTS 1 SECTION 01 61 00 – COMMON PRODUCT REQUIREMENTS 3 SECTION 01 73 00 – EXECUTION 1 SECTION 01 74 11 – CLEANING 1 SECTION 01 77 00 – CLOSEOUT PROCEDURES 2 SECTION 01 79 00 – DEMONSTRATE AND TRAINING 1 SECTION 04 04 99 – MASONRY FOR MINOR WORKS 5 SECTION 07 92 00 – SEALANT 5 SECTION 08 52 00 – ALUMINUM WINDOWS 8 SECTION 08 53 00 – ALUMINUM PANNING AND TRIM 3 SECTION 08 80 00 – GLASS AND GLAZING 5

Drawings

A.000 – GENERAL NOTES

A.201 – FLOOR PLAN

A.202 – FLOOR PLAN A.301 – WINDOW ELEVATIONS

A.401 – WINDOW DETAILS

A.401 – WINDOW DETAILS

Appendix A - PDSB – CONTRACTOR SUBMITTAL REQUIREMENTS

B – DSS REPORT

23 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 14 00 – WORK RESTRICTIONS

1. ACCESS AND EGRESS .1 Design, construct and maintain temporary "access to" and "egress from" work areas, including stairs, runways, ramps or ladders and scaffolding, independent of finished surfaces and in accordance with relevant municipal, provincial and other regulations. 2. USE OF SITE AND FACILITIES .1 Execute work with least possible interference or disturbance to normal use of premises. Make arrangements with Consultant to facilitate work as stated. .2 Maintain existing services to building and provide for personnel and vehicle access. .3 Where security is reduced by work provide temporary means to maintain security. .4 Owner will assign sanitary facilities for use by Contractor's personnel for door and window replacement projects only. Contractor must keep facilities clean or they will be back-charged for any supplementary cleaning required as a result of Contractor’s usage. Contractor to provide their own sanitary facilities for exterior projects, including roofing projects. Location of external sanitary facilities to be directed by Owner. .5 Closures: protect work temporarily until permanent enclosures are completed. 3. ANLTERATIO S, ADDITIONS OR REPAIRS TO EXISTING BUILDING .1 Execute work with least possible interference or disturbance to building operations and normal use of premises. Arrange with Consultant to facilitate execution of work. 4. EXISTING SERVICES .1 Notify Consultant and utility companies of intended interruption of services and obtain required permission within 48 hours. .2 Where Work involves breaking into or connecting to existing services, provide Consultant 48 hours of notice for necessary interruption of mechanical or electrical service throughout course of work. Keep duration of interruptions to a minimum. Carry out interruptions after normal working hours of occupants, preferably on weekends. 5. SECURITY CLEARANCES .1 Personnel employed on this project will be subject to security check. Obtain clearance, as instructed, for each individual who will be required to enter premises. Obtain ID badges as required by PDSB. Personnel will be checked daily at start of work shift and provided with pass which must be worn at all times. Pass must be returned at end of work shift and personnel checked out, if Contractor or his staff do not have PDSB ID badges. 6. BUILDING SMOKING ENVIRONM ENT .1 Comply with smoking restrictions. Smoking is not allowed in any areas.

END OF SECTION 01 14 00

DIVISION 01– BID DOCUMENTS SECTION 01 14 00 – WORK RESTRICTIONS 24 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 00 24 00 - SUMMARY OF WORK

1 OBJECTIVE .1 Work under this project will include replacing the windows as indicated on the plan and elevation drawings. .2 Provide shop drawings and testing reports for the windows 2 weeks after execution of the contract. After approval of all submittals, manufacturing and installation shall begin immediately upon approval of engineered shop drawings and mock-up. .3 Provide Consultant and Owner with the work schedule indicating lead time for shop drawings, start date on site and completion date (provide during bidding; resubmit schedule prior to the start of the project if different from the schedule submitted during bidding). 2 SCOPE OF WORK .1 General .1 Mobilization and Demobilization .1 Mobilize all labour, equipment, temporary facilities, hoarding required to carry out the work. All scaffolding must be reviewed and bear the stamp of a licensed Professional Engineer practicing in the Province of Ontario. .2 Open dumpsters shall not be permitted for fire safety. All dumpsters shall be covered and enclosed in 6ft. chain link fence to prevent access into the bins during off work hours. .3 Upon completion of the project, remove all equipment and materials from the site. Clean the site to remove all dirt and debris from the work area and adjacent parking lot (including a magnetic sweep to pick-up all fasteners and metallic debris). Clean all windows within the work area. Correct all deficiencies caused by the work and make good any landscaping affected by the work. .2 Existing Conditions .1 The existing aluminum framed windows consist of a combination of fixed, and slider operators. .2 The interior shade devices are either curtains or blinds. .3 Shop Drawings & Submittals During Construction .1 Prior to general fabrication, as identified within the technical sections of these specifications, submit to the Consultant and Owner all required shop drawings and requested technical literature pertaining to, but not limited to the following: .1 Window shop drawings, including window frame securement into the wall opening; .2 Technical information for specified materials; .3 Window performance test reports; and, .4 Colour charts and samples for the window frames, hardware, and weatherstripping.

.4 Mock-Up

DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

25 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.1 At a location selected by the Owner, complete a full window installation and coordinate for water testing of the mock-up assembly on site. See Section 08 52 00 and GENERAL SUBMITTAL PROCEEDURE for more details regarding the mock-up. .2 Replace Windows .1 To the extent shown on the drawings, remove and dispose of the windows, in accordance with the window schedule. .2 Replacement windows shall consist of fixed insulating glass units (IGUs) in fixed frames and awning style operable sashes as indicate per the drawings. Frame location and frame depth to match existing frames unless indicated otherwise, with proportions to be as outlined in the drawings. Complete all work in conformance with Sections 07 90 00, 08 52 00, 08 53 00, and 08 80 00. Provide hardware and manual operators for all operable sashes as per Section 08 52 00. .3 IGUs at all new windows shall incorporate tempered glass at both the interior and exterior panes. Include the specified low-E coating on the #2 glass surface (inward facing surface of the interior glass lite) and argon gas fill between lites. .4 The removal, storage and re-installation of blinds, drapes, curtains, valences, and corkboards in the designated window replacement areas shall be done by other trades arranged by PDSB outside of this scope of work. The Contractor must coordinate this work with the Peel District School Board (Attention: Mr. David Smith at 905-279-4310 ext. 1703) prior to the start of the window work. .5 Where existing interior window sills are present they shall be reused; Contractor to take care not to damage the sills and replace them at no cost should they be damaged during the work. Maintain clearance between the new aluminum window jamb extensions from the existing sill mounted vents, to allow new sealant to be applied from the new aluminum to the existing sill. .6 Remove and reset the drop ceiling to facilitate the installation of the new windows, where required. .7 Provide sheet metal flashings and waterproofing membrane sub-sill flashings as shown on the Drawings and as specified in Section 08 52 00 – Aluminum Windows. .3 Miscellaneous .1 Perimeter Sealants .1 Install building sealants within work area. Complete work in accordance with Section 07 92 00 and associated details. .2 Damage .1 Any damage (as determined by the Consultant) to the interior finishes, interior window sills, baseboard heating elements/covers, electrical chases, tiles, ceiling finishes, drywall/plaster, flooring, etc. shall be repaired at the Contractor expense with no cost to the PDSB. Existing damage to tiles, plaster or drywall finishes will be repaired by the Contractor as part of this work. Notify the Consultant for review of such locations immediately upon discovery. Repairs to locations where notice is not provided shall be paid for at the Contractor’s expense. .2 Take care not to damage hard or soft landscaping below windows. It is the Contractor’s responsibility to protect and repair as required by the PDSB, if damaged. .4 All Other Items

DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

26 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

.1 Include for all labor, equipment, materials and access required to complete the project not otherwise itemized above. 3 WORK COVERED BY RFQ DOCUMENTS .1 Work of this RFQ Document comprises of the replacement of the windows and associated elements as indicated on the drawings and specifications. .2 If more than one section deals with the same item, the stricter clause will govern the work. .3 Contractor cannot claim misunderstanding of bid documents as reason for additional costs. Contractor must fully understand and accept all work required as shown on bid documents when bidding work. 4 MANDATORY CONTRACTORS .1 Employ suppliers and subcontractors assigned as required under the scope of work, or as required as per the bid documents 5 AGREEMENT METHOD .1 Construct Work under stipulated price with receipt of a Purchase Order.

6 WORK BY OTHERS .1 Co-operate with other Contractors in carrying out their respective works and carry out instructions from the Consultant. .2 Co-ordinate work with that of other Contractors. If any part of work under this scope of work depends for its proper execution or result upon work of another Contractor, report promptly to the Consultant, in writing, any defects which may interfere with proper execution of Work. .3 Work of Project executed prior to start of Work, and which is specifically excluded from this scope of work: .1 Not applicable. .4 Work of Project executed during Work, and which is specifically excluded from this scope of work: .1 Not applicable. .5 Work of Project which will be executed after completion of Work, and which is specifically excluded from this scope of work: .1 Not applicable.

7 WORK SEQUENCE .1 Co-ordinate Progress Schedule and co-ordinate with Owner/Consultant during construction. .2 Maintain fire access/control at all times. 8 CONTRACTOR USE OF PREMISES .1 Use of site until Substantial Performance is directed by Owner/Consultant. .2 Obtain and pay for use of additional storage or work areas needed for operations under this scope of work. .3 Remove or alter existing work to prevent injury or damage to portions of existing work which remain. DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

27 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

.4 Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as directed by Consultant. .5 At completion of operations condition of existing work: equal to or better than that which existed before new work started. 9 OWNER OCCUPANCY .1 Schedule and substantially complete designated portions of Work for Owner's/Consultant’s acceptance prior to Substantial Performance of entire Work. .2 Execute Certificate of Substantial Performance for each designated portion of Work prior to Owner/Consultant acceptance. Contractor shall allow: .1 Access for Owner/Consultant personnel. .2 Use of parking facilities. 10 REQUIRED ITEMS .1 Contractor Responsibilities: .1 Designate submittals and delivery date for each product in progress schedule as requested. .2 Review shop drawings, product data, samples, and other submittals. Submit to Consultant notification of observed discrepancies or problems anticipated due to non-conformance with RFQ Documents within 24 hours of review. .3 Receive and unload products at site. .4 Inspect deliveries jointly with Owner/Consultant as required; record shortages, and damaged or defective items within 24 hours of receipt. .5 Handle products at site, including uncrating and storage. .6 Protect products from damage, and from exposure to elements. .7 Assemble, install, connect, adjust, and finish products. .8 Provide installation inspections required by public authorities, if applicable. .9 Repair or replace items damaged by Contractor or subcontractor on site (under his control) within 48 hours of damage. .2 Schedule of Owner furnished items: .1 Not applicable, or as directed. 11 ALTERATIONS, ADDITIONS OR REPAIRS TO EXISTING BUILDING .1 Execute work with least possible interference or disturbance to building operations and normal use of premises. Arrange with Consultant to facilitate execution of work. .2 Accept liability for damage, safety of equipment and overloading of existing equipment. 12 EXISTING SERVICES .1 Notify Consultant and utility companies of intended interruption of services and obtain required permission within 24 hours of work.

DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

28 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

.2 Where Work involves breaking into or connecting to existing services, provide the Consultant 48 hours’ notice for necessary interruption of mechanical or electrical service throughout course of work. Minimize duration of interruptions. Carry out work at times as directed by governing authorities with minimum disturbance to tenant operations. .3 Establish location and extent of service lines in area of work before starting Work. Notify Consultant of findings. .4 Submit schedule to and obtain approval from Consultant for any shut-down or closure of active service or facility including power and communications services. Adhere to approved schedule and provide notice to affected parties within 48 hours. .5 Provide temporary services when directed by Consultant to maintain critical building and tenant systems. .6 Protect, relocate or maintain existing active services. When inactive services are encountered, cap off in manner approved by authorities having jurisdiction. .7 Record locations of maintained, re-routed and abandoned service lines. 13 DOCUMENTS REQUIRED .1 Maintain at job site, one copy of each document as follows: .1 Drawings. .2 Specifications. .3 Addenda. .4 Reviewed Shop Drawings. .5 List of Outstanding Shop Drawings. .6 Change Orders. .7 Other Modifications to Scope of Work. .8 Field Test Reports. .9 Copy of Approved Work Schedule. .10 Health and Safety Plan and Other Safety Related Documents. .11 Other documents as specified.

14 SCHEDULE .1 Initiate Work within 5 days of after the execution of the contract. .2 The work shall commence upon award of the bid and proceed in a single phase of work until completion. .3 All work shall be performed on site from 7am to 9pm Monday to Sunday during the school summer holiday, and from 4pm to 9pm Monday to Friday and 7am to 9pm on weekends and holidays outside the summer holidays. All work shall be completed by a date outlined by PDSB. .4 General contractor is responsible for ensuring that all manufacturers and sub-contractors adhere to the project time line.

DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

29 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 6 170 RUTHERFORD ROAD NORTH, BRAMPTON

.5 General contractor to include all costs that may result in extended after hour work. There shall be no extra claims/premium rates allowed. .6 The Contractor including all sub-trades shall abide with local noise by-laws.

END OF SECTION

DIVISION 01 – BID DOCUMENTS SECTION 01 24 00 – SUMMARY OF WORK

30 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 31 19 - PROJECT MEETINGS

1. ADMINISTRATIVE .1 Schedule and administer project meetings throughout the progress of the work as required and directed by Owner/Consultant. .2 Prepare agenda for meetings. .3 Distribute written notice of each meeting four days in advance of meeting date to the Consultant. .4 Provide physical space and make arrangements for meetings. .5 Preside at meetings. .6 Record the meeting minutes. Include significant proceedings and decisions. Identify actions by parties. .7 Reproduce and distribute copies of minutes within three days after meetings and transmit to meeting participants. .8 Representative of Contractor, Subcontractor and suppliers attending meetings will be qualified and authorized to act on behalf of party each represents. 2. PRECONSTRUCTION MEETING .1 Within 5 days after the execution of the contract, request a start-up meeting of parties (PDSB, consultant and contractor) to discuss and resolve administrative procedures and responsibilities. Attendance of contractor specified door supplier and manufacturer’s representative is mandatory at these meetings, if applicable. .2 Agenda to include: .1 Appointment of official representative of participants in the Work. .2 Project Schedule. .3 Schedule of submission of shop drawings. .4 Delivery schedule of specified equipment. .5 Site security. .6 Proposed changes, change orders, procedures, approvals required, mark-up percentages permitted, time extensions, overtime, administrative requirements. 3. PROGRESS MEETINGS .1 During course of Work schedule progress meetings weekly, or as directed by Owner/Consultant. .2 Contractor, major Subcontractors involved in Work and Consultant are to be in attendance. .3 Record minutes of meetings and circulate to attending parties and affected parties not in attendance within three days after meeting. .4 Agenda to include the following: .1 Review, approval of minutes of previous meeting. .2 Review of Work progress since previous meeting. .3 Field observations, problems, conflicts. .4 Problems which impede construction schedule. .5 Review of off-site fabrication delivery schedules. .6 Corrective measures and procedures to regain projected schedule. .7 Revision to construction schedule. .8 Progress schedule, during succeeding work period. DIVISION 01 – BID DOCUMENTS SECTION 01 31 19 – PROJECT MEETINGS

31 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.9 Review submittal schedules: expedite as required. .10 Maintenance of quality standards. .11 Review proposed changes for effect on construction schedule and on completion date. .12 Other business.

END OF SECTION 01 31 19

DIVISION 01 – BID DOCUMENTS SECTION 01 31 19 – PROJECT MEETINGS

32 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 41 00 – REGULATORY REQUIREMENTS 1. REFERENCES AND CODES .1 Perform Work in accordance with Ontario Building Code (OBC) including amendments up to bid closing date and other codes of provincial or local application provided that in case of conflict or discrepancy, more stringent requirements apply. .2 Meet or exceed requirements of: .1 Bid documents. .2 Specified standards, codes and referenced documents. 2. DESIGNATED SUBSTANCES SURVEY (DSS) .1 Where materials have been identified in the specifications that will be, maybe, disturbed or removed during the performance of the scope of work the PDSB requires: HEALTH AND SAFETY The Contractor shall be responsible for all persons and entities performing work on this project including all other contractors, at all times up to and including the date of Substantial Performance of the work. Authority for coordination and instructions relating to all matters of site access, vehicles, deliveries, storage, labour conditions, construction safety, environmental protection, security and other matters which relate to safe and proper execution of construction work shall rest with the Contractor.

The Contractor covenants and agrees to comply with all statutory and other legal requirements and obligations including without limitation, the provision of the Occupational Health and Safety Act (Ontario) and all regulations thereto and all amending and successor legislation including without limitation Bill 208 (the ‘Act’), in connection with all work performed by either the contractor, sub-contractors, or any other contractor on or in connection with the project. Without limiting the foregoing, for the purposes of this scope of work, the contractor agrees that it shall be the ‘Constructor’ of the project within the meaning of the Act, and as such shall assume all the obligations and responsibilities, and observe all construction safety requirements and procedures, and duties of inspection imposed by the Act on the ‘Constructor’, as therein defined, for all work and service performed by the Contractor, Sub contractors and Other Contractors on or in connection with the project.

3. HAZARDOUS MATERIAL DISCOVERY .1 Asbestos: demolition of spray or trowel-applied asbestos is hazardous to health. Stop work immediately when material resembling spray or trowel-applied asbestos is encountered during demolition work. Notify the Consultant. .2 PCB: Polychlorinated Biphenyl: stop work immediately when material resembling Polychlorinated Biphenyl is encountered during demolition work. Notify Consultant. .3 Mould: stop work immediately when material resembling mould is encountered during demolition work. Notify the Consultant.

END OF SECTION 01 41 00

DIVISION 01 – BID DOCUMENTS SECTION 01 41 00 – REGULATORY REQUIREMENTS

33 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 61 00 – COMMON PRODUCT REQUIREMENTS 1. REFERENCES .1 All codes and regulations stated in the bid drawings and specifications. .2 Within text of each specifications section, reference may be made to reference standards. .3 Conform to these reference standards, in whole or in part as specifically requested in specifications. .4 If there is question as to whether products or systems are in conformance with applicable standards, the Consultant reserves right to have such products or systems tested to prove or disprove conformance. .5 Cost for such testing will be borne by the Owner in event of conformance with Bid Documents or by Contractor in event of non-conformance. 2. QUALITY .1 Products, materials, equipment and articles incorporated in Work shall be new, not damaged or defective, and of best quality for purpose intended. If requested, furnish evidence as to type, source and quality of products provided. .2 Defective products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace defective products at own expense and be responsible for delays and expenses caused by rejection. .3 Should disputes arise as to quality or fitness of products, decision rests strictly with the Consultant based upon requirements of Bid Documents. .4 Unless otherwise indicated in specifications, maintain uniformity of manufacture for any particular or like item throughout building. .5 Permanent labels, trademarks and nameplates on products are not acceptable in prominent locations, except where required for operating instructions, or when located in mechanical or electrical rooms. 3. AVAILABILITY .1 Immediately upon the execution of the contract, review product delivery requirements and anticipate foreseeable supply delays for items. If delays in supply of products are foreseeable, notify the Consultant of such, in order that substitutions or other remedial action may be authorized in ample time to prevent delay in performance of Work. .2 In event of failure to notify the Consultant at commencement of Work and should it subsequently appear that Work may be delayed for such reason, the Consultant reserves right to substitute more readily available products of similar character, at no increase in Bid Price or Time.

4. STORAGE, HANDLING AND PROTECTION .1 Storage of materials on site is permitted and only at designated areas assigned by the PDSB. The contractor shall be solely responsible for materials and equipment stored on site. The PDSB cannot be responsible for any thefts or damages. .2 Handle and store products in manner to prevent damage, adulteration, deterioration and soiling and in accordance with manufacturer's instructions when applicable. .3 Store packaged or bundled products in original and undamaged condition with manufacturer's seal and labels intact. Do not remove from packaging or bundling until required in Work. DIVISION 01 – BID DOCUMENTS SECTION 01 61 00 – COMMON PRODUCT REQUIREMENTS

34 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.4 Store products subject to damage from weather in weatherproof enclosures. .5 Store cementitious products clear of earth or concrete floors, and away from walls. .6 Keep sand, when used for grout or mortar materials, clean and dry. Store sand on wooden platforms and cover with waterproof tarpaulins during inclement weather. .7 Store sheet materials on flat, solid supports and keep clear of ground. Slope to shed moisture. .8 Store and mix paints in heated and ventilated room. Remove oily rags and other combustible debris from site daily. Take every precaution necessary to prevent spontaneous combustion. .9 Remove and replace damaged products at own expense and to satisfaction of the Consultant. .10 Touch-up damaged factory finished surfaces to the Consultant's satisfaction. Use touch-up materials to match original. Do not paint over name plates. 5. TRANSPORTATION .1 Pay costs of transportation of products required in performance of Work. .2 Transportation cost of products supplied by Owner will be paid for by the Consultant. Unload, handle and store such products. 6. MANUFACTURER'S INSTRUCTIONS .1 Unless otherwise indicated in specifications install or erect products in accordance with manufacturer's instructions. Do not rely on labels or enclosures provided with products. Obtain written instructions directly from manufacturers. .2 Notify the Consultant in writing, of conflicts between specifications and manufacturer's instructions, so that the Consultant will establish course of action. .3 Improper installation or erection of products, due to failure in complying with these requirements, authorizes the Consultant to require removal and re-installation at no increase in Bid Price or Time. 7. QUALITY OF WORK .1 Ensure Quality of Work is of highest standard, executed by workers experienced and skilled in respective duties for which they are employed. Immediately notify the Consultant if required Work is such as to make it impractical to produce required results. 8. CO-ORDINATION .1 Ensure co-operation of workers in laying out Work. Maintain efficient and continuous supervision. .2 Be responsible for coordination and placement of openings, sleeves and accessories. 9. CONCEALMENT .1 In finished areas conceal pipes, ducts and wiring in floors, walls and ceilings, except where indicated otherwise. .2 Before installation inform the Consultant if there is interference. Install as directed by Consultant. 10. REMEDIAL WORK .1 Perform remedial work required to repair or replace parts or portions of Work identified as defective or unacceptable. Co-ordinate adjacent affected Work as required. .2 Perform remedial work by specialists familiar with materials affected. Perform in a manner to neither damage nor put at risk any portion of Work. 11. LOCATION OF FIXTURES .1 Consider location of fixtures, outlets, and mechanical and electrical items indicated as approximate. DIVISION 01 – BID DOCUMENTS SECTION 01 61 00 – COMMON PRODUCT REQUIREMENTS

35 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

.2 Inform the Consultant of conflicting installation. Install as directed. 12. FASTENINGS .1 Provide metal fastenings and accessories in same texture, colour and finish as adjacent materials, unless indicated otherwise. .2 Prevent electrolytic action between dissimilar metals and materials. .3 Use non-corrosive hot dip galvanized steel fasteners and anchors for securing exterior work, unless stainless steel or other material is specifically requested in affected specification Section. .4 Space anchors within individual load limit or shear capacity and ensure they provide positive permanent anchorage. Wood, or any other organic material plugs are not acceptable. .5 Keep exposed fastenings to a minimum, space evenly and install neatly. .6 Fastenings which cause spalling or cracking of material to which anchorage is made are not acceptable. 13. FASTENINGS - EQUIPMENT .1 Use fastenings of standard commercial sizes and patterns with material and finish suitable for service. .2 Use heavy hexagon heads, semi-finished unless otherwise specified. Use No. 304 stainless steel for exterior areas. .3 Bolts may not project more than one diameter beyond nuts. .4 Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur. Use resilient washers with stainless steel. 14. PROTECTION OF WORK IN PROGRESS .1 Prevent overloading of parts of building. Do not cut, drill or sleeve load bearing structural member, unless specifically indicated without written approval of the Consultant. 15. EXISTING UTILITIES .1 When breaking into or connecting to existing services or utilities, execute Work at times directed by local governing authorities, with minimum of disturbance to Work, and/or building occupants. .2 Protect, relocate or maintain existing active services. When services are encountered, cap off in manner approved by authority having jurisdiction. Stake and record location of capped service.

END OF SECTION 01 61 00

DIVISION 01 – BID DOCUMENTS SECTION 01 61 00 – COMMON PRODUCT REQUIREMENTS

36 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 73 00 – EXECUTION

1. PREPARATION .1 Inspect existing conditions, including elements subject to damage or movement during cutting and patching. .2 After uncovering, inspect conditions affecting performance of Work. .3 Beginning of cutting or patching means acceptance of existing conditions. .4 Provide supports to assure structural integrity of surroundings; provide devices and methods to protect other portions of project from damage. .5 Provide protection from elements for areas which are to be exposed by uncovering work; maintain excavations free of water. 2. EXECUTION .1 Execute cutting, fitting, and patching to complete Work. .2 Fit several parts together, to integrate with other Work. .3 Uncover Work to install ill-timed Work. .4 Remove and replace defective and non-conforming Work. .5 Provide openings in non-structural elements of Work for penetrations of mechanical and electrical Work as directed. .6 Execute Work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. .7 Employ original installer to perform cutting and patching for weather-exposed and moisture-resistant elements, and sight-exposed surfaces. .8 Cut rigid materials using masonry saw or core drill. Pneumatic or impact tools not allowed on masonry work without prior approval. .9 Restore work with new products in accordance with requirements of Bid Documents. .10 Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. .11 At penetration of fire rated wall, ceiling, or floor construction, completely seal voids with firestopping material. .12 Refinish surfaces to match adjacent finishes: Refinish continuous surfaces to nearest intersection. Refinish assemblies by refinishing entire unit. .13 Conceal pipes, ducts and wiring in floor, wall and ceiling construction of finished areas except where indicated otherwise.

END OF SECTION 01 73 00

DIVISION 01 – BID DOCUMENTS SECTION 01 73 00 - EXECUTION

37 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 74 11 – CLEANING 1. PROJECT CLEANLINESS .1 Maintain Work in tidy condition, free from accumulation of waste products and debris, including that caused by Owner or other Contractors. .2 Remove waste materials from site at daily regularly scheduled times or dispose of as directed by the Consultant. Do not burn waste materials on site. .3 Clear snow and ice from access to building, bank/pile snow in designated areas only. .4 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. .5 Provide on-site containers for collection of waste materials and debris. .6 Dispose of waste materials and debris off site. .7 Clean interior areas prior to start of finishing work, and maintain areas free of dust and other contaminants during finishing operations. .8 Store volatile waste in covered metal containers, and remove from premises at end of each working day. .9 Provide adequate ventilation during use of volatile or noxious substances. Use of building ventilation systems is not permitted for this purpose. .10 Use only cleaning materials recommended by manufacturer of surface to be cleaned, and as recommended by cleaning material manufacturer. .11 Schedule cleaning operations so that resulting dust, debris and other contaminants will not fall on wet, newly painted surfaces nor contaminate building systems. 2. FINAL CLEANING .1 When Work is Substantially Performed remove surplus products, tools, construction machinery and equipment not required for performance of remaining Work. .2 Remove waste products and debris other than that caused by others, and leave Work clean and suitable for occupancy. .3 Prior to final review remove surplus products, tools, construction machinery and equipment. .4 Remove waste products and debris including that caused by Owner or other Contractors. .5 Clean and polish glass, mirrors, hardware, wall tile, stainless steel, chrome, porcelain enamel, baked enamel, plastic laminate, and mechanical and electrical fixtures. Replace broken, scratched or disfigured glass. .6 Remove stains, spots, marks and dirt from decorative work, electrical and mechanical fixtures, furniture fitments, walls, and floors. .7 Clean lighting reflectors, lenses, and other lighting surfaces. .8 Vacuum clean and dust building interiors, behind grilles, louvres and screens. .9 Wax, seal, shampoo or prepare floor finishes, as recommended by manufacturer. .10 Inspect finishes, fitments and equipment and ensure specified workmanship and operation. .11 Clean equipment and fixtures to sanitary condition; clean or replace filters of mechanical equipment. END OF SECTION 01 74 11

DIVISION 01 – BID DOCUMENTS SECTION 01 74 11 - CLEANING

38 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 77 00 – CLOSEOUT PROCEDURES

1 ADMINISTRATIVE REQUIREMENTS .1 Acceptance of Work Procedures: .1 Contractor's Inspection: Contractor: conduct inspection of Work, identify deficiencies and defects, and repair as required to conform to Bid Documents within 7 days of substantial completion. .2 Notify the Consultant in writing of satisfactory completion of Contractor's inspection and submit verification that corrections have been made within 8 days of substantial completion. .3 Request the Consultant's inspection. .2 Consultant's Inspection: .1 Consultant and Contractor to inspect Work and identify defects and deficiencies within 7 days of substantial completion. .2 Contractor to correct Work as directed within 8 days of substantial completion. .3 Completion Tasks: submit written certificates that tasks have been performed as follows: .1 Work: completed and inspected for compliance with Bid Documents within 7 days of substantial completion. .2 Defects: corrected and deficiencies completed. .3 Equipment and systems: tested, adjusted and balanced and fully operational. .4 Operation of systems: demonstrated to Owner's personnel. .5 Commissioning of mechanical systems: completed in accordance with mechanical specifications and copies of final Commissioning Report submitted to the Consultant. .6 Work: complete and ready for final inspection. .4 Final Inspection: .1 When completion tasks are done, request final inspection of Work by the Consultant, and Contractor within 24 hours. .2 When Work incomplete according to the Consultant, complete outstanding items and request re-inspection within 48 hours. .3 Declaration of Substantial Performance: when the Consultant considers deficiencies and defects corrected and requirements of Bid Document substantially performed, make application for Certificate of Substantial Performance. .4 Commencement of Lien and Warranty Periods: date of Owner's acceptance of submitted declaration of Substantial Performance to be date for commencement for warranty period and commencement of lien period unless required otherwise by lien statute of Place of Work. .5 Final Payment: .1 When the Consultant considers final deficiencies and defects corrected and requirements of Bid Documents met, make application for final payment. .2 Payment of Holdback: after issuance of Certificate of Substantial Performance of Work, submit application for payment of holdback amount in accordance with contractual agreement and PDSB procurement policies.

DIVISION 01 – Bid DOCUMENTS SECTION 01 77 00 – CLOSEOUT PROCEDURES

39 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

END OF SECTION 01 77 00

DIVISION 01 – Bid DOCUMENTS SECTION 01 77 00 – CLOSEOUT PROCEDURES

40 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 01 79 00 – DEMONSTRATE AND TRAINING

1. ADMINISTRATIVE REQUIREMENTS .1 Demonstrate scheduled operation and maintenance of equipment and systems to Owner's personnel one week prior to date of final inspection. .2 Owner: provide list of personnel to receive instructions, and co-ordinate their attendance at agreed-upon times. .3 Preparation: .1 Verify conditions for demonstration and instructions comply with requirements. .2 Verify designated personnel are present. .3 Ensure equipment has been inspected and put into operation. .4 Ensure testing, adjusting, and balancing has been performed and equipment and systems are fully operational. .4 Demonstration and Instructions: .1 Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, and maintenance of each item of equipment at agreed upon times, at the designated location. .2 Instruct personnel in phases of operation and maintenance using operation and maintenance manuals as basis of instruction. .3 Review contents of manual in detail to explain aspects of operation and maintenance. .4 Prepare and insert additional data in operations and maintenance manuals when needed during instructions.

END OF SECTION 01 79 00

DIVISION 01 – BID DOCUMENTS SECTION 01 79 00 – DEMONSTRATE AND TRAINING

41 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 04 04 99 – MASONRY FOR MINOR WORKS

PART 1 - GENERAL

1.1 WORK INCLUDED

.1 This section specifies the requirements for the supply and install of new brick masonry units.

The Work is to be performed in accordance with the project specifications and drawings.

.2 The Work includes the following:

.1 Supply of the new brick masonry units to replace the existing spandrel panels at all W1 windows located on the ground floor as designated in the project drawings.

1.2 RELATED WORK

.1 General Requirements

.2 Sealant Section 07 92 00

.3 Aluminum Windows Section 08 52 00

.3 Aluminum Panning and Trim Section 08 53 00

.4 Glass and Glazing Section 08 80 00

1.3 REFERENCES

.1 CAN3 A165 SERIES- Latest Edition - CSA Standards on Concrete Masonry Units covers: A165.1, A165.2, A165.3.

.2 CSA A179- Latest Edition, Mortar and Grout for Unit Masonry.

.3 CSA-A370- Latest Edition, Connectors for Masonry.

.4 CSA-A371- Latest Edition, Masonry Construction for Buildings.

.5 CSA G30.14- Latest Edition, Deformed Steel Wire For Concrete Reinforcement.

.6 CAN/CSA G30.18- Latest Edition, Billet-Steel Bars for Concrete Reinforcement.

.7 CSA-S304.1- Latest Edition, Masonry Design for Buildings.

DIVISION 4 – MASONRY SECTION 04 04 99 – MASONRY FOR MINOR WORKS

42 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.8 CAN/CSA A82.1- Latest Edition, Burned Clay Brick (Solid Masonry Units Made From Clay or Shale).

1.4 SUBMITTALS

.1 Submit samples in accordance with Sections 01 33 00 - Submittal Procedures. .1 Submit samples of each type of masonry units.

.2 Product Data: .1 Submit manufacturer's printed product literature, specifications and data sheet in accordance with Sections 01 33 00 - Submittal Procedures.

.2 Submit WHMIS MSDS - Material Safety Data Sheets in accordance with Section 01 33 00 - Submittal Procedures.

.1 Indicate VOC's for epoxy coatings and galvanized protective coatings and touch-up products.

.2 Indicate VOC's for mortar, grout, parging, colour additives and admixtures.

1.5 STORAGE AND HANDLING

1. Protect on site stored or installed material from moisture damage in accordance with manufacturer's printed instructions.

PART 2 - PRODUCTS

2.1 MASONRY UNITS

.1 Burned clay brick: to CAN/CSA A82.1.

.1 Type: BFX

.2 Grade: SW

.3 Size: to match existing (2-1/2” x 7-1/2”)

.4 Colour and texture: to match the front entrance façade. Provide samples for client approval.

2.2 REINFORCEMENT AND CONNECTORS

.1 Bar reinforcement to CSA-A371 and CAN/CSA G30.18, Grade 400

.2 Wire reinforcement: to CSA-A371 and CSA G30.14, truss type.

.3 Connectors shall be corrosion resistant: to CSA-A370 and CSA-S304

DIVISION 4 – MASONRY SECTION 04 04 99 – MASONRY FOR MINOR WORKS

43 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

2.3 MORTAR AND GROUT

.1 Mortar: to CSA A179

1. Use aggregate passing 1.18 mm sieve where 6 mm thick joints are indicated.

2. Colour: Ground coloured natural aggregates or metallic oxide pigments

.2 Mortar Type: S based property specifications.

.3 Mortar for foundation walls, manholes, sewers, pavements, walks, patios, and other exterior masonry at or below grade: type M based on property specifications.

.4 Following applies regardless of mortar types and uses specified above:

.5 Grout: to CSA A179, Table 3.

.6 Parging mortar: to CSA A179.

2.4 ACCESSORIES

.1 Weep hole vents: purpose-made (if required)

.2 Nailing Inserts: 0.5 mm minimum thickness, galvanized.

.3 Bolts: 12 mm diameter x 150 mm long with ends bent 50 mm at 90 degrees.

PART 3 - PRODUCTS

3.1 INSTALLATION

.1 Do masonry work in accordance with CSA-A371 except where specified otherwise.

.1 Bond: running stretcher bond with vertical joints in perpendicular alignment and centred on adjacent stretchers above and below.

.2 Coursing height: 200 mm for one block and one joint and for three bricks and three joints.

.3 Jointing: tool where exposed or where paint or other finish coating is specified to provide a smooth compressed cave surface.

.2 Build masonry plumb, level, and true to line, with vertical joints in alignment.

.3 Layout coursing and bond to achieve correct coursing heights, and continuity of bond above and below openings, with minimum cutting.

DIVISION 4 – MASONRY SECTION 04 04 99 – MASONRY FOR MINOR WORKS

44 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

3.2 CONSTRUCTION

.1 Exposed masonry:

.1 Remove chipped, cracked, and otherwise damaged units, in exposed masonry and replace with undamaged units.

.2 Building-In:

.1 Install masonry connectors and reinforcement where indicated on drawings.

.2 Build in items required to be built into masonry.

.3 Prevent displacement of built-in items during construction. Check plumb, location and alignment frequently, as work progresses.

.4 Brace door jambs to maintain plumb. Fill spaces between jamb and masonry with mortar.

.3 Provision for movement:

.1 Leave 6 mm space between top of non-load bearing walls and partitions and structural elements. Do not use wedges.

.2 Built masonry to tie in with stabilizers, with provision for vertical movement.

.4 Interface with other work:

.1 Cut openings in existing work as indicated.

.2 Openings in walls: approved by Consultant.

.3 Make good existing work. Use materials to match existing.

.5 Install weep hole vents in vertical joints immediately over flashings, in exterior wythes of cavity wall and masonry veneer wall construction, at maximum horizontal spacing of 600 mm on centre. Provide protective weep hole covers at all weep hole locations. Clear all obstructions to ensure adequate airflow within the air space of the assembly.

3.3 REINFORCING AND CONNECTING

.1 Install masonry connectors and reinforcement in accordance with CSA-A370, CSA-A371, and CSA S304.1 unless indicated otherwise.

.2 Prior to placing concrete, mortar, grout, obtain Consultant’s approval of placement of reinforcement and connectors.

DIVISION 4 – MASONRY SECTION 04 04 99 – MASONRY FOR MINOR WORKS

45 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

3.4 REINFORCED LINTELS AND BOND BEAMS

.1 Reinforce masonry lintels and bond beams as indicated.

.2 Place and grout reinforcement in accordance with CSA-S304.1, CSA-A371, and CSA-A179.

3.5 GROUTING

.1 Grout masonry in accordance with CSA-S304.1, CSA-A371, and CSA-A179.

3.6 LATERAL SUPPORT AND ANCHORAGE

.1 Supply and install lateral support and anchorage in accordance with CSA-S304.1 and as indicated.

3.7 SITE TOLERANCES

.1 Tolerances in notes to Clause 5.3 of CSA-A371 apply.

3.8 CLEANING

.1 Perform cleaning after installation to remove construction and accumulated environmental dirt.

.2 Upon completion of installation, remove surplus materials, rubbish, tools, and equipment barriers.

3.9 PROTECTION

.1 Protect masonry and other work from marking and other damages. Protect completed work from mortar droppings. Use non-staining coverings.

END OF SECTION

DIVISION 4 – MASONRY SECTION 04 04 99 – MASONRY FOR MINOR WORKS

46 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 07 92 00- SEALANT

PART 1 - GENERAL 1. WORK INCLUDED

.1 This section specifies the requirements for the removal and installation of new sealant.

The Work is to be performed in accordance with the drawings and specifications.

.2 Labour, products, equipment and services necessary to erect scaffolding or rigging to perform sealant Work in accordance with the Bid Documents. All scaffolding or rigging must be reviewed and bear the stamp of a licensed professional Engineer.

.3 The Work includes the installation of exterior sealant between metal roof flashings and roofing and /or wall components required to make the roofing assembly water tight.

2. RELATED WORK

.1 General Requirements

.2 Aluminum Windows – Section 08 52 00

.3 Glass and Glazing – Section 08 80 00

3. REFERENCE STANDARDS

.1 CGSB 19-GP-5M, Sealing Compound, One Component, Acylic Base, Solvent Curing.

.2 CAN/CGSB-19.6-M87, Caulking Compound, Oil Base.

.3 CAN/CGSB-19.13-M87, Sealing Compound, One Component, Elastomeric, Chemical Curing.

.4 CAN/CGSB-19.24-M88, Sealing Compound, Multi-Component, Chemical Curing.

.5 CSA - Canadian Standards Association

.6 CGSB - Canadian General Standards Board

.7 ASTM - American Society for Testing and Materials

.8 CRCA - Canadian Roofing Contractors Association DIVISION 07 – BID DOCUMENTS SECTION 07 92 00 – JOINT SEALANTS

47 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.9 National Building Code, Provincial Building Code (Ontario Regulation 413/90 (Ontario Building Code)) and Municipal Building Code

.10 ULC & FM - Underwriters' Laboratories of Canada and Factory Mutual

4. SAMPLES

.1 Prior to the commencement of work submit to the Consultant samples of the proposed sealants; joint backing, cleaning materials and primers, if any.

.2 Samples shall be clearly labelled as to material, application and supplier.

5. WARRANTY

It is a fundamental condition of this bid and subsequent work that the painting Contractor complies with all of the conditions of the guarantee/warranty as stated below.

.1 The Contractor shall make good, and promptly, any and all defects and deficiencies which occur or become apparent within a five (5) year guarantee period, such defects including but not limited to, blistering, peeling, cracking (cohesive and adhesive failures) and failure to stay in place.

.2 Supply all labour, materials, tools and equipment to repair and/or replace any work judged defective by the Consultant, and any other work damaged due to faulty or defective work, at no additional cost, for a period of five (5) years.

.3 The Contractor shall provide a written guarantee for all work of this section against defects in labour, materials and workmanship for a period of five (5) years.

.4 The Contractor shall provide a manufacturer's warranty for all work of this section against defects in materials and workmanship for a period of ten (10) years. The written warranty shall be in a form approved by the Owner. The warranty shall cover all components of the sealant.

The manufacturer shall supply all labour, materials, tools and equipment to repair and/or replace any material defects, at no additional cost, for a period of ten (10) years.

The warranty shall not be pro-rated over the ten (10) year period.

DIVISION 07 – BID DOCUMENTS SECTION 07 92 00 – JOINT SEALANTS

48 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

PART 2 - PRODUCTS 1. MATERIALS

.1 For exterior glass to aluminum or pre-painted sheet metal and aluminum or pre-painted sheet metal to aluminum or pre-painted sheet metal joints: single component silicone joint sealant conforming to CAN/CGSB -19.13-M87, colour to match existing materials, Spectrum 2 by Tremco Canada Ltd., CWS Building Sealant by Dow Corning or an approved equivalent (samples must be provided to the Board at least ten (10) days prior to bid close for evaluation).

.2 For exterior aluminum or pre-painted sheet metal to masonry, aluminum or pre-painted sheet metal to wood and aluminum or pre-painted sheet metal to metal joints: single component elastomeric polyurethane joint sealant conforming to CAN/CGSB -19.13-M87, colour to match existing materials, Sonolastic NP 1 by Degussa, Dymeric ll by Tremco Canada Limited, CWS Building Sealant by Dow Corning or approved equivalent (samples must be provided to the Board at least ten (10) days prior to bid close for evaluation).

.3 For interior aluminum to masonry, aluminum to wood and aluminum to metal joints: high performance, single component low odour joint sealant conforming to CAN/CGSB -19.13-M87, colour to match existing materials, CWS Building Sealant by Dow Corning, Sonolastic NP1 by BASF or an approved alternate.

.4 Sealant backing to be extruded, foamed, closed cell, round polyethylene rod 25% wider than joint width.

.5 Bond breaker tape to be adhesive backed polyethylene or PVC manufactured by 3M, or an approved equivalent (samples must be provided to the Board at least ten (10) days prior to bid close for evaluation).

.6 Void filler around the window frames to be one part low-expansion polyurethane foam by BASF, HILTI or an approved equivalent.

.7 Primers, thinners and cleaners are to be as recommended by the manufacturer.

PART 3 - EXECUTION 1. PREPARATION

.1 General:

DIVISION 07 – BID DOCUMENTS SECTION 07 92 00 – JOINT SEALANTS

49 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

.1 Remove all existing sealant, loose rust and mill scale by hand cutting, power grinding or wire brushing. Completely remove sealant build up in all joints. Remove any loose particles by blowing joint out with compressed air.

.2 Clean substrate surfaces so that they are free from caulking, dust, grease, soiling, or extraneous matter, which are detrimental to the adhesion of the sealant.

.3 Chemically clean all non-porous surfaces, such as aluminum or pre-painted sheet metal and glass, by solvent wipe and drying with a clean cloth.

.4 Patch, repair, and smooth minor substrate defects and deficiencies. Clean porous surfaces such as masonry and concrete by mechanical abrading.

.5 Install polyethylene backing rod in joints 6 mm (1/4 in.) or more in width. Roll backing rod into joint. Do not stretch or bend backing rod. Install bond breaker tape in metal to metal joints.

.2 Protect adjacent surfaces from stains and contamination. Make good any damage caused by sealant application.

.3 Where existing fasteners are loose, tighten or replace as required.

.4 Substrate moisture tests:

.1 Test for moisture content over areas where sealant is to be applied.

.2 If any test registers above 10% allow entire substrate surfaces, within the plane, to dry further before sealant system application. Install temporary drying fans if necessary.

.3 After drying of the substrate, re-test employing same criteria.

.5 Mildew removal: Scrub with solution of TSP and rinse with water, and allow to dry completely.

.6 Erect scaffolding and rigging required to perform all sealant Work. Scaffold layout and erection to be reviewed and designed by a Professional Engineer licensed in the province of Ontario. Scaffolding to comply with all applicable OBC and Health & Safety regulations.

2. APPLICATION

.1 Fill all voids around the window frames with one part expanding polyurethane foam. Allow foam to cure and trim off excess.

.2 Apply sealant in accordance with the manufacturer's recommendations. DIVISION 07 – BID DOCUMENTS SECTION 07 92 00 – JOINT SEALANTS

50 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Apply sealant under pressure using suitable equipment. The gun nozzles shall be of a proper size to fit and seal the joint.

.4 Force sealant into joints in full beads, making certain that there are no voids formed at the sides of the joint. Tool joints to produce a slightly concave surface.

.5 Sealant must appear as a concave recessed joint, free of ridges, wrinkles and embedded foreign matter. Sealant shall not spread or bulge beyond surfaces of on each side of joint. Sealant profile shall be as recommended by the manufacturer.

3. CLEANING

.1 Remove spilled, splashed, and spattered sealant promptly as Work proceeds and on completion of Work. Clean surfaces soiled by sealant spillage and sealant spatters. Repair or replace damaged Work, as directed by Board Designee/Consultant.

4. PROTECTION

.1 Post signs during Work and restrict or prevent traffic where necessary.

.2 Post signs warning of overhead Work, after Board Designee/Consultant's inspection and acceptance of ground level areas.

.3 Supply and maintain all necessary protective screens and/or barriers around all entrance doorways/windows and ramps to protect the vicinity of work areas from flying debris and other similar hazards.

.4 Provide suitable protection to minimize the spread of debris. Protection provided shall meet both environmental and occupational health requirements.

END OF SECTION 07 92 00

DIVISION 07 – BID DOCUMENTS SECTION 07 92 00 – JOINT SEALANTS

51 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 08 52 00 – ALUMINUM WINDOWS

PART 1 - GENERAL

1.1 WORK INCLUDED

.1 This section specifies the requirements for the supply of new aluminum windows.

The Work is to be performed in accordance with the project specifications and drawings.

.2 The Work includes the following:

.1 Supply of the new aluminum windows and the removal and disposal of existing windows as designated in the project drawings.

.2 The removal, storage and re-installation of blinds, drapes, curtains and valences in the designated window replacement areas shall be done by other trades. This work must be coordinated with the Peel District School Board (Attention: Mr. David Smith at 905-279- 4310 ext. 1703) prior to the start of the window work.

1.2 RELATED WORK

.1 General Requirements

.2 Sealant Section 07 92 00

.3 Aluminum Panning and Trim Section 08 53 00

.4 Glass and Glazing Section 08 80 00

1.3 QUALITY ASSURANCE

.1 Work on this section is to be conducted only by individuals specifically trained and qualified for this work (i.e. written proof of minimum five (5) years employment/service with the window manufacturer). Individuals are to be either employees of the manufacturer and/or workers approved by the manufacturer (i.e. written proof of minimum five (5) years employment/service with the window manufacturer will be required if requested by the Peel District School Board).

.2 Provide one (1) thoroughly experienced and reliable person in charge of the Work. Individual shall be the designated for the duration of the project from the start to substantial completion. Any changes to the individual shall be by written approval of Owner.

.3 The supplier is to have adequate plant, equipment and skilled tradesman, and is known to have satisfactorily manufactured similar windows for a minimum of five (5) years in the Province of Ontario.

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

52 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.4 Perform any welding of structural components with fabricators certified by the Canadian Welding Bureau to CSA welding qualification codes.

.5 Fabricate and install units in conformance with the wind loading requirements of the building department having jurisdiction. Conform to all regulations of the Ontario Building Code (2012 and latest amendments). Also conform to all requirements of IGMA (Insulated Glass Manufacturers Association).

1.4 REFERENCE STANDARDS

.1 CAN/CSA-A440-00 (including all amendments to date)

.2 CAN/CSA-G40.21-M87, Structural Quality Steels

.3 CAN/CGSB-1.108-M88, Bituminous Solvent Type Paint

.4 CSA Standard G164-M1981, Hot Dip Galvanizing of Irregular Shaped Articles

.5 CSA Standard W47.1-1983, Certification of Companies for Fusion Welding of Steel Structures

.6 CSA Standard W47.2-1967, Aluminum Welding Qualification Code

.7 CGSB 1-GP-181M, Coating, Zinc-Rich, Organic, Ready Mixed

.8 CGSB 41-GP-19Ma, Rigid Vinyl Extrusion for Windows and Doors

.9 CGSB 79-GP-1M, Aluminum Frame Window Screens

.10 AAMA Publication No. 605.2-1980, Voluntary Specification for High Performance Organic Coatings on Architectural Extrusions and Panels

.11 ASTM A780-80, Practice for Repair of Damaged Hot-Dip Galvanized Coatings

.12 CSSBI - Canadian Sheet Steel Building Institute

.13 National Building Code, Provincial Building Code (Ontario Regulation 403/97 (Ontario Building Code)) and Municipal Building Code

.14 ULC & FM - Underwriters' Laboratories of Canada and Factory Mutual

.15 ASHRAE - American Society of Heating, Refrigerating and Air - Conditioning Engineers

1.5 MATERIAL, HANDLING AND STORAGE

.1 Deliver materials in original containers or wrappings, with manufacturers' seals and labels intact.

.2 Ensure that stored porous materials absorb no moisture. Remove wet materials from the site and replace with new, undamaged materials.

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

53 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Store materials off the ground and under cover.

.4 Protect edges of roll goods from damage during handling. Handle and store materials in accordance with manufacturers' recommendations to prevent damage, inclusion of foreign matter, rusting, staining, and defects which may affect appearance or performance.

.5 Materials shall be stored in a manner so as not to exceed the maximum design loads of any building structural elements.

.6 Frame units shall be braced at the factory to prevent distortion during shipment and handling. Finished surfaces shall be protected with protective wrappings.

.7 Do not apply paint, sealants or foam products below the Manufacturer's recommended temperature range.

.8 Locate any hoisting equipment to avoid damaging the existing building or landscaping.

.9 Proper attire must be worn when handling products. User must read container label and material safety data sheets prior to use.

.10 Products containing tar and asbestos are prohibited on this project.

.11 Supply and install thru-wall flashings below window sills as per Manufacturer's recommendations (latest requirements) and drawings. Manufacturer is to verify substrate conditions prior to the start of installation and confirm in writing to the Owner that all conditions are acceptable for installation.

1.6 WARRANTY

It is a fundamental condition of this quote and subsequent work that the Supplier complies with all of the conditions of the warranty as stated below.

.1 The Supplier shall provide a manufacturer's warranty for all work of this section against defects in materials for a period of five (5) years. The written warranty shall be in a form approved by the owner. The warranty shall cover all components of the window assembly and shall include for materials and labour.

The Supplier shall supply all labour, materials, tools and equipment to repair and/or replace any material defects, at no additional cost, for a period of five (5) years.

The warranty shall not be pro-rated over the five (5) year period.

.2 The Supplier shall provide a manufacturer's warranty for the sealed insulating glass units against defects in materials and workmanship for a period of ten (10) years. The written warranty shall be in a form approved by the owner. The warranty shall cover all components of the glass units.

The Supplier shall supply all labour, materials, tools and equipment to repair and/or replace any

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

54 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

material defects, at no additional cost, for a period of ten (10) years.

The warranty shall not be pro-rated over the ten (10) year period.

PART 2 - PRODUCTS

2.1 MATERIALS

Acceptable manufacturers include the following: Sherwood Windows Ltd, Aluminum Window Designs Ltd., Alwind Industries Ltd., Windspec Inc., Alumicor Ltd., Kawneer Company Canada Ltd., or an approved alternate.

All Manufacturers shall be required to submit an up to date product catalogue to the Peel District School Board within one week of the project award (1 copy). This submittal is mandatory and the catalogue should show all tested and manufactured window system(s) currently supplied by the Manufacturer. One submittal per calendar year per calendar shall be sufficient.

.1 Aluminum:

.1 Extrusions to AA6063-T5 alloy and temper for framing.

.2 Exposed sheet and plate to AA1100-H14 alloy and temper.

.3 Exposed anodized sheet and plate to AA5005-H14 alloy and temper or AA1100-H14 alloy and temper (anodizing quality, 1.6 mm thickness).

.4 Non-exposed sheet and plate to AA3003-H14 alloy and temper, mill finish.

.2 Finishes:

.1 Anodized finish for aluminum window frames is to be black anodized Class II 10um (.0004 inch) to CAN/CSA-A440 requirements or custom anodized finish to match existing. Final approval of finish and colour is to be selected by the Consultant.

.3 Steel:

.1 Steel Framing to conform to CAN/CSA-G40.21-M87, Grade 300W.

.2 Hot dipped galvanizing to conform to CSA G164.

.3 Zinc rich paint to conform to CGSB 1-GP-181M.

.4 Lumber:

.1 Lumber: unless specified otherwise, softwood, S2S, moisture content 19% or less in accordance with the following standards:

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

55 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

.1 CSA O141-1070.

.2 NLGA Standard Grading Rules for Canadian Lumber, 1980 edition revised according to Supplement No. 1, 1981.

.2 Use standard or better exterior grade plywood and softwood members.

.1 Douglas Fir, standard grade, thickness to match original adjacent material.

.2 Reinforcement: 20 mm exterior grade Douglas Fir plywood.

.5 Fasteners:

.1 Aluminum screws and bolts to AA2024 or 6061 and nuts to AA6262, length as recommended by the Manufacturer.

.2 Stainless steel, austenitic, 300 Series, length as recommended by the manufacturer.

.3 Anchors to be aluminum or stainless steel for aluminum materials.

.4 Fasteners to concrete or masonry: Sleeve Anchor by Hilti or Parol Hollow Masonry Anchor by The Rawlplug Co. Inc., length as recommended by manufacturer.

.6 Glass and glazing materials as specified in Section 08800 - Glass and Glazing.

.7 Sealant as specified in Section 07900 - Sealants.

.8 Weatherstripping to be a non-absorbing and durable product as recommended by the Manufacturer.

.9 Hardware to be solid bronze or stainless steel with a satin finish.

.10 Bituminous paint to conform to CAN/CGSB-1.108-M88.

.11 Thermal break to be extruded PVC with a durometer hardness between Shore "A" 75 and 85.

.12 Thru-wall flashings (at window openings/sills) to be Blueskin SA/AG by Bakor or an approved equivalent. . 2.2 WINDOWS

.1 Fixed Windows:

.1 Fixed windows to have thermally broken fixed framing with snap-in glazing stops, complete with Tremco (pre-shimmed) Polyshim II exterior glazing tape and slide in spline, exterior silicone pointing - Tremco (Vision-Strip) or approved equivalents.

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

56 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 6 170 RUTHERFORD ROAD NORTH, BRAMPTON

Framing shall consist of closed tubular aluminum sections reinforced if necessary and/or open channel profiles unless otherwise noted.

.2 Windows to conform to CAN/CSA A440-00, Air Tightness - A3 - Fixed (maximum air leakage - 0.55 (m3/h)m-1), Water Tightness - B7 and Wind Load Resistance - C5 and Condensation Resistance I=60.

.3 Glass and glazing materials as specified in Section 08800 - Glass and Glazing.

.4 Aluminum framing members are to be of prefinished, anodized aluminum, minimum 1.6 mm (0.062 inches) thick.

.5 Aluminum seam joint cover plates to be extruded aluminum.

.2 Awning Window Type

.1 Awning windows to have thermally broken extruded aluminum framing (inner and out aluminum frame sections joined by means of an interlocking thermal barrier). Thermal barrier shall completely prevent metal to metal contact in any form. Vent corner shall be cut at 45 degree angles, swaged with 3 heavy duty reinforcing angles per corner. Screwed corners on vents are not permitted.

Provide a minimum of 2 (two) solid bronze or stainless steel cam handles per awning unit. Side arms are to be 301 Series Heavy Stainless Steel Duty Steel 4-Bar Hinges by Anderberg. Install restrictors to limit the projection of the operable sash to a maximum 100 mm (4 inches), unless otherwise stated. Review with Consultant and Board prior to installing limiters.

.2 Windows to conform to CAN/CSA A440-00, Air Tightness - A3 (maximum air leakage - 0.55 (m3/h)m-1), Water Tightness - B7 and Wind Load Resistance - C5 and Condensation Resistance - I=60.

.3 Glass and glazing materials as specified in Section 08 80 00 - Glass and Glazing.

.4 Aluminum framing members are to be of prefinished aluminum, minimum 1.6 mm (0.062 inches) thick.

.5 Sill to be of prefinished aluminum, minimum 2.0 mm (0.078 inches) thick. Sill plate to be full width of the window frame thickness and all sill sections shall sit onto Bakor Blueskin SA flashings. Break formed shapes are not permitted unless approved by the Peel District School Board.

.6 Aluminum seam joint covers plates to be extruded aluminum.

.7 Insect screens are not required and shall be removed and stored where they currently exist.

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

57 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 7 170 RUTHERFORD ROAD NORTH, BRAMPTON

.8 Provide a minimum of 2 (two) solid stainless steel cam handles per awning unit. Side arms are to be 301 Series Heavy Stainless Steel Duty Steel 4-Bar Hinges by Anderberg. For windows not within standing reach, Teleflex operators are to be used. Install restrictors to limit the projection of the operable sash to a maximum of 100 mm (4 inches).

.3 Combination and Composite Windows

.1 For combination and composite windows, the manufacturer must demonstrate that the mullions separating the individual windows has sufficient strength and stiffness to support these windows under the appropriate wind pressure for the window class. Engineer stamped drawings (minimum 5 copies) shall be provided for formal approval by the Owner

2.3 FABRICATION

.1 Units are to be fabricated using two separate frames joined to a thermal break. Neatly cope and butt any main frame joints in a weathertight manner and secure with screws into integral screw sleeves. Reinforce any members which are to receive hardware.

.2 Internally seal all sash corners and make smooth all sharp milled edges and corners

.3 Sill members to have a minimum seven (7) degree downward slope and an integral drip which extends a minimum of 1 in. (25 mm) from the face of the wall cladding.

Sills (flashings) shall be continuous (full pieces on the length and on the width and at end, and corner joints) and all butt joints shall be capped (minimum 5 inches (125 mm) width and be aligned to exterior wall expansion and control joints and at all male/female/jamb locations of windows. Owner shall have final approval on locations of butt joints.

.4 For operable window units, incorporate weep holes and baffles to drain off any accumulated water infiltration. Weep holes shall not allow passage of dirt and insects to the interior.

.5 Exposed fasteners or the use of pop rivets is not permitted.

.6 Fabricate units such that they will allow easy replacement of defective, worn or damaged components.

.7 Fabricate units to provide for expansion and contraction of components.

.8 Fabricate one (1) full-size window mock-up (1 unit) for pre-approval by the Owner/Consultant prior to their fabrication at the plant. Mock-up should be a representation of the majority of windows scheduled for replacement – final choice shall be completed by the Owner. Mock-up should be installed on site for approval before manufacturing of the windows.

END OF SECTION

DIVISION 8 – OPENINGS SECTION 08 52 00 – ALUMINUM WINDOWS

58 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 08 53 00 - ALUMINUM PANNING AND TRIM

PART 1 - GENERAL

1.1 WORK INCLUDED

.1 This section specifies the requirements for the supply of new aluminum panning / trim.

The Work is to be performed in accordance with the drawings.

1.2 RELATED WORK

.1 General Requirements

.2 Sealant Section 07 92 00

.3 Aluminum Windows Section 08 53 00

.4 Glass and Glazing Section 08 80 00

1.3 QUALITY ASSURANCE

.1 Work on this section shall be conducted only by individuals specifically trained for this work.

.2 Provide one thoroughly experienced person in charge of the Work and present on site at all times.

1.4 REFERENCE STANDARDS

.1 ASTM A525-81, "General Requirements for Steel Sheet, Zinc Coated (Galvanized) by the Hot-Dip Process".

.2 CGSB 1-GP-108M, "Paint, Acid and Alkali Resistant, Black".

.3 Canadian Roofing Supplier's Association (CRCA) Roofing Specifications Manual.

.4 AAMA No. 605.2-1980, Voluntary Specification for High Performance Organic Coatings on Architectural Extrusions and Panels.

.5 AAMA No. 603.8-1980, Voluntary Performance Requirements and Test Procedures for Pigmented Organic Coatings on Extruded Aluminum

.6 Insulated Glass Manufacturer's Association (IGMA).

1.5 PROJECT CONDITIONS

.1 Work to proceed only during approved time periods.

DIVISION 8 – OPENINGS SECTION 08 53 00 - ALUMINUM PANNING AND TRIM

59 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

1.6 WARRANTY

.1 The Supplier hereby warranties the work against defects in materials, labour and workmanship for a period of five (5) years from the date of Substantial Completion.

.2 Supply all materials, labour, tools and equipment to repair and/or replace any Work judged defective by the Consultant, and any other work damaged due to faulty or defective manufacturing, at no additional cost during the term of the warranty.

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Exterior aluminum panning: extruded aluminum, 1.6 mm thick (0.062 inches), with a clear anodized aluminum finish to match the new window frames.

Aluminum panning shall be designed to lock into the new window frames and have true flat planes with no twists, buckles, dents or other similar visual defects caused by defective materials or careless handling.

Provide one (1) sample of each material to the Owner/Consultant for formal approval prior to fabrication.

Breakshapes shall not be permitted. Only by written permission of the Peel District School Board.

.2 Interior aluminum trim: extruded aluminum, 1.6 mm thick (0.062 inches), with a clear anodized aluminium finish to match the new window frames.

Aluminum trim shall cover any remaining window framing and exposed spaces around the interior rough opening and onto adjacent materials besides the panning and or windows.

Starter strips/clips shall be a minimum 3.2 mm thick (0.124 inches) unless otherwise noted.

Breakshapes shall not be permitted. Only by written permission of the Peel District School Board.

.3 Nails, screws, fasteners and accessories to be stain and corrosion resistant stainless steel to ASTM E-149.

.4 Bituminous paint to conform to CGSB 1-GP-108M.

.5 Douglas fir plywood (DFP): to CSA 0121-M1978.

END OF SECTION

DIVISION 8 – OPENINGS SECTION 08 53 00 - ALUMINUM PANNING AND TRIM

60 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SECTION 08 80 00 – GLASS AND GLAZING

PART 1 - GENERAL

1.1 WORK INCLUDED

.1 This section specifies the requirements for the glass and glazing of the new aluminum windows.

The Work is to be performed in accordance with the drawings and project specifications.

.2 The Work includes the installation of the glass and glazing by the Supplier for the new aluminum windows.

1.2 RELATED WORK

.1 General Requirements

.2 Sealant Section 07 92 00

.3 Aluminum Windows Section 08 52 00

.4 Aluminum Panning and Trim Section 08 53 00

1.3 QUALITY ASSURANCE

.1 Work on this section shall be conducted only by individuals specifically experienced with this work. Minimum five (5) years experience – provide written confirmation as required by the Owner.

.2 Provide one thoroughly experienced person in charge of the Work and present on site at all times for the duration of the project.

1.4 REFERENCE STANDARDS

.1 CGSB 19-GP-5M, Sealing Compound, One Component, Acrylic Base, Solvent Curing.

.2 CAN/CGSB-19.6-M87, Caulking Compound, Oil Base.

.3 CAN/CGSB-19.13-M87, Sealing Compound, One Compound, Elastomeric, Chemical Curing.

.4 CAN/CGSB-19.24-M88, Sealing Compound, Multi-Component, Chemical Curing.

.5 CAN/CGSB-12.5-M86, Mirrors, Silvered.

.6 CAN2-12.8-M76, Insulating Glass Units.

.7 CAN2-12.1-M79, Glass, Safety, Tempered or Laminated.

DIVISION 8 – OPENINGS SECTION 08 80 00 – GLASS AND GLAZING

61 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.8 CAN2-12.9-M76, Glass, Spandrel.

.9 CAN2-12.3-M76, Glass, Polished Plate or Float, Flat, Clear.

.10 CAN2-12.4-M76, Glass, Heat Absorbing.

.11 IGMA Insulating Glass Manufacturers Association (Canada).

1.5 PROJECT CONDITIONS

.1 Work to proceed only during approved time periods.

1.6 WARRANTY

.1 The Supplier is to provide a written warranty from the insulated glass manufacturer which includes all labour and materials to correct any defects in materials for a period of ten (10) years.

.2 Supply all materials, labour, tools and equipment to repair and/or replace any Work judged defective by the Consultant, and any other work damaged due to faulty or defective, at no additional cost during the term of the warranty.

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Insulating Glass Units: Double glazed insulating glass units to conform to CAN2-12.1 M-90 with minimum .24 in. (6 mm) thick tempered safety glass on the interior and minimum .24 in. (6 mm) thick tempered safety glass on the exterior lites. Type 2 tempered glass, Class B plate. Double glazed units with an integral warm edge spacer to create a 1/2 in. (13 mm) dehydrated and hermetically sealed air space. Warm-edge such as stainless steel, Fenzi, “Helitherm” by Helima or pre-approved alternate (test results required showing compliance with ASTM E2190). The spacer system shall be suitable and tested for use in conjunction with argon gas. The spacer shall be continuous and fabricated with bent corners and fused butt joint(s). Assembly with connectors such as corner keys will only be considered if approved by IGMA.

The spacer system shall be sized as required to be compatible with the framing system and engineered glass thicknesses. Unless otherwise specified, the nominal air space width between the inboard and the outboard pane should be 12±1mm.

Butyl based spacers are not permitted. Swiggle Seal IGUs by Truseal Technologies will not be considered as an alternate.

.2 Fixed Tinted (FT) Glazing: Exterior lites are to be minimum 6mm thick, heat strengthened, grey tint glass to match existing. Conform to CAN/CGSB-12.4-M, ‟Heat Absorbing Glass”.

.3 Low E Coating

DIVISION 8 – OPENINGS SECTION 08 80 00 – GLASS AND GLAZING

62 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

Install low-e coating on surface #2.

Manufacturer Product Vitro Architectural Glass Solarban 70XL Cardinal LoE2-366 ASG Glass Energy Select 28 Or pre-approved alternate

.4 Gaskets to be neoprene conforming to ASTM C543-71A, black.

.5 Pre-shimmed polyisobutylene-butyl glazing tape to be Tremco Polyshim II by Tremco Ltd. or an approved alternate.

.6 Sealant to be one component silicone, Spectrum 2 by Tremco Ltd.

.7 Setting blocks to be neoprene (80-90 Shore "A" hardness) and a minimum of 100 mm (4 inches) long and wide enough to extend from the fixed stop to the opposite face of the glazing unit.

.8 Spacer blocks to be of neoprene and of a thickness to provide a minimum glass to face clearance of 3 mm (1/8 in.).

.9 New opaci-coat on all applicable spandrel panels illustrated on the drawings is to be finished in 0186 white. Opaci-coat finish to be manufactured by Syracuse Glass Company, ICD Coatings, Oldcastle BuildingEnvelope, or approved equivalent.

PART 2 - FABRICATION

.1 Maintain minimum bite or lap of glass as recommended by the glazing manufacturer.

.2 Make field measurements of existing dimensions before cutting and assembly of materials.

.3 Each lite of glass shall be labelled with the year it was manufactured, the name of the product and the weight / quality of the glass.

.4 Access to shop/plant by the Owner during business hours shall be permitted. Owner to give Manufacturer 24 hour notice for said plant visit.

PART 3 - EXECUTION

3.1 INSTALLATION

.1 Inspect all glazing channels prior to application. All openings, joints and channels to be sealed shall be clean, dry and free of dust, oil, grease, loose mortar or any foreign material.

.2 All surfaces to receive glazing tape shall be wiped with a clean rag dampened in Xylol, followed by a dry wipe.

DIVISION 8 – OPENINGS SECTION 08 80 00 – GLASS AND GLAZING

63 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Examine all sash prior to glazing to determine if the openings are square and plumb. Any butt and miter joints which are open shall be sealed prior to glazing. Adjust all operating sash and glaze in the closed position.

.4 Compression Glazing:

.1 When the butt joint is in a vertical direction, the glazier shall first run the tape on the head and sill members while going over the joint. If the joints in the sash run horizontally, the tape must first be applied to the jambs so that it crosses over the joint.

.2 When an offset condition exists at each corner where a horizontal member passes behind vertical mullions, two different sized tapes shall be used. The thinner tape shall first be applied on the glazing leg closest to the interior. The thicker tape shall then be cut to the length between the two tapes and applied.

.3 Each section of tape shall butt the adjoining tape and be united with a tool to eliminate any openings. Lapping of the adjoining tapes at the corners is not permitted.

.4 Remove paper backing just prior to setting glass and apply a toe bead of sealant 6 in. (150 mm) in each direction of the corners.

.5 Position one setting block at the quarter point of each corner on the sill members or as recommended in the IGMA guidelines.

.6 Set the glass on the setting blocks and press firmly in place. Snap in the interior glazing stops.

.7 Set the spacer blocks to prevent any "walking" of the lite.

.5 Replace any loose glazing stops and tighten all screws.

.6 Contractor shall include for needle point (cap beads) at all lower horizontal rail joints of all sash/glazing units – as required by the Owner. Decision to complete this work shall be at the discretion of the Owner.

3.2 DEFICIENCY REPAIR AND CLEAN UP

.1 Clean-up:

.1 Immediately upon job completion, remove any temporary protection and clean all exposed surface. Surfaces shall be cleaned of debris to the satisfaction of the Consultant. Use proper cleaning products which will not harm any of the surfaces.

.2 Clean interior and exterior work areas of all debris on a daily basis as to provide a safe environment for all staff and visitors on the property.

DIVISION 8 – OPENINGS SECTION 08 80 00 – GLASS AND GLAZING

64 of 140

PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT

GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Open dumpsters shall not be permitted for fire safety. All dumpsters shall be covered to prevent access into the bins during off work hours.

END OF SECTION 08800

DIVISION 8 – OPENINGS SECTION 08 80 00 – GLASS AND GLAZING

65 of 140 TELSTORM Corp. │ 406-3100 Steeles Ave W. │ Vaughan, Ontario │ L4K 3R1 T 905 760 7646 │ F 905 760 7663 │ www.telstorm.com

CLIENT:

GENERAL NOTES

1. ALL NOTES HEREIN REFERRING TO 'CONTRACTOR' ARE TO MEAN THE GENERAL CONTRACTOR & SUB-CONTRACTORS.

2. DRAWINGS ARE NOT TO BE SCALED. CONTRACTOR TO REFERENCE DIMENSIONS GIVEN ON DRAWINGS.

3. ALL THE WORK SHALL BE CARRIED OUT IN ACCORDANCE WITH THE LATEST EDITION OF THE ONTARIO BUILDING CODE, SUB-CONSULTANTS: THE OCCUPATIONAL HEALTH & SAFETY ACT & REGULATIONS FOR CONSTRUCTION PROJECTS, CONSTRUCTION SAFETY ACT, REGULATIONS OF THE ONTARIO DEPARTMENT OF LABOUR & THE CANADIAN CONSTRUCTION SAFETY CODE, INCLUDING ALL CURRENT REVISIONS & WITH GOOD CONSTRUCTION PRACTICE.

4. THE CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY ALL DIMENSIONS & SITE CONDITIONS, COMPARE WITH THOSE INDICATED ON THE DRAWINGS & ADVISE THE DESIGNER OF ANY DISCREPANCY. COMMENCEMENT OF WORK SHALL BE DEEMED AS ACCEPTANCE OF SITE CONDITIONS BY CONTRACTOR.

5. DISCREPANCIES IDENTIFIED AFTER COMMENCEMENT OF THE WORK SHALL BE RECTIFIED AT THE EXPENSE OF THE CONTRACTOR & TO THE SATISFACTION OF THE DESIGNER.

6. CONTRACTOR SHALL PROTECT FROM DAMAGE ALL EXISTING STRUCTURES, FINISHES, EQUIPMENT & PROPERTIES ADJACENT THE AREAS OF WORK. ALL DISTURBED AREAS, DAMAGED PROPERTIES AND/OR STRUCTURES SHALL BE RESTORED TO ORIGINAL CONDITION AT THE EXPENSE OF THE CONTRACTOR & TO THE SATISFACTION OF THE DESIGNER AND/OR OWNER.

7. ALL SERVICES ARE TO BE ACCURATELY LOCATED PRIOR TO CONSTRUCTION & ADEQUATE PROTECTION PROVIDED AT ALL TIMES. ANY INTERFERENCE TO EXISTING SERVICES OR UTILITIES WITH THE PROPOSED CONSTRUCTION OPERATIONS IS TO BE REPORTED TO THE DESIGNER PRIOR TO THE CONTINUATION OF CONSTRUCTION.

8. ALL DEMOLITION WORK, SAWING, GRINDING, OR SANDING WHICH MAY CAUSE DUST, EXCESSIVE NOISE LEVELS AND/OR INTERFERE WITH NORMAL BUSINESS OPERATIONS SHALL BE UNDERTAKEN AFTER HOURS AND/OR WEEKEND HOURS.

9. REFER TO SPECIFICATIONS, GENERAL CONDITIONS & REQUIREMENTS FOR ADDITIONAL WORK PROVISIONS.

10. ALL MATERIALS INDICATED ON THE DRAWINGS ARE NEW UNLESS NOTED OTHERWISE.

11. THE CONSTRUCTION SCOPE OF WORK SHOWN ON THESE DRAWINGS HAS BEEN DESIGNED IN ACCORDANCE WITH ALL REQUIRED CURRENT BUILDING CODES & REGULATIONS IN THE MUNICIPALITY IN WHICH THE CONSTRUCTION IS TO OCCUR.

12. CONTRACTOR TO FOLLOW ALL MANUFACTURER'S INSTRUCTIONS & SPECIFICATIONS FOR MATERIALS USED TO CARRY OUT THE WORK.

13. ALL REPAIR WORK REQUIRED BY THE CONTRACTOR DUE TO THE WORK PERFORMED SHALL BE TO MATCH THE ORIGINAL CONDITION, ADJACENT MATERIALS/FINISH OR BETTER.

14. THROUGHOUT THE ENTIRE CONSTRUCTION PERIOD PROPER & SAFE MEANS OF EGRESS SHALL BE PROVIDED FROM ALL ZONES OF THE BUILDING AT ALL TIMES TO THE APPROVAL OF THE AUTHORITIES HAVING JURISDICTION.

15. ALL MATERIALS & DEBRIS TO BE DISPOSED OF SHALL BE REMOVED FROM THE SITE DAILY & DISPOSED OF LEGALLY IN ABIDANCE TO ALL APPLICABLE FEDERAL, PROVINCIAL & LOCAL CODES & REGULATIONS.

16. ELEMENTS OF THE BASE BUILDING, SUCH AS (BUT NOT LIMITED TO), LIGHT FIXTURES, SPEAKERS, ETC. REMAIN THE PROPERTY OF & SHALL BE TURNED OVER TO OWNER & STORED WHERE DIRECTED BY THE OWNER UNLESS SCHEDULED FOR REUSE AND/OR SHOWN TO BE REMOVED & RELOCATED UNDER THIS SCOPE OF WORK.

17. CONTRACTOR TO PROTECT EXISTING AREAS TO PREVENT DUST, DEBRIS & OTHER REFUSE FROM ENTERING OTHER AREAS DURING DEMOLITION. PROVIDE DUST BARRIER AROUND ALL AREAS UNDER CONSTRUCTION.

18. CONTRACTOR TO PROVIDE 48 HOURS NOTICE FOR INSPECTION.

19. WHERE NEW WORK CONNECTS WITH EXISTING & WHERE EXISTING WORK IS ALTERED, ALL NECESSARY CUTTING & FITTING REQUIRED TO MAKE SATISFACTORY CONNECTIONS WITH THE EXISTING WORK SHALL BE PERFORMED BY THE CONTRACTOR.

20. DRAWINGS ARE IN PART SCHEMATIC & ARE INTENDED TO CONVEY THE SCOPE OF WORK & TO INDICATE THE GENERAL & WINDOW SCHEDULE APPROXIMATE LOCATION & ARRANGEMENT OF THE WORK. OBTAIN ACCURATE INFORMATION ABOUT LOCATION TYPE WIDTH HEIGHT AMOUNT HEADER/SILL DETAIL JAMB DETAIL ARRANGEMENT & SIZES BY COORDINATING DRAWINGS WITH THE SITE CONDITIONS. W1 2'-8" 6'-1" 26 01/A.401 01/A.402 21. PLANS OF EXISTING CONDITIONS ARE PROVIDED FOR INFORMATION ONLY & MUST BE VERIFIED BY THE CONTRACTOR. W1A 2'-8" 8'-9" 19 02/A.401 02/A.402 22. CONTRACTOR SHALL SUBMIT FOR APPROVAL, PROPOSED METHOD OF ACCESS TO SITE &BUILDING, STORAGE OF W2 4'-7 1/2" 4'-0 1/2" 1 03/A.401 01/A.402 MATERIALS & LOCATION OF GARBAGE BINS, PORTABLE TOILETS, & SITE TRAILERS BEFORE STARTING SCOPE OF WORK. W3 7'-11" 6'-1" 2 02/A.401 03/A.402 23. CONTRACTOR TO MAINTAIN A LIST OF ALL HAZARDOUS MATERIALS PROPOSED FOR USE ON SITE OR WORKPLACE.

24. SMOKING ON SITE IS NOT PERMITTED EXCEPT IN AREAS DESIGNATED BY THE OWNER.

25. NOTE THAT THE PREMISES MAY OR MAY NOT BE OCCUPIED DURING CONSTRUCTION, THEREFORE IT IS ESSENTIAL THAT UNIMPEDED ACCESS TO THE EXISTING BUILDING BE MAINTAINED AT ALL TIMES.

26. CONTRACTOR SHALL PROVIDE & MAINTAIN SANITARY PORTABLE TOILETS FOR THE DURATION OF CONSTRUCTION FOR THE USE OF THE CONSTRUCTION PERSONNEL (UNLESS OTHERWISE PROVIDED BY THE OWNER.

27. CONTRACTOR SHALL ARRANGE WITH THE OWNER FOR USE OF EXISTING ELECTRICAL SERVICE, TO THE EXTENT THAT THERE IS SUFFICIENT CAPACITY, TO AVOID OVERLOADING OF CIRCUITS.

28. WHERE CAPACITY IS INSUFFICIENT, CONTRACTOR IS TO PROVIDE TEMPORARY ELECTRICAL SERVICE.

29. CLEANING OF THE EXTERIOR CONSTRUCTION AREAS SHALL INCLUDE BUT NOT BE LIMITED TO: -THE REMOVAL OF RUBBISH AND/OR OTHER UNSIGHTLY MATERIAL OR DEBRIS. N.I.C. -THE REMOVAL OF DUST AND/OR OTHER DEBRIS BY BRUSHING, SWEEPING AND/OR OTHER SUITABLE METHODS.

30. FINAL CLEANING OF ALL AREAS AFFECTED BY THE CONSTRUCTION SHALL INCLUDE BUT NOT BE LIMITED TO VACUUMING, WASHING & POLISHING OF FLOORS, CLEANING OF GLASS SURFACES & OTHER MEASURES DEEMED NECESSARY BY THE OWNER. 02 21.02.24 ISSUED FOR QUOTE 01 20.11.20 ISSUED FOR QUOTE 31. A LIST OF ALL CONTRACTOR & SUB-CONTRACTOR PERSONNEL ON SITE MUST BE FORWARDED TO THE OWNER PRIOR TO NO DATE ISSUANCE THE COMMENCEMENT OF WORK. THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. DO NOT SCALE THIS DRAWING. 32. THE CONTRACTOR SHALL SUBMIT THE FOLLOWING FOR REVIEW & APPROVAL PRIOR TO THE COMMENCEMENT OF REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. WORK: DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT THE -DETAILED BAR GRAPH FORMAT WORK SCHEDULE CONTRACTOR'S EXPENSE. -SAMPLES OF ALL SPECIFIED MATERIALS SEAL: -SHOP DRAWINGS & PRODUCT DATA

33. GENERAL CONTRACTOR TO BECOME FAMILIAR WITH ALL SITE CONDITIONS AFFECTING TENANT CONSTRUCTION PRIOR TO PRICING, ANY ELEMENTS IN CONFLICT WITH THE WORKING DRAWINGS TO BE VERIFIED WITH THE DESIGNER.

34. CONTRACTOR TO EXAMINE ALL SITE CONDITIONS PRIOR TO ANY CONSTRUCTION ACTIVITIES TAKING PLACE. THE CONTRACTOR IS TO NOTIFY THE CONSULTANT OF ANY DISCREPANCIES, OMISSIONS, OR CHANGES IN SITE CONDITIONS PRIOR TO PROCEEDING WITH THE WORK.

35. REFER TO DRAWING SPECIFIC NOTES FOR WORK REQUIRED.

36. FEATURES OF CONSTRUCTION NOT FULLY SHOWN ARE OF THE SAME CHARACTER AS THOSE NOTED FOR SIMILAR CONDITIONS. N.I.C. GORDON GRAYDON SR. PUBLIC SCHOOL 37. CONTRACTOR IS RESPONSIBLE FOR UNDERSTANDING REQUIREMENTS AND INTENT OF ALL WORK STATED ON DRAWING, RUTHERFORD RD N VODDEN ST E CLIENT: AND TO CONFIRM FIELD CONDITIONS PRIOR TO START OF WORK. CONTACT DESIGNER WITH ANY QUESTIONS. NO PEEL DISTRICT SCHOOL BOARD ALLOWANCE SHALL BE MADE FOR EXTRA COSTS AS A RESULT OF SITE CONDITIONS NOT VERIFIED DURING QUOTATION N GORDON GRAYDON SCHOOL PERIOD. DRAWING: GENERAL NOTES SITE SPECIFIC NOTES ADDRESS: 170 RUTHERFORD RD N 1. TEMPORARILY REMOVE AND REINSTATE ALL EXISTING BLINDS/SHADING DEVICES IN ORDER TO COMPLETE THE WINDOW BRAMPTON, ONTARIO REPLACEMENT WORK.

2. ALL MISCELLANEOUS FIXTURES FOUND ATTACHED TO THE EXISTING WINDOWS, HEADERS OR SILLS SHALL BE RETURNED TO CLIENT #: N/A THE SCHOOL OR DISPOSED OF AS DIRECTED BY THE SCHOOL. TELSTORM #: 1203004.16 SCALE: AS NOTED 3. CONTRACTOR IS RESPONSIBLE TO TEMPORARILY REMOVE AND REINSTATE ANY EXISTING FURNITURE OBSTRUCTING THE CHECK BY: MF WORK AFFECTED AREAS. CONTRACTOR IS TO COORDINATE WITH FACILITIES AND/OR PROJECT MANGER. DRAWN BY: LC 01 SITE PLAN A.001 NTS 66 of 140A.001 TELSTORM Corp. │ 406-3100 Steeles Ave W. │ Vaughan, Ontario │ L4K 3R1 T 905 760 7646 │ F 905 760 7663 │ www.telstorm.com

CLIENT:

SUB-CONSULTANTS:

N.I.C.

W1

W1 W1 W1 W1 W1 W1 W1

W1

W1

W1

W1

W2 02 21.02.24 ISSUED FOR QUOTE 01 20.11.20 ISSUED FOR QUOTE NO DATE ISSUANCE THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. DO NOT SCALE THIS DRAWING. REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT THE CONTRACTOR'S EXPENSE.

SEAL:

N.I.C.

W1 W1 W1 W1 W1 CLIENT: PEEL DISTRICT SCHOOL BOARD GORDON GRAYDON SCHOOL DRAWING: FLOOR PLAN W1 W1 W1 W1 W1 W1 W1 W1 W1 ADDRESS: 170 RUTHERFORD RD N BRAMPTON, ONTARIO

CLIENT #: N/A TELSTORM #: 1203004.16 SCALE: AS NOTED CHECK BY: MF DRAWN BY: LC 01 FIRST FLOOR PLAN A.201 Scale 1/16" = 1'-0" 67 of 140A.201 TELSTORM Corp. │ 406-3100 Steeles Ave W. │ Vaughan, Ontario │ L4K 3R1 T 905 760 7646 │ F 905 760 7663 │ www.telstorm.com

CLIENT:

SUB-CONSULTANTS:

N.I.C.

W1A W1A W1A W1A W1A W1A

W1A

W1A

W1A

W1A 02 21.02.24 ISSUED FOR QUOTE 01 20.11.20 ISSUED FOR QUOTE NO DATE ISSUANCE THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. DO NOT SCALE THIS DRAWING. REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT THE CONTRACTOR'S EXPENSE.

SEAL:

N.I.C.

W3

W1A CLIENT: PEEL DISTRICT SCHOOL BOARD W3 GORDON GRAYDON SCHOOL DRAWING: FLOOR PLAN W1A W1A W1A W1A W1A W1A W1A W1A ADDRESS: 170 RUTHERFORD RD N BRAMPTON, ONTARIO

CLIENT #: N/A TELSTORM #: 1203004.16 SCALE: AS NOTED CHECK BY: MF DRAWN BY: LC 01 SECOND FLOOR PLAN A.202 Scale 1/16" = 1'-0" 68 of 140A.202 TELSTORM Corp. │ 406-3100 Steeles Ave W. │ Vaughan, Ontario │ L4K 3R1 T 905 760 7646 │ F 905 760 7663 │ www.telstorm.com

CLIENT:

SUB-CONSULTANTS:

02 21.02.24 ISSUED FOR QUOTE 01 20.11.20 ISSUED FOR QUOTE 2'-8" 2'-8" NO DATE ISSUANCE THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. DO NOT SCALE THIS DRAWING. REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT 7'-11" FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT THE 3'-11 1/2" 3'-11 1/2" CONTRACTOR'S EXPENSE. FIXED INSULATED GLAZING UNIT FIXED INSULATED GLAZING UNIT SEAL: 3'-1" 4'-7 1/2" 3'-1"

ALUMINUM FRAME ALUMINUM FRAME FIXED INSULATED GLAZING UNIT 3'-1" 6'-1" FIXED INSULATED GLAZING UNIT

ALUMINUM FRAME 2'-0 1/2" 8'-9" 6'-1" 3'-0" 3'-0" INSULATED OPERABLE UNIT INSULATED OPERABLE UNIT 4'-0 1/2" ALUMINUM FRAME

2'-0" INSULATED OPERABLE UNIT CLIENT: PEEL DISTRICT SCHOOL BOARD 3'-0" INSULATED OPERABLE UNIT GORDON GRAYDON SCHOOL DRAWING: NEW INSULATED SPANDREL NEW EXTERIOR FACE BRICK INFILL WINDOW ELEVATIONS PANEL WITH 0186 WHITE COMPLETE WITH 2" RIGID INSULATION, ADDRESS: 2'-8" 2'-8" OPACI-COAT 1" AIR SPACE AND WEEP HOLES AT 170 RUTHERFORD RD N THE BASE. PROVIDE CAULKING WITH BRAMPTON, ONTARIO BACKER ROD AT THE JUNCTION BETWEEN THE NEW BRICK AND EXISTING CONCRETE FACADE. CLIENT #: N/A TELSTORM #: 1203004.16 SCALE: AS NOTED CHECK BY: MF DRAWN BY: LC 04 ELEVATION: W3 03 ELEVATION: W2 02 ELEVATION: W1A 01 ELEVATION: W1 A.301 Scale 1/2" = 1'-0" A.301 Scale 1/2" = 1'-0" A.301 Scale 1/2" = 1'-0" A.301 Scale 1/2" = 1'-0" 69 of 140A.301 A.401 03 WINDOW HEADER SILL DETAIL: W2 Scale 3" = 1'-0"

INT. jh jh

EXT. 1" BRONZE TO MATCH EXISTING. BLOCK BLOCK WALL WHERE AFFECTED BY THE BLOCK EXISTING CONCRETE FACADE EDGE. COLOUR APPROVED TO BE NEW METAL FLASHING WITH 1" DRIP PATCH AND REPAIR EXISTING CONCRETE NEW SHIM PRIME EXISTING LINTEL EXISTING CONCRETE FACADE EXISTING CONCRETE BLOCK WALL INSULATED OPERABLE UNIT INSULATED GLAZING UNIT MATCH EXISTING. WINDOW REPLACEMENT WORK TO ANCHOR INTO EXISTING CONCRETE ANCHOR INTO EXISTING CONCRETE APPLY RUSTPROOF COATING AND AROUND INTERIOR AND EXTERIOR (TYP.) SEALANT AND BACKER ROD ALL A.401 02 WINDOW HEADER SILL DETAIL: W1A, W3 Scale 3" = 1'-0" INT.

jh

1"

jh jh

EXT. 1" EMBED THE FLASHING NEW METAL FLASHING. CUT 1" REGLET NEW INSULATED SPANDREL PANEL WITH FROM THE INTERIOR OR EXTERIOR. NEW SELF-ADHERED AIR/VAPOUR BLOCK BLOCK WALL WHERE AFFECTED BY THE PATCH AND REPAIR EXISTING CONCRETE BLOCK NEW SHIM BACKER ROD AND INSULATION ALL EXISTING METAL FLASHING EXISTING METAL SIDING EXISTING CONCRETE BLOCK WALL INTO EXISTING CONCRETE BLOCK TO INSULATED OPERABLE UNIT INSULATED GLAZING UNIT MEMBRANE. TIE INTO NEW WINDOW SYSTEM MATCH EXISTING. WINDOW REPLACEMENT WORK TO 0186 WHITE OPACI-COAT ANCHOR INTO EXISTING Z GIRT AROUND INTERIOR AND EXTERIOR (TYP.) AND ENSURE THE MEMBRANE IS NOT VISIBLE ANCHOR INTO EXISTING CONCRETE ANCHOR INTO EXISTING CONCRETE AROUND SEALANT AND BACKER ROD ALL A.401 01 WINDOW HEADER SILL DETAIL: W1 Scale 3" = 1'-0" INT.

1"

h j jh

EXT. 1" FLASHING EXISTING CONCRETE BLOCK TO EMBED THE NEW METAL FLASHING. CUT 1" REGLET INTO PROTECTIVE COVERS AT THE BASE OF PROVIDE NEW WEEP HOLES COMPLETE WITH FROM THE INTERIOR OR EXTERIOR. NEW SELF-ADHERED AIR/VAPOUR NEW BRICK TIES COMPLETE WITH THERMAL BRICK APPROVED TO BE RED MATCH THE EXISTING CONCRETE FACADE. COLOUR OF NEW EXTERIOR BRICK VENEER WITH 1" AIR BRONZE TO MATCH EXISTING. EDGE. COLOUR APPROVED TO BE NEW METAL FLASHING WITH 1" DRIP BLOCK BLOCK WALL WHERE AFFECTED BY THE PATCH AND REPAIR EXISTING CONCRETE BLOCK NEW SHIM PRIME EXISTING LINTEL EXISTING CONCRETE FACADE OR METAL EXISTING CONCRETE BLOCK WALL INSULATED OPERABLE UNIT INSULATED GLAZING UNIT MEMBRANE. TIE INTO NEW WINDOW SYSTEM CAULKING WITH BACKER ROD AT THE CREATE A CONCAVE SHAPE. PROVIDE MATCH EXISTING. WALL. WASHERS WINDOW REPLACEMENT WORK TO JUNCTION BETWEEN THE NEW BRICK AND AND ENSURE THE MEMBRANE IS NOT VISIBLE ANCHOR INTO EXISTING CONCRETE ANCHOR INTO EXISTING CONCRETE APPLY RUSTPROOF COATING AND AROUND INTERIOR AND EXTERIOR (TYP.) SOUTH WING'S FACADE. SPACE. RAKE MORTAR JOINTS SMOOTH TO SEALANT AND BACKER ROD ALL SIDING DEPENDING ON ELEVATION DRAWING: CLIENT: ADDRESS: SEAL: SUB-CONSULTANTS: NO CLIENT: DRAWN BY: REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. DO NOT SCALE THIS DRAWING. CHECK BY: 01 02 CLIENT #: CONTRACTOR'S EXPENSE. SCALE: TELSTORM #: THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, WINDOW DETAILS GORDON GRAYDON SCHOOL PEEL DISTRICT SCHOOL BOARD BRAMPTON, ONTARIO 170 RUTHERFORD RD N TELSTORM Corp. │ 406-3100 Steeles Ave W. Vaughan, Ontario L4K 3R1 DATE 20.11.20 21.02.24 T 905 760 7646 │ F 7663 www.telstorm.com MF 1203004.16 LC N/A AS NOTED ISSUED FOR QUOTE ISSUED FOR QUOTE ISSUANCE 70 of 140 A.401 A.402 02 CAULKING ALL AROUND (TYP.) ANCHOR INTO EXISTING WINDOW HEADER JAMB DETAIL: W1A Scale 3" = 1'-0" CONCRETE BLOCK

EXISTING CONCRETE BLOCK WALL jh EXT. INT.

jh INSULATED GLAZING UNIT ALUMINUM FRAME NEW METAL SILL FLASHING EXISTING METAL SIDING A.402 A.402 01 03 ANCHOR INTO EXISTING CONCRETE CAULKING ALL AROUND (TYP.) EXISTING CONCRETE BLOCK WALL CAULKING ALL AROUND (TYP.) ANCHOR INTO EXISTING WINDOW HEADER JAMB DETAIL: W1, W2 WINDOW HEADER JAMB DETAIL: W3 Scale 3" = 1'-0" Scale 3" = 1'-0" NEW METAL SILL FLASHING INSULATED GLAZING UNIT EXISTING CONCRETE BLOCK WALL CONCRETE BLOCK ALUMINUM FRAME BLOCK

DRYWALL WHERE AFFECTED BY THE

jh j h WINDOW REPLACEMENT WORK PATCH AND REPAIR EXISTING EXISTING METAL SIDING EXT. EXT. INT. INT.

jh

jh NEW METAL SILL FLASHING EXISTING CONCRETE FACADE PATCH, PAINT AND REPAIR INSULATED GLAZING UNIT ALUMINUM FRAME SURROUNDING MASONRY WALL DRAWING: CLIENT: ADDRESS: SEAL: SUB-CONSULTANTS: NO CLIENT: DRAWN BY: REPORT INCONSISTENCIES AND OMISSIONS TO THE CONSULTANT REPRODUCED OR REVISED WITHOUT WRITTEN PERMISSION. FROM THE CONSULTANT ARE SUBJECT TO CORRECTION AT DEVIATIONS FROM THE DOCUMENTS WITHOUT WRITTEN APPROVAL FOR CLARIFICATION BEFORE COMMENCING WITH THE WORK. DO NOT SCALE THIS DRAWING. CHECK BY: 01 02 CLIENT #: CONTRACTOR'S EXPENSE. SCALE: TELSTORM #: THIS DRAWING IS COPYRIGHTED AND MUST NOT BE USED, WINDOW DETAILS GORDON GRAYDON SCHOOL PEEL DISTRICT SCHOOL BOARD BRAMPTON, ONTARIO 170 RUTHERFORD RD N TELSTORM Corp. │ 406-3100 Steeles Ave W. Vaughan, Ontario L4K 3R1 DATE 21.02.24 20.11.20 T 905 760 7646 │ F 7663 www.telstorm.com MF 1203004.16 LC N/A AS NOTED ISSUED FOR QUOTE ISSUED FOR QUOTE ISSUANCE 71 of 140 A.402 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL 170 RUTHERFORD ROAD NORTH, BRAMPTON

APPENDIX A

PDSB CONTRACTOR SUBMITTAL REQUIREMENT

72 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 1 170 RUTHERFORD ROAD NORTH, BRAMPTON

SUBMITTAL PROCEDURES

1 ADMINISTRATIVE .1 Submit to Consultant submittals listed for review. Submit all required submittals within 10 days of the execution of contract, in orderly sequence to not cause delay in Work. Failure to submit in ample time is not considered sufficient reason for extension of project Time and no claim for extension by reason of such default will be allowed. .2 Do not proceed with Work affected by submittal until review is complete. .3 Present shop drawings, product data, samples and mock-ups in SI Metric units. .4 Where items or information is not produced in SI Metric units converted values are acceptable. .5 Review submittals prior to submission to Consultant. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and co-ordinated with requirements of Work and Bid Documents. Submittals not stamped, signed, dated and identified as to specific project will be returned without being examined and considered rejected. .6 Notify the Consultant, in writing at time of submission, identifying deviations from requirements of Bid Documents stating reasons for deviations. .7 Verify field measurements and affected adjacent Work is co-ordinated. .8 Contractor's responsibility for errors and omissions in submission is not relieved by the Consultant's review of submittals. .9 Contractor's responsibility for deviations in submission from requirements of the Bid Documents is not relieved by Consultants review. .10 Keep one reviewed copy of each submission on site. 2 SHOP DRAWINGS AND PRODUCT DATA .1 The term "shop drawings" means drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are to be provided by Contractor to illustrate details of a portion of Work. .2 Submit drawings stamped and signed by professional engineer registered or licensed in the province of Work. .3 Indicate materials, methods of construction and attachment or anchorage, erection diagrams, connections, explanatory notes and other information necessary for completion of Work. Where articles or equipment attach or connect to other articles or equipment, indicate that such items have been co- ordinated, regardless of Section under which adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications. .4 Allow two days for Consultant's review of each submission. .5 Adjustments made on shop drawings by the Consultant are not intended to change quoted Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with the Work. .6 Make changes in shop drawings as the Consultant may require, consistent with the Bid Documents. When resubmitting, notify the Consultant in writing of revisions other than those requested. .7 Accompany submissions with transmittal letter, in duplicate, containing: .1 Date. .2 Project title and number.

73 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 2 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Contractor's name and address. .4 Identification and quantity of each shop drawing, product data and sample. .5 Other pertinent data. .8 Submissions include: .1 Date and revision dates. .2 Project title and number. .3 Name and address of: .1 Subcontractor. .2 Supplier. .3 Manufacturer. .4 Contractor's stamp, signed by Contractor's authorized representative certifying approval of submissions, verification of field measurements and compliance with the Bid Documents. .5 Details of appropriate portions of Work as applicable: .1 Fabrication. .2 Layout, showing dimensions, including identified field dimensions, and clearances. .3 Setting or erection details. .4 Capacities. .5 Performance characteristics. .6 Standards. .7 Operating weight. .8 Wiring diagrams. .9 Single line and schematic diagrams. .10 Relationship to adjacent work. .9 After Consultant's review, distribute copies. .10 Submit electronic copy of shop drawings for each requirement requested and as the Consultant may reasonably request. .11 Submit electronic copies of product data sheets or brochures for requirements requested in specification Sections and as requested by the Consultant where shop drawings will not be prepared due to standardized manufacture of product. .12 Submit electronic copies of test reports for requirements requested in specification Sections and as requested by the Consultant. .13 Report signed by authorized official of testing laboratory that material, product or system identical to material, product or system to be provided has been tested in accord with specified requirements. .14 Testing must have been within 3 years of date of project award. .15 Submit electronic copies of certificates for requirements requested in specification Sections and as requested by the Consultant.

74 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 3 170 RUTHERFORD ROAD NORTH, BRAMPTON

.16 Statements printed on manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or material attesting that product, system or material meets specification requirements. .17 Certificates must be dated after award of project complete with project name. .18 Submit electronic copies of manufacturer’s instructions for requirements requested in specification Sections and as requested by the Consultant. .19 Pre-printed material describing installation of product, system or material, including special notices and Material Safety Data Sheets concerning impedances, hazards and safety precautions. .20 Submit electronic copies of Manufacturer's Field Reports for requirements requested in specification Sections and as requested by the Consultant. .21 Documentation of the testing and verification actions taken by manufacturer's representative to confirm compliance with manufacturer's standards or instructions. .22 Submit 3 hard copies and electronic copies of Operation and Maintenance Data for requirements requested in specification Sections and as requested by the Consultant. .23 Supplement standard information to provide details applicable to project. .24 If upon review by the Consultant, no errors or omissions are discovered or if only minor corrections are made, copies will be returned and fabrication and installation of Work may proceed. If shop drawings are rejected, noted copy will be returned and resubmission of corrected shop drawings, through same procedure indicated above, must be performed before fabrication and installation of Work may proceed. .25 Without restricting generality of foregoing, Contractor is responsible for dimensions to be confirmed and correlated at job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for co-ordination of Work of sub-trades. 3 SAMPLES .1 Submit for review samples in duplicate as requested in respective specification Sections. Label samples with origin and intended use. .2 Deliver samples prepaid to Consultant's business address. .3 Notify the Consultant in writing, at time of submission of deviations in samples from requirements of the Bid Documents. .4 Where colour, pattern or texture is criterion, submit full range of samples. .5 Adjustments made on samples by the Consultant are not intended to change quoted Price. If adjustments affect value of Work, state such in writing to the Consultant prior to proceeding with Work. .6 Make changes in samples which the Consultant may require, consistent with the Bid Documents. .7 Reviewed and accepted samples will become standard of workmanship and material against which installed Work will be verified. 4 MOCK-UPS .1 Provide Shop Drawings and testing reports for the windows promptly after project award. After approval of all submittals, manufacturing and installation shall begin immediately upon approval of engineered shop drawings and mock-up. .2 At the location selected by PDSB, complete a full window installation and coordinate water testing of mock-up assembly on site with PDSB. See Section 08 52 00 for more details regarding the windows for the mock-up.

75 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 4 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Aluminum Windows .1 Provide the Consultant with test results from an accredited CSA testing company confirming that the individual window units being manufactured and installed for the project meet or surpass the specified criteria in CAN/CSA-A440-00 (and all latest amendments), two weeks prior to fabrication. The test results shall include data for all of the fixed, awning, aluminum spandrel panels and combination windows indicated in the drawing details and windows specific to the project (includes all combination windows). Provide further test results for any window units which are more than 25 % larger than the originally tested units. If test results are not available for a particular configuration or combination or composite window, and providing that the individual component window units meet specified CAN/CSA-A440-00 criteria, submit further test results from a Professional Engineer (practicing in the Province of Ontario) confirming that the mullions separating the individual window units meet or exceed the wind load requirements specified in CAN/CSA-A440-00 and all air (A) and water (B) performance levels as specified. Costs of such tests shall be borne by the contractor. .4 Provide engineered layout shop drawings for review and approval by the Owner or Owner representative prior to the manufacturing of the project windows. Obtain review and acceptance of engineered stamped shop drawings before assembly of window units. All fastening patterns, embedment depths of fasteners, types of fasteners, substrate conditions, shall be clearly shown on the shop drawings. Supply a minimum of five (5) duplicate shop drawings for review and approval. Indicate with plans, sections, elevations and sufficient full size details to indicate all components and methods of assembly, materials, and their characteristics relative to their purpose, and all other fabrication information. Identify and describe all material types and components being supplied, their Manufacturers, wall thickness of extrusions, and shapes including all connections and grades, attachments, reinforcing, anchorage, location(s) of fastenings, seal of framing and applicable fasteners and provisions for thermal and structural movement between components of this Section and adjacent materials. Show paths of drainage and venting. Include description of materials, metal finishing specifications and all other pertinent information. The design engineer shall stamp each shop drawing (sheet). At the end of the project, contractor shall provide the Peel District School Board with five (5) duplicate copies of final record/reviewed shop drawings. .5 After award of work and prior to start of general installation, install a mock-up of all typical windows for review by the Consultant and the Owner. The mock-up shall include all hardware, perimeter seals and interface details. The full-size window mock-up (1 unit) for pre-approval by the PDSB and Consultant. Mock-up should be a representation of the majority of windows scheduled for replacement, with the final choice made by PDSB. Mock-up should be installed on site for approval prior to window manufacturing. Mock-up to be complete and identical in every aspect and shall be representative of the work for the remainder of the project. Changes may be required in the installation of the windows (including the position and number of anchors required) to accommodate site conditions. The mock-up will be used as a reference for the quality of the work to be expected for the duration of the project. Mock-up shall be the installed by same installers who will perform the general installation.

76 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 5 170 RUTHERFORD ROAD NORTH, BRAMPTON

The engineer preparing the shop drawings shall be present for the duration of the mock-up. Arrange for the Consultant and Owner to be present during installation to view components which may become concealed as installation proceeds (i.e. structural anchorage, perimeter polyurethane foam insulation, etc.). Complete air and water leakage testing of the completed mock-up. Prior to receiving approval the mock-up must meet the specified CAN/CSA-A440-00 criteria. The mock-ups shall be 100% complete and approved by Owner and Consultant prior to proceeding with general fabrication and installation. .6 After installation of the window units, contractor shall supply a service manual and instructions for routine maintenance, (i.e. cleaning, operations etc.). Supply two (2) copies of each. CLOSEOUT SUBMITTALS

5 ADMINISTRATIVE REQUIREMENTS .1 Pre-warranty Meeting: .1 Convene meeting one week prior to completion of the work with contractor's representative and the Consultant to: .1 Verify Project requirements. .2 Review manufacturer's installation instructions and warranty requirements. .2 The Consultant to establish communication procedures for: .1 Notifying construction warranty defects. .2 Determine priorities for type of defects. .3 Determine reasonable response time. .3 Contact information for bonded and licensed company for warranty work action: provide name, telephone number and address of company authorized for construction warranty work action. .4 Ensure contact is located within local service area of warranted construction, is continuously available, and is responsive to inquiries for warranty work action. 6 ACTION AND INFORMATIONAL SUBMITTALS .1 Two weeks prior to Substantial Performance of the Work, submit to the Consultant three final copies of operating and maintenance manuals. .2 Provide spare parts, maintenance materials and special tools of same quality and manufacture as products provided in Work. .3 Provide evidence, if requested, for type, source and quality of products supplied. 7 FORMAT .1 Organize data as instructional electronic manual. .2 Create electronic directories to correlate data into related consistent groupings. .1 Identify contents of each directory with directory title. .3 Name the root directory for the project 'Project Record Documents'; list title of project and identify subject matter of contents by Address, School Name and Project (e.g., “6770 Edenwood Drive- Edenwood.PS.-Window Replacement”).

77 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 6 170 RUTHERFORD ROAD NORTH, BRAMPTON

.4 Arrange content by systems, under Section numbers and sequence of electronic directory. .5 Documents shall be in PDF format. .6 Photos to be in JPG format. .7 Drawings to be provided 1:1 scaled CAD files in dwg format. 8 CONTENTS - PROJECT RECORD DOCUMENTS .1 Table of Contents will be formed from the electronic directories: provide title of project; .1 Date of submission; names. .2 Addresses and telephone numbers of Consultant and Contractor with name of responsible parties. .3 Schedule of products and systems, indexed to content of volume. .2 For each product or system: .1 List names, addresses and telephone numbers of subcontractors and suppliers, including local source of supplies and replacement parts. .3 Product Data: mark each sheet to identify specific products and component parts, and data applicable to installation; delete inapplicable information. .4 Drawings: supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. .5 Typewritten Text: as required to supplement product data. .1 Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. .6 Training: .1 Provide training for systems installed as requested by the Consultant 9 AS -BUILT DOCUMENTS AND SAMPLES .1 Maintain, in addition to requirements in General Conditions, at site for the Consultant one electronic record copy of: .1 Drawings. .2 Specifications. .3 Addenda. .4 Change Orders and other modifications to the Bid Documents. .5 Reviewed shop drawings, product data, and samples. .6 Field test records. .7 Inspection certificates. .8 Manufacturer's certificates. .2 Store record documents and samples in field office apart from documents used for construction. .1 Provide files, racks, and secure storage, where electronic files are not accessible. .3 Label record documents and file in accordance with Section number listings in List of Contents of this Project Manual.

78 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 7 170 RUTHERFORD ROAD NORTH, BRAMPTON

.1 Label each document "PROJECT RECORD" in neat, large, printed letters. .4 Maintain record documents in clean, dry and legible condition. .1 Do not use record documents for construction purposes. .5 Keep record documents and samples available for inspection by the Consultant.

10 RECORDING INFORMATION ON PROJECT RECORD DOCUMENTS .1 Record information on set of black line opaque drawings, and in copy of Project Manual. .2 Use felt tip marking pens, maintaining separate colours for each major system, for recording information. .3 Record information concurrently with construction progress. .1 Do not conceal Work until required information is recorded. .4 Bid Document Drawings and shop drawings: mark each item to record actual construction, including: .1 Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. .2 Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction. .3 Field changes of dimension and detail. .4 Changes made by change orders. .5 Details not on original Bid Document Drawings. .6 References to related shop drawings and modifications. .5 Specifications: mark each item to record actual construction, including: .1 Manufacturer, trade name, and catalogue number of each product actually installed, particularly optional items and substitute items. .2 Changes made by Addenda and change orders. 11 EQUIPMENT AND SYSTEMS .1 For each item of equipment and each system include description of unit or system, and component parts. .1 Give function, normal operation characteristics and limiting conditions. .2 Include performance curves, with engineering data and tests, and complete nomenclature and commercial number of replaceable parts. .2 Panel board circuit directories: provide electrical service characteristics, controls, and communications. .3 Include installed colour coded wiring diagrams. .4 Operating Procedures: include start-up, break-in, and routine normal operating instructions and sequences. .1 Include regulation, control, stopping, shut-down, and emergency instructions. .2 Include summer, winter, and any special operating instructions. .5 Maintenance Requirements: include routine procedures and guide for trouble-shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.

79 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 8 170 RUTHERFORD ROAD NORTH, BRAMPTON

.6 Provide servicing and lubrication schedule, and list of lubricants required. .7 Include manufacturer's printed operation and maintenance instructions. .8 Include sequence of operation by controls manufacturer. .9 Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. .10 Provide installed control diagrams by controls manufacturer. .11 Provide Contractor's co-ordination drawings, with installed colour coded piping diagrams. .12 Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. .13 Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. .14 Include test and balancing reports. .15 Additional requirements: as specified in individual specification sections. 12 MATERIALS AND FINISHES .1 Building products, applied materials, and finishes: include product data, with catalogue number, size, composition, and colour and texture designations. .1 Provide information for re-ordering custom manufactured products. .2 Instructions for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. .3 Moisture-protection and weather-exposed products: include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. .4 Additional requirements: as specified in individual specifications sections. 13 MAINTENANCE MATERIALS .1 Spare Parts: .1 Provide spare parts, in quantities specified in individual specification sections. .2 Provide items of same manufacture and quality as items in Work. .3 Deliver to site; place and store. .4 Receive and catalogue items. .1 Submit inventory listing to the Consultant. .2 Include approved listings in Maintenance Manual. .5 Obtain receipt for delivered products and submit prior to final payment. 14 DELIVERY, STORAGE AND HANDLING .1 Store spare parts, maintenance materials, and special tools in manner to prevent damage or deterioration. .2 Store in original and undamaged condition with manufacturer's seal and labels intact.

80 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 9 170 RUTHERFORD ROAD NORTH, BRAMPTON

.3 Store components subject to damage from weather in weatherproof enclosures. .4 Store paints and freezable materials in a heated and ventilated room. .5 Remove and replace damaged products at own expense and for review by the Consultant. 15 WARRANTIES .1 Assemble approved information in binder, submit upon acceptance of work and organize binder as follows: .1 Separate each warranty with index tab sheets keyed to Table of Contents listing. .2 List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. .3 Obtain warranties, executed in duplicate by subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. .2 Verify that documents are in proper form, contain full information, and are notarized. .3 Co-execute submittals when required. .4 Retain warranties until time specified for submittal. .5 Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Performance is determined. .6 Conduct joint 9 month warranty inspection, measured from time of acceptance, by Owner. .7 Include information contained in warranty management plan as follows: Roles and responsibilities of personnel associated with warranty process, including points of contact and telephone numbers within the organizations of Contractors, subcontractors, manufacturers or suppliers involved. .8 Provide list for each warranted equipment, item, feature of construction or system indicating: .1 Name of item. .2 Model and serial numbers. .3 Location where installed. .4 Name and phone numbers of manufacturers or suppliers. .5 Names, addresses and telephone numbers of sources of spare parts. .9 Warranties and terms of warranty: review applicable sections in these specification documents. Indicate items that have extended warranties and show separate warranty expiration dates. .10 Cross-reference to warranty certificates as applicable. .11 Starting point and duration of warranty period. .12 Summary of maintenance procedures required to continue warranty in force. .13 Cross-Reference to specific pertinent Operation and Maintenance manuals. .14 Organization, names and phone numbers of persons to call for warranty service. .15 Typical response time and repair time expected for various warranted equipment. .16 Procedure and status of tagging of equipment covered by extended warranties.

81 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL PAGE 10 170 RUTHERFORD ROAD NORTH, BRAMPTON

.17 Post copies of instructions near selected pieces of equipment where operation is critical for warranty and/or safety reasons. .18 Respond in timely manner to oral or written notification of required construction warranty repair work. .19 Written verification to follow oral instructions. .20 Failure to respond will be cause for the Owner to proceed with action against Contractor. 16 WARRANTY TAGS .1 Tag, at time of installation, each warranted item. Provide durable, oil and water resistant tag approved by the Consultant. .2 Attach tags with copper wire and spray with waterproof silicone coating. .3 Leave date of acceptance until project is accepted for occupancy. .4 Indicate following information on tag: .1 Type of product/material. .2 Model number. .3 Serial number. .4 Project number. .5 Warranty period. .6 Inspector's signature. .7 Construction Contractor.

END OF SECTION

82 of 140 HAZARDOUS MATERIALS ABATEMENT CONTRACTOR SUBMITTAL REQUIREMENTS

A. CONTRACTOR SUBMITTALS

1. TRAINING CONFIRMATION

In accordance with Designated Substances and Hazardous Building Materials Specification: Successful respondent(s) are required to submit to the Hazardous Materials Consultant the items indicated below within 4 (four) calendar days of request by the Hazardous Materials Consultant.

All training must be facilitated by an experienced person, as per the Occupational Health & Safety Act, and certificates must be issued by the same experienced person. ☐ Training in Type 1 & 2 Asbestos Awareness, Work Procedures, and Care and Use of Respiratory Protection, as per Section 19 of O.Reg. 278/05. The duration of the course shall be a minimum of 8 hours in length. Evidence of training is required for workers performing abatement. Changes in personnel shall be accompanied by certificates reflecting this change.

☐ Training in Type 3 Asbestos Work Procedures (MTCU 253W Certificate), as per Section 19 & 20 of O.Reg. 278/05.

☐ Training in Lead Awareness, Work Procedures and Personal Protective Equipment (PPE) as per the MOL Guideline – Lead on Construction Projects. The duration of the course shall be at least 4 hours in duration.

☐ Training on Mercury Work Procedures, as per Section 25(2)(h) of the Occupational Health & Safety Act The duration of the course shall be up to 4 hours in duration.

☐ Training on Silica Work Procedures, as per the MOL Guideline – Silica on Construction Projects. The duration of the course shall be up to 4 hours in duration.

☐ Training on Level I and Level II Mould Work Procedures and remediation, as per the Section 25(2)(h) of the Occupational Health & Safety Act. The duration of the course shall be a minimum of 8 hours in length. Evidence of training is required for workers performing remediation. Changes in personnel shall be accompanied by certificates reflecting this change.

☐ Training on Level III Mould Work Procedures and remediation, as per the Section 25(2)(h) of the Occupational Health & Safety Act. The duration of the course shall be a minimum of 8 hours in length. Evidence of training is required for workers performing remediation. Changes in personnel shall be accompanied by certificates reflecting this change.

☐ Training on PCB Work Procedures, as per Section 25(2)(h) of the Occupational Health & Safety Act. The duration of the course shall be up to 4 hours in duration.

☐ WHMIS

☐ Working at heights training

☐ Confined Space Entry/Awareness

☐ Asbestos Abatement Supervisors Training Program (MTCU 253S Certificate), as per Section 20 of O.Reg. 278/05.

☐ Basics of Supervising course or evidence of equivalent training or experience.

83 of 140 2. EXPERIENCE Successful respondent(s) are required to submit to the Hazardous Materials Consultant the items indicated below within 4 (four) calendar days of request by the Hazardous Materials Consultant.

☐ Successful Respondent(s) are required to submit 3 project references demonstrating asbestos abatement experience. The examples shall be relevant to the project and describe the nature of the project, year of completion, approximate value, and client contact name and phone number. The project references shall include only crew/sub-contractors to be used on the work by Successful Respondent(s).

3. WASTE HAUL Successful respondent(s) are required to submit to the Hazardous Materials Consultant the items indicated below within 4 (four) calendar days of request by the Hazardous Materials Consultant.

☐ Successful Respondent(s) are required to submit a copy of the company’s Provisional Certificate of Approval Waste Management System Number as issued by the Ontario Ministry of Environment or certificate in the name of the approved waste hauler.

B: ABATEMENT WORK REQUIREMENTS

Prior to commencement and/or during abatement work, the successful respondent(s) shall submit to the Hazardous Materials Consultant as requested:

☐ Proposed work schedule

☐ Proposed project plan meeting the requirements of the specifications

☐ A WHMIS information package containing documentation addressing test results, flammability and fire data and Material Safety Data Sheets (MSDSs) for products, chemicals and materials used on site during the course of the asbestos abatement project

☐ Evidence satisfactory to the Hazardous Materials Consultant that each worker scheduled to work on the project has been fit tested for the appropriate respirator to be used

☐ Dioctyl Phthalate (DOP) test results and performance data for HEPA vacuums

☐ DOP test results and performance data for negative air unit systems

☐ Pressure differential monitoring data – to be submitted on a daily basis

C: MANIFESTS/WAYBILLS/BILLS OF LADING

At completion of abatement work, the successful respondent(s) shall submit to the Hazardous Materials Consultant as indicated:

☐ a copy of the weight scale or waste manifests/waybills/bill of lading, as applicable, for each type of waste to the Hazardous Materials Consultant at the completion of work. The waste manifest/waybills/bill of lading to be submitted with the final invoice. The board shall process payment upon receipt of the above along with the invoice.

84 of 140 PEEL DISTRICT SCHOOL BOARD WINDOW REPLACEMENT GORDON GRAYDON SR. PUBLIC SCHOOL 170 RUTHERFORD ROAD NORTH, BRAMPTON

APPENDIX B

DSS

85 of 140

ASBESTOS ABATEMENT SCOPE AND DETAILS

Peel District School Board Gordon Graydon SeniorPublic School 170 Rutherford Road Brampton, Ontario Window Replacement Project

Presented To:

Telstorm Corp. 406-3100 Steeles Avenue West Vaughan, Ontario L4K 3R1

Prepared By:

ECOH Management Inc. 75 Courtneypark Drive West Mississauga, Ontario L5W 0E3

Project Number: 25881-05

July 20, 2020

86 of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 1 8

LIST OF CONTENTS Page 1. GENERAL ...... 2 1.1 General and Related Work ...... 2 2. SITE CONDITIONS...... 2 2.2 Outline of Work ...... 3 2.3 Supervision ...... 4 2.4 Quality Assurance ...... 5 2.5 Regulations ...... 5 2.6 Notification ...... 6 2.7 Submittals ...... 6 2.8 Waste Transport and Disposal ...... 7

ECOH July87 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 2 8

1. GENERAL

1.1 General and Related Work 1.1.1 All sections of the specifications form a part of the Project Document and shall be read to determine their effect upon the work of this section. 1.1.2 Related Work Specified Elsewhere Division 02, Section 02 82 01 Asbestos Abatement – Type 1 Division 02, Section 02 82 02 Asbestos Abatement – Type 2

Attachments: 1) “Pre-Renovation Designated Substance and Hazardous Material Survey”, ECOH Management Inc., July 20, 2020. 1.1.3 This specification fulfils the requirements of the report required by Designated Substance – Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations, Ontario Regulation 278/05, Section 10. 1.1.4 The Contractor is responsible to verify all materials and measurements for removal and cleaning purposes. Materials, measurements, and quantities provided herein are for reference only. 1.1.5 It is the intent that work performed as per this section will result in the removal and disposal of all asbestos-containing material (ACM) and all materials that have been contaminated by ACM either during or prior to work of this section.

2. SITE CONDITIONS 2.1.1 Asbestos-Containing Materials

2.1.2 Refer to “Pre-Renovation Designated Substance and Hazardous Material Survey”, ECOH Management Inc., July 20, 2020, for site conditions and description of asbestos-containing materials and hazardous materials present in the project area.

Refer to Section 2.2.5 for Asbestos-Containing Materials present in the Project Area, scheduled for disturbance during the renovations.

2.1.3 Lead Containing Materials 2.1.3.1 Lead-based paints may be present throughout the facility. 2.1.3.2 Lead may be present within applications such as vents and pipe flashings.

ECOH July88 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 3 8

2.1.3.3 No other major sources of lead or lead-containing products were found in the project area; however, lead may be present in wiring connectors and electric cable sheathing, and piping and solder joints on piping.

2.1.4 Polychlorinated Biphenyls (PCBs) Polychlorinated biphenyls (PCBs) may be present in applied dried paints, coatings or sealants and adhesives. 2.1.5 Other Hazardous Materials 2.1.5.1 Free crystalline silica, in the form of common construction sand, is present in all concrete and masonry products within the building. 2.1.5.2 Mercury may be present in some paints and adhesives. 2.1.5.3 Paint, adhesives, plastics and fuel residue present throughout the project area may contain trace amounts of Acrylonitrile, Arsenic, Benzene, Ethylene Oxides, Isocyanates, Lead, Mercury and/or Vinyl Chloride Monomer. 2.2 Outline of Work 2.2.1 Co-operate fully with the on-site Environmental Abatement Consultant in confirming work areas and methods to be used in performing work. 2.2.2 Protect all surfaces, building fabric and items not affected by work of this project. 2.2.3 Clean all surfaces of any potentially containing material. 2.2.4 Replace or repair any items damaged during work of this project that will not be subject to renovation. 2.2.5 Asbestos-Containing Materials Asbestos-containing materials were identified within the Library of the Project Area as noted in the attached “Pre-Renovation Designated Substance and Hazardous Material Survey”, ECOH Management Inc., July 20, 2020. The successful contractor is responsible for verifying all quantities and materials on site. 2.2.5.1 Asbestos-Containing Materials – Asbestos Safety Precautions • Regarding the removal or disturbance of Non-Friable Asbestos- Containing materials (i.e. drywall with joint compound); o Type 1 Asbestos Safety Precautions should be utilized for the disturbance or removal of non-friable asbestos-containing materials (i.e. less than one square meter of drywall with joint compound) provided the work is done using non-powered hand-held tools and wetter to control the spread of dust or fibres. o Type 2 Asbestos Safety Precautions should be utilized for the disturbance or removal of non-friable asbestos-containing materials (i.e. more than one square meter of drywall with joint compound) provided the work is done

ECOH July89 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 4 8

using non-powered hand-held tools and wetter to control the spread of dust or fibres. 2.2.6 Polychlorinated Biphenyls (PCBs) Containing Materials 2.2.6.1 Removal of disturbance of materials confirmed or assumed to contain PCBs shall be completed in compliance with PCB Regulations (SOR/2008-273).

2.2.7 Lead-Containing Materials 2.2.7.1 Removal or disturbance of any lead materials must be completed in accordance with Ministry of Labour Guideline, “Lead on Construction Projects” dated April 2011, and in accordance with procedures detailed in Section 02 82 05 – Lead Abatement.

2.2.8 Other Hazardous Materials 2.2.8.1 Disturbance of materials that may contain silica should be conducted following recommendations detailed in the Ministry of Labour document “Guideline - Silica on Construction Projects”, dated September 2004. 2.2.8.2 Dust suppression and personal protection procedures should be implemented during the demolition of materials that may contain trace amounts of hazardous materials in accordance with procedures detailed in Section 02 82 07 – Other Hazardous Materials Abatement. 2.2.8.3 Schedule 2.2.8.4 All work is to be completed in hours as stipulated in future coordination.

2.2.8.5 The General Contractor shall provide a schedule for removal work. The schedule shall be subject to approval and acceptance by the Owner and/or Environmental Abatement Consultant.

2.3 Supervision 2.3.1 The Contractor shall provide an on-site Superintendent that has the authority to oversee all aspects of the work, including but not limited to, negotiation of changes to the project, scheduling, manpower, equipment, production, communication and co-ordination with the Abatement Consultant. 2.3.2 The Environmental Abatement Consultant reserves the right to reject or accept any Superintendent without explanation. 2.3.3 The Contractor shall ensure that training is provided by an experienced person from a recognized asbestos training course (minimum 3-day duration) for all workers involved with asbestos operations. In addition, all workers must provide evidence of completion of an asbestos awareness refresher course that meets the requirements of Ontario Regulation

ECOH July90 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 5 8

278/05. Copies of the Certificates issued at successful completion of the training shall be provided to the Abatement Consultant. 2.3.4 In addition to the above training requirements, the Contractor shall ensure that: 2.3.4.1 Every worker and supervisor successfully completed the appropriate program required before performing or supervising the work to which the program relates, 2.3.4.2 A copy of the document issued by the Ministry of Training, Colleges and Universities, showing that a worker has successfully completed the above- mentioned program or has successfully completed equivalent training in another province or territory of Canada, is provided to the Abatement Consultant. 2.3.5 Supervisory personnel must be on site at all times during work that may disturb hazardous materials. 2.3.6 The Contractor cannot replace supervisory personnel without written approval from the Abatement Consultant. 2.4 Quality Assurance 2.4.1 The Contractor shall ensure the removal and handling of Hazardous Materials or contaminated materials are performed by trained and experienced personnel. The Environmental Abatement Consultant reserves the right to remove any personnel that, in their opinion, do not meet these qualifications. 2.4.2 All related work of this section shall be performed by licensed persons, experienced and qualified for the work required. 2.4.3 The Environmental Abatement Consultant is empowered by the Owner to order work to stop when prescribed health and safety measures and/or health and safety procedures and/or health and safety facilities are not, or are likely not to be, fully implemented, as stipulated within the project specifications. Cost of additional work by Contractor and/or Asbestos Abatement Consultant to fully re-establish health and safety measures and/or health and safety procedures and/or health and safety facilities, to meet the requirements stipulated within the project specifications, shall be the burden of the Hazardous Material Abatement Contractor. 2.4.4 The Hazardous Material Abatement Contractor is solely responsible for the control of the project, construction practices, their Subcontractors or their agents, employees or other persons performing any of the Work. 2.5 Regulations 2.5.1 The Contractor shall comply with Federal, Provincial, and local requirements pertaining to designated substance removal and related general demolition activities, provided that in any case of conflict among

ECOH July91 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 6 8

those requirements, or with these specifications, the more stringent requirement shall apply. The regulations and guidelines shall include but not be limited to the following: 2.5.1.1 Ontario Ministry of Labour, Occupational Health and Safety Division, Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations – made under the Occupational Health and Safety Act, Ontario Regulation 278/05. 2.5.1.2 Ontario Ministry of the Environment Regulation 347, as amended, under the Environmental Protection Act. 2.5.1.3 Government of Canada Regulations respecting the Handling, Offering for Transport and Transporting of Dangerous Goods. (Extract from the Canada Gazette Part II, dated February 6, 1985). 2.5.1.4 Dangerous Goods Transportation Act (DGTA) R.S.O. 1990 c.D1. 2.5.1.5 Regulations for Construction Projects O.Reg. 213/91. 2.5.1.6 Office of the Fire Commissioner of Canada. 2.5.1.7 Ontario Electrical Safety Code, latest edition. 2.5.1.8 WHMIS Regulations RRO 1990 Reg. 860. 2.5.1.9 Ontario Occupational Health and Safety Act RSO 1990 c0.1, as amended. 2.5.1.10 Ministry of Labour Guideline, “Lead on Construction Projects”, dated April 2011. 2.5.1.11 Ministry of Labour Guideline, “Silica on Construction Projects”, dated September 2004. 2.5.1.12 PCB Regulations (SOR/2008-273), last amended on December 8, 2011. 2.6 Notification 2.6.1 The Contractor shall notify Sanitary Landfill site as per Ontario Regulation 347, as amended, under the Environmental Protection Act. 2.6.2 The Contractor shall notify immediately Ontario Ministry of Labour, as required by Ontario Regulation 278/05, Section 10(7), if asbestos- containing materials not identified in the site conditions are discovered during the project. 2.6.3 The Contractor shall notify any Subcontractors of all ACM or other designated substances in the work area or in an area in which they may come into contact with it. 2.7 Submittals 2.7.1 The Contractor shall prepare prior to commencing work and submit upon request:

ECOH July92 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 7 8

2.7.1.1 A site-specific Health and Safety Plan (HASP), to address safety issues, including but not limited to the following: 2.7.1.1.1 Access and emergency evacuation routes from work areas. 2.7.1.1.2 Creating and maintaining clear routes for work area access and emergency evacuation. 2.7.1.1.3 Work site communication. 2.7.1.2 Permits for transportation of asbestos waste and location of landfill. 2.7.1.3 Proof that workers have received WHMIS training. 2.7.1.4 Work Place Safety and Insurance Clearance Certificates. 2.7.1.5 Pre-removal survey of damage in all areas where asbestos abatement will take place or waste will be transported. 2.7.1.6 Proposed schedule including all stages of work. 2.7.1.7 Waste and worker decontamination facilities, platform and hoarding layouts, Material Safety Data Sheets (MSDS) for chemicals or materials used in the course of the project. 2.7.1.8 Negative air unit and/or vacuum cleaner performance data and results of D.O.P. tests as required. 2.7.1.9 Certificate proving that each worker on-site has been fit tested for the respirator appropriate for the work being performed. 2.7.2 The Contractor shall submit names of supervisory personnel who will be responsible for asbestos work area(s). One of these supervisors must remain on site at all times asbestos removal or clean up is occurring. Submit proof that supervisory personnel have attended training course on asbestos control (3-day minimum duration) and have performed supervisory function on at least 5 other asbestos abatement projects. 2.8 Waste Transport and Disposal 2.8.1 The Contractor shall ensure asbestos-containing, hazardous material or asbestos-contaminated materials, removed during abatement are treated, packaged, transported and disposed of as asbestos waste. 2.8.2 The Contractor is responsible for the disposal of all waste generated as per regulation. 2.8.3 The Contractor shall drop garbage bins at designated locations and keep bins covered and enclosed while at the site. The bin loading area shall be kept clean at all times. 2.8.4 The Contractor shall pick-up and drop off garbage bins at pre-approved times, and must not interfere with the Owner’s operations.

ECOH July93 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 00 ROJECT O AGE OF ECOH P N . 25881-05 P 8 8

2.8.5 The Contractor shall conform to requirements of Regulations under Environmental Protection Act for Waste Management, transporting and disposal of hazardous waste. 2.8.6 The Contractor shall ensure shipment of containers to dump is taken by waste hauler licensed to transport asbestos waste. 2.8.7 The Contractor shall provide a bill of lading showing the type and weight of hazardous waste being transported for each load. 2.8.8 The Contractor shall check with dump operator to determine type of waste containers acceptable. 2.8.9 The Contractor shall ensure dump operator is fully aware of hazardous material being dumped. 2.8.10 The Contractor shall co-operate with Ministry of Environment inspectors and immediately carry out instructions for remedial work, where required, to maintain environment, at no additional cost to Owner. End of Section

ECOH July94 2020of 140 ASBESTOS ABATEMENT TYPE 1

SECTION 02 82 01

95 of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 1 OF 12 LIST OF CONTENTS Page 1. GENERAL ...... 2 1.1 General And Related Work ...... 2 1.2 Definitions ...... 3 1.3 Worker Protection ...... 6 1.4 Visitor Protection ...... 7 1.5 Air Monitoring ...... 7 2. PRODUCTS ...... 8 2.1 Materials and Equipment ...... 8 3. EXECUTION ...... 9 3.1 Site Preparation ...... 9 3.2 Removal...... 10 3.3 Work Area Clean Up and Exit from the Work Area ...... 11

ECOH July96 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 2 OF 12 1. GENERAL

1.1 General And Related Work

1.1.1 All sections of the specifications form a part of the Project Document and shall be read to determine their effect upon the work of this section. 1.1.2 Related Work Specified Elsewhere Division 02, Section 02 82 00 Scope and Details Division 02, Section 02 82 02 Asbestos Abatement – Type 2

Attachments: 1) “Pre-Renovation Designated Substances and Hazardous Materials Survey” dated July 20, 2020 prepared by ECOH Management Inc. 1.1.3 This specification fulfils the requirements of the report required by Designated Substance – Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations, Ontario Regulation 278/05, Section 10. 1.1.4 The Contractor is responsible to verify all materials and measurements for removal, and cleaning purposes. Materials, measurements, and quantities provided herein are for reference only. 1.1.5 It is the intent that work performed as per this section will result in the removal and disposal of all asbestos-containing material (ACM) and all materials that have been contaminated by ACM either during or prior to work of this section. 1.1.6 Refer to Section 02 82 00, Scope and Details Specification, for the following information and requirements; 1.1.6.1 Site Conditions, 1.1.6.2 Outline of Work, 1.1.6.3 Schedule, 1.1.6.4 Supervision, 1.1.6.5 Quality Assurance, 1.1.6.6 Regulations, 1.1.6.7 Notification, 1.1.6.8 Submittals, and 1.1.6.9 Waste Transport and Disposal.

ECOH July97 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 3 OF 12

1.2 Definitions

1.2.1 Air Monitoring: The process of measuring the fibre content of a specific volume of air. 1.2.2 Amended Water: Water with a non-ionic surfactant wetting agent added to reduce water surface tension to 35 or less dynes, to allow thorough wetting of asbestos fibres. 1.2.3 Asbestos: The serpentine and amphibole asbestiform varieties including chrysotile, actinolite, amosite, anthophyllite, crocidolite and tremolite. For purposes of determining respiratory and worker protection both the asbestiform and non-asbestiform varieties of the above minerals and any of these materials that have been chemically treated and/or altered shall be considered as asbestos. 1.2.4 Asbestos Abatement Consultant: The Owner or person designated by the Owner to provide inspection and air monitoring of the Contractor's work. The Asbestos Abatement Consultant has the following authorities and duties: 1.2.4.1 To accept or reject the methods and schedules for removal work; 1.2.4.2 To coordinate all aspects of asbestos removal work with the on-site Superintendent provided by the Contractor; 1.2.4.3 To reject the Superintendent without explanation; 1.2.4.4 To remove any personnel that, in their opinion, do not meet the qualifications of an experienced and trained person capable of the safe removal and handling of ACM or asbestos contaminated materials. 1.2.4.5 To accept or reject work completed by the contractor. 1.2.4.6 To order work to stop when prescribed health and safety measures and/or health and safety procedures and/or health and safety facilities are not, or are likely not to be, fully implemented. 1.2.5 Asbestos-Containing Material (ACM): Any material that contains 0.5 per cent or more asbestos, of any type or mixture of types, by dry weight. 1.2.6 Asbestos-Containing Waste Material: Any material which is or is suspected of being or any material contaminated with an asbestos- containing material which is to be removed from a work area for disposal. 1.2.7 Asbestos Debris: Pieces of ACM that can be identified by colour, texture, or composition, OR: dust, if the dust is determined by an accredited Asbestos Abatement Consultant to be ACM.

ECOH July98 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 4 OF 12 1.2.8 Asbestos Work Area: Where the actual removal, sealing and enclosure of asbestos-containing materials takes place. 1.2.9 Authorized Visitor: The Owner or his approved representative and/or persons representing regulatory agencies. 1.2.10 Barrier: Any surface that seals off the work area to inhibit the movement of fibres. 1.2.11 Clean Area: Either an operating area or an area in which removal work has already been completed. 1.2.12 Experienced Personnel: a worker who is qualified because of knowledge, training and experience to perform the work; is familiar with the Ontario Occupational Health and Safety Act and with the provisions of the regulations that apply to the work, and; has knowledge of all potential or actual danger to health or safety in the work. 1.2.13 Demolition: The wrecking or taking out of any building component, system, finish or assembly of a facility together with any related handling operations. 1.2.14 Disposal Bag: A properly labelled 6 mil thick leak-tight plastic bag used for transporting asbestos waste from the work area to the disposal site. 1.2.15 D.O.P. Test: Dioctylphthalate aerosol challenge of a HEPA filter system and is used to establish the integrity and effectiveness of the system to filter out asbestos fibres. 1.2.16 Filter: A media component used in respirators, vacuum cleaners or negative pressure filter fan units to remove solid or liquid particles from the inspired air. 1.2.17 Friable Asbestos Material: Material that contains asbestos that can be crumbled, pulverized, or reduced to powder by hand pressure when dry. 1.2.18 HEPA Filter: High Efficiency Particulate Aerosol filter that is at least 99.97 percent efficient in collecting a 0.3 micrometre aerosol. 1.2.19 Occupied Area: Any area of the building outside the Asbestos Work Area. 1.2.20 Polyethylene: Sheeting of type and thickness specified sealed with tape along all edges, around penetrating objects, over cuts and tears, and elsewhere as required to provide a continuous polyethylene membrane to protect underlying surfaces from water damage or damage by sealant, and to prevent escape of asbestos fibres through the sheeting into a clean area. 1.2.21 Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres.

ECOH July99 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 5 OF 12 1.2.22 The Contractor shall ensure that training is provided by an experienced person from a recognized asbestos training course (minimum 3 day duration) for all workers involved with asbestos operations. In addition, all workers must complete a recent asbestos awareness refresher course that meets the requirements of Ontario Regulation 278/05. Copies of the Certificates issued at successful completion of the training shall be provided to the Asbestos Abetment Consultant. 1.2.23 In addition to the above training requirements, the Contractor shall ensure that: 1.2.23.1 Every worker involved in a Type 3 operation has successfully completed the Asbestos Abatement Worker Training Program approved by the Ministry of Training, Colleges and Universities, 1.2.23.2 Every supervisor of a worker involved in a Type 3 operation has successfully completed the Asbestos Abatement Supervisor Training Program approved by the Ministry of Training, Colleges and Universities, 1.2.23.3 Every worker and supervisor successfully completed the appropriate program required before performing or supervising the work to which the program relates, 1.2.23.4 A copy of the document issued by the Ministry of Training, Colleges and Universities, showing that a worker has successfully completed the above- mentioned program or has successfully completed equivalent training in another province or territory of Canada, is provided to the Asbestos Abatement Consultant. 1.2.24 Type 1 Asbestos-Related Work, as detailed in Ontario Regulation 278/05, includes the following operations: 1.2.24.1 Installing or removing non-friable asbestos-containing material, other than ceiling tiles, if the material is installed or removed without being broken, cut, drilled, abraded, ground, sanded or vibrated; 1.2.24.2 Breaking, cutting, drilling, abrading, grinding, sanding or vibrating non- friable asbestos-containing material if: 1.2.24.2.1 The material is wetted to control the spread of dust or fibres, and 1.2.24.2.2 The work is done only by means of non-powered hand-held tools. 1.2.25 Wet Cleaning: The process of eliminating asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning utensils which have been dampened with amended water or diluted removal encapsulant and afterwards thoroughly decontaminated or disposed of as asbestos-contaminated waste. 1.2.26 Work: Includes all services, labour and material required to complete the work as specified in the project.

ECOH July100 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 6 OF 12

1.3 Worker Protection

1.3.1 Prior to commencing work, the Contractor shall instruct workers in all aspects of work procedures and protective measures. 1.3.2 The Contractor shall provide workers who request a respirator with personally issued respiratory equipment acceptable to the Occupational Health and Safety Division of the Ontario Ministry of Labour, suitable for the Asbestos exposure. 1.3.3 The Contractor shall ensure that suitable respiratory protective equipment is worn by every worker who has requested a respirator and who enters the Asbestos Work Area. A respirator provided by an employer and used by a worker shall be: 1.3.3.1 An air purifying half-mask respirator with N-100, R-100 or P-100 particulate filter, or better; 1.3.3.2 Fitted so that there is an effective seal between the respirator and the worker's face; 1.3.3.3 Assigned to a worker for the worker's exclusive use, if practicable; 1.3.3.4 Used and maintained in accordance with written procedures that are established by the employer and are consistent with the manufacturer’s specifications; 1.3.3.5 Cleaned, disinfected and inspected after use on each shift, or more often if necessary, when issued for the exclusive use of one worker, or after each use when used by more than one worker; 1.3.3.6 Free of damaged or deteriorated parts. Damaged or deteriorated parts are to be replaced prior to being used by a worker; 1.3.3.7 Be stored in a convenient, clean and sanitary location; when not in use; 1.3.3.8 Certified by the US National Institute for Occupational Safety and Health (NIOSH) for exposure to airborne asbestos fibre. 1.3.4 If respirators are used in the workplace, the Contractor shall, 1.3.4.1 Establish written procedures regarding the selection, use and care of respirators; and 1.3.4.2 Provide procedures and reviewed with each worker who is required to wear a respirator. 1.3.5 A worker shall not be assigned to an operation requiring the use of a respirator unless he or she is physically able to perform the operation while using the respirator.

ECOH July101 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 7 OF 12 1.3.6 The Contractor shall provide workers who request protective clothing with full body disposable coveralls. 1.3.7 The Contractor shall ensure that full body disposable coveralls are worn by every worker who enters the Asbestos Work Area. The protective clothing provided by an employer and used by a worker shall:

1.3.7.1 Be made of a material which does not readily retain nor permit penetration of asbestos fibres;

1.3.7.2 Consist of head covering and full body covering that fits snugly at the ankles, wrists and neck, in order to prevent asbestos fibres from reaching the garments and skin under the protective clothing;

1.3.7.3 Include suitable footwear; 1.3.7.4 Be repaired or replaced if torn. 1.3.8 No person shall eat, drink, smoke or chew except in established locations outside the Asbestos Work Area.

1.4 Visitor Protection

1.4.1 The Contractor shall provide clean protective clothing and equipment and approved respirators to Authorized Visitors when requested. 1.4.2 The Contractor shall ensure that Authorized Visitors have received required training for entry into Asbestos Work Area.

1.5 Air Monitoring

1.5.1 The Asbestos Abatement Consultant shall ensure that air monitoring is performed following the National Institute for Occupational Safety and Health method 7400. 1.5.2 The Contractor shall cooperate fully with the Asbestos Abatement Consultant in the collection of air monitoring samples, including the collection of personal worker samples, if required. 1.5.3 Results of PCM samples of 0.04 fibres per millilitre of air (fibre/mL) or greater, outside of Asbestos Work Area, will indicate asbestos contamination of these areas. The contaminated areas shall be isolated and cleaned in the same manner applicable to the Asbestos Work Area, at no cost to the Owner.

ECOH July102 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 8 OF 12

2. PRODUCTS

2.1 Materials and Equipment

2.1.1 The Contractor shall ensure that all tools, equipment, materials and supplies brought to work site are in good condition and free of asbestos, asbestos debris, and fibrous materials. 2.1.2 The Contractor shall ensure that disposable tools, equipment, materials and supplies are of new materials only. 2.1.3 Asbestos Waste Containers: The Contractor shall ensure that containers for dust and waste are: dust tight, suitable for the type of waste, impervious to asbestos and any chemicals used during the removal process, identified as asbestos waste, cleaned with a damp cloth or a vacuum equipped with a HEPA filter immediately before being removed from the work area, and removed from the workplace frequently and at regular intervals. 2.1.3.1 The Contractor shall ensure that waste is contained in two separate containers. The inner container shall be a sealable polyethylene bag. Where there are sharp objects included in the waste material, the outer container shall be a sealable fibre type drum; otherwise the outer container may be a sealable polyethylene bag. 2.1.3.2 The Contractor shall ensure that the container is of new materials only. 2.1.3.3 The Contractor shall ensure that the containers are as follows: 2.1.3.3.1 Polyethylene Waste Bag: 0.15 mm (6 mil) thick leak-tight polyethylene bags. 2.1.3.3.2 Fibre Drums: 55 US gallon capacity heavy-duty leak-tight fibre drums with tight sealing locking metal top and metal bottom. 2.1.3.3.3 Labels: Waste containers shall have a pre-printed cautionary asbestos warning label, acceptable to local dump authorities, clearly visible when ready for removal to disposal site. 2.1.4 Drop Sheets: In polyethylene type and size appropriate for the work being performed. 2.1.5 First Aid Supplies: Comply with governing regulations and recognized recommendations within the construction industry. 2.1.6 HEPA Vacuum: Vacuum with all necessary fittings, tools and attachments. All air must be filtered by HEPA filter before discharge.

ECOH July103 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 9 OF 12 2.1.7 Lockdown Sealer: Slow-drying sealer shall be a non-staining, clear, water dispersible type that remains tacky on the surface for a minimum of 8 hours for the purpose of trapping any residual airborne fibres during the settling period. Lock-down agent shall be compatible with replacement insulation or fireproofing where required and capable of withstanding service temperature of substrate. The product must have flame spread and smoke development ratings both less than 50 and shall leave no stain when dry. Also referred to as “Lockdown Agent”. 2.1.8 Polyethylene Sheeting: 6 mil (0.15 mm) minimum thickness unless otherwise specified, in sheet size to minimize joints. 2.1.8.1 Fibre-Reinforced (Rip-Proof) Polyethylene Sheeting: 8 mil (0.20mm) fabric made up from one layer of 5 mil (0.13 mm) weave and two layers of 1.5 mil (0.04 mm) poly laminate or approved equal. In sheet size to minimize on-site seams and overlaps. 2.1.9 Protective Coveralls: Disposable full body coveralls complete with hoods manufactured of a material that does not permit penetration of asbestos fibres. 2.1.10 Sprayer: Garden-type portable manual sprayer or water hose with spray attachment if suitable. 2.1.11 Tape: Reinforced cloth or fibreglass reinforced tape in 2" or 3" widths suitable for sealing polyethylene sheeting under both wet conditions using amended water, and dry conditions.

3. EXECUTION

3.1 Site Preparation

3.1.1 The Contractor shall establish personal hygiene facilities for workers to wash their hands and face. Washing facilities to include sufficient supplies of disposable hand towels, hand soap, a waste recepticle and a mirror. 3.1.2 Moving of equipment, tools, supplies, and stored materials which can be performed without disturbing ACM will be performed by the contractor. 3.1.3 Visible dust shall be removed by the Contractor with a damp cloth/mop or a vacuum equipped with a HEPA filter from any surface in the work area, including the thing to be worked on, if the dust on that surface is likely to be disturbed. 3.1.4 The Contractor shall ensure that the spread of debris and dust from the work area is controlled by measures appropriate to the work to be done including the use of drop sheets of fibre-reinforced (rip-proof) polyethylene or other suitable material that is impervious to asbestos. The Contractor

ECOH July104 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 10 OF 12 shall replace or overlay additional layers of fibre reinforced (rip-proof) polyethylene sheeting as required to maintain an efficient and continuous barrier. 3.1.5 The Contractor shall prepare sufficient quantities of water mixed with a wetting agent, which is to be used frequently and at regular intervals, to control the spread of debris and dust. 3.1.6 The Contractor shall cover floors and furnishings with polyethylene sheeting or Rip-Proof Polyethylene Sheeting before disturbing non-friable ACM.

3.2 Removal

3.2.1 Prior to removal, the Contractor shall wet all materials scheduled for removal. The Contractor shall allow materials scheduled for removal sufficient time to absorb wetting agent. 3.2.2 All removal of asbestos-containing materials shall be completed manually by the Contractor, with non-powered hand tools. 3.2.3 The Contractor shall undo or remove fasteners if necessary to remove materials. 3.2.4 The Contractor shall break materials only if unavoidable. 3.2.5 The Contractor shall wet freshly exposed edges of broken materials. 3.2.6 The Contractor shall remove material adhered to substrate or supports. 3.2.7 Frequently and at regular intervals during the doing of the work, debris and dust waste shall be cleaned up and removed using a vacuum equipped with a HEPA filter, or by damp mopping or wet sweeping, and placed in an asbestos waste container by the Contractor. 3.2.8 Any non-porous non-asbestos material removed during Type 1 operations may be decontaminated and be disposed of as non-asbestos waste. If not decontaminated, the non-porous, non-asbestos materials shall be disposed of as asbestos waste. 3.2.9 The Contractor shall clean the Asbestos Work Area frequently with HEPA vacuum or with wet cleaning methods. 3.2.10 Compressed air shall not be used to clean up and remove debris or dust from any surface. 3.2.11 Eating, drinking, chewing or smoking shall not be permitted in the work area. 3.2.12 The Contractor shall maintain all work areas in a neat and orderly fashion at all times.

ECOH July105 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 11 OF 12 3.3 Work Area Clean Up and Exit from the Work Area

3.3.1 Immediately upon completion of the work, debris and dust waste shall be cleaned up and removed using a vacuum equipped with a HEPA filter, or by damp mopping or wet sweeping, and placed in an asbestos waste container, by the Contractor. 3.3.2 Following visual acceptance of the removal work by the Asbestos Abatement Consultant, the Contractor shall spray the entire surface where ACM have been removed with lock-down sealer. 3.3.3 Drop sheets shall not be reused. 3.3.4 Drop sheets shall be wetted and placed in an asbestos waste container as soon as practicable after completion of the preceding Items of this Section. 3.3.5 The Contractor shall carefully roll drop sheets toward the centre of work area. The Contractor shall remove visible debris by means of HEPA vacuum as polyethylene is rolled away. 3.3.6 After the work is completed, polyethylene sheeting and similar materials used for barriers and enclosures shall not be reused, but shall be wetted and placed in an asbestos waste container as soon as practicable following completion of the preceeding Items of this Section. 3.3.7 Barriers and portable enclosures shall not be reused unless they are rigid and can be cleaned thoroughly. 3.3.8 After the work is completed, barriers and portable enclosures that will be reused shall be cleaned by the Contractor, using a vacuum equipped with a HEPA filter or by damp wiping, as soon as practicable following completion of the preceeding Items of this Section. 3.3.9 All tools, equipment, materials and supplies that will NOT be reused shall be placed in an asbestos waste container by the Contractor as soon as practicable following completion of the preceeding Items of this Section. 3.3.10 All tools, equipment, materials and supplies that will be reused shall be cleaned by the Contractor, by using a vacuum equipped with a HEPA filter or by damp wiping, as soon as practicable following completion of the preceding Items of this Section. 3.3.11 Workers who are provided with protective clothing and respirators shall complete the following before leaving the work area: 3.3.11.1 Decontaminate his or her protective clothing by using a vacuum equipped with a HEPA filter, or by damp wiping, before removing the protective clothing.

ECOH July106 2020of 140

PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL ASBESTOS ABATEMENT – TYPE 1 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 01 ECOH PROJECT NO. 25881-05 PAGE 12 OF 12 3.3.11.2 Remove protective clothing by rolling the clothing outward and downward onto itself so the clean interior of the protective clothing is on the exterior after removal. 3.3.11.3 Workers shall remove all contaminated clothing and equipment except respirator. 3.3.11.4 If the protective clothing is to be reused, it shall be stored in a sealable plastic bag by the worker. 3.3.11.5 If the protective clothing will NOT be reused, the worker shall place it in an asbestos waste container immediately prior to leaving the work area. 3.3.11.6 Immediately after leaving the work area, all workers shall proceed directly to the established washing facilities to wash hands and face while wearing the respirator. 3.3.11.7 Workers shall wash exposed skin and respirator with soap and water. 3.3.11.8 All workers shall wash, remove and store respirators as per the written procedures that have been established by the employer and as is consistent with the manufacturer’s specifications. Respirator filters for re- use shall be removed from respirators prior to washing the respirator or shall be disposed of as asbestos waste. 3.3.12 Workers who chose not to wear protective clothing or respirators shall complete the following before leaving the work area: 3.3.12.1 Decontaminate his or her street clothing by using a vacuum equipped with a HEPA filter or by damp wiping. 3.3.12.2 Immediately after leaving the work area, workers shall proceed directly to the established washing facilities to wash hands and face. 3.3.12.3 Workers shall wash exposed skin with soap and water.

End of Section

ECOH July107 2020of 140 ASBESTOS ABATEMENT TYPE 2

SECTION 02 82 02

108 of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 1 14

LIST OF CONTENTS Page 1. GENERAL ...... 2 1.1 General and Related Work ...... 2 1.2 Definitions ...... 3 1.3 Worker Protection ...... 6 1.4 Visitor Protection ...... 7 1.5 Air Monitoring (If required)...... 7 2. PRODUCTS ...... 8 2.1 Materials and Equipment ...... 8 3. EXECUTION ...... 11 3.1 Preparation Prior to Contamination ...... 11 3.2 Asbestos Removal ...... 12 3.3 Teardown of Enclosure and Exit from the Work Area ...... 14

ECOH July109 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 2 14

1. GENERAL

1.1 General and Related Work

1.1.1 All sections of the specifications form a part of the Bid Document and shall be read to determine their effect upon the work of this section. 1.1.2 Related Work Specified Elsewhere Division 02, Section 02 82 00 Scope and Details Division 02, Section 02 82 01 Asbestos Abatement – Type 1

Attachments: 1) “Pre-Renovation Designated Substance and Hazardous Material Survey”, ECOH Management Inc., July 20, 2020. 1.1.1 This specification fulfils the requirements of the report required by Designated Substance – Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations, Ontario Regulation 278/05, Section 10. 1.1.2 Refer to the “Asbestos Building Materials Reassessment Survey”, in the facility’s Pink Binder for more information. 1.1.3 The Contractor is responsible to verify all measurements for removal, cleaning, and re-insulation purposes. Measurements and quantities provided herein are for reference only. 1.1.4 It is the intent that work performed as per this section will result in the removal and disposal or decontamination of all asbestos-containing material (ACM) and all materials that have been contaminated by ACM either during or prior to work of this section. 1.1.5 Refer to Section 02 82 00, Scope and Details Specification, for the following information and requirements; 1.1.5.1 Site Conditions, 1.1.5.2 Outline of Work, 1.1.5.3 Schedule, 1.1.5.4 Supervision, 1.1.5.5 Quality Assurance, 1.1.5.6 Regulations, 1.1.5.7 Notification, 1.1.5.8 Submittals, and 1.1.5.9 Waste Transport and Disposal.

ECOH July110 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 3 14

1.2 Definitions

1.2.1 Airlock: A system for permitting ingress or egress without permitting air movement between a contaminated area and an uncontaminated area, typically consisting of two curtained doorways at least 1.5 m apart. 1.2.2 Air Monitoring: The process of measuring the fibre content of a specific volume of air. 1.2.3 Amended Water: Water with a non-ionic surfactant wetting agent added to reduce water surface tension to 35 or less dynes, to allow thorough wetting of asbestos fibres. 1.2.4 Asbestos: The serpentine and amphibole asbestiform varieties including chrysotile, actinolite, amosite, anthophyllite, crocidolite and tremolite. For purposes of determining respiratory and worker protection both the asbestiform and non-asbestiform varieties of the above minerals and any of these materials that have been chemically treated and/or altered shall be considered as asbestos. 1.2.5 Asbestos Abatement Consultant: The Owner or person designated by the owner to provide inspection and air monitoring of the Contractor's work (ECOH Management Inc). 1.2.6 Asbestos-Containing Material (ACM): Any material that contains 0.5 per cent or more asbestos, of any type or mixture of types, by dry weight. 1.2.7 Asbestos-Containing Waste Material: Any material which is or is suspected of being or any material contaminated with an asbestos- containing material which is to be removed from a work area for disposal. 1.2.8 Asbestos Debris: Pieces of ACM that can be identified by colour, texture, or composition, or means dust, if the dust is determined by an accredited Asbestos Abatement Consultant to be ACM. 1.2.9 Asbestos Work Area: Where the actual removal, sealing and enclosure of asbestos-containing materials takes place. 1.2.10 Authorized Visitor: The Owner or his approved representative and/or persons representing regulatory agencies. 1.2.11 Barrier: Any surface that seals off the work area to inhibit the movement of fibres. 1.2.12 Clean Area: Either an operating area or an area in which removal work has already been completed. 1.2.13 Curtained Doorway: An arrangement of closures to allow ingress and egress from one room to another while permitting minimal air movement between rooms, typically constructed by placing two overlapping sheets of polyethylene over an existing or temporarily framed doorway, securing each along the top of the doorway, securing the vertical edge of one sheet along one vertical side of the doorway, and securing the vertical edge of

ECOH July111 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 4 14

the other sheet along the opposite vertical side of the doorway. All free edges of polyethylene shall be reinforced with duct tape and the bottom edge shall be weighted to ensure proper closing. Each polyethylene sheet shall overlap openings not less than 1.5 m on each side. 1.2.14 Demolition: The wrecking or taking out of any building component, system, finish or assembly of a facility together with any related handling operations. 1.2.15 Disposal Bag: A properly labelled 6 mil thick leak-tight plastic bag used for transporting asbestos waste from the work area to the disposal site. 1.2.16 D.O.P. Test: Dioctylphthalate aerosol challenge of a HEPA filter system and is used to establish the integrity and effectiveness of the system to filter out asbestos fibres. 1.2.17 Encapsulant: A material that surrounds or embeds asbestos fibres in an adhesive matrix, to prevent release of fibres. 1.2.17.1 Bridging Encapsulant: An encapsulant that forms a discrete layer on the surface of an in situ asbestos matrix. 1.2.17.2 Penetrating Encapsulant: An encapsulant that is absorbed by the in situ asbestos matrix without leaving a discrete surface layer. 1.2.17.3 Removal Encapsulant: A penetrating encapsulant specifically designed to minimize fibre release during removal of asbestos-containing materials rather than for in situ encapsulation. 1.2.18 Encapsulation: Applying to asbestos-containing materials, with an encapsulant. 1.2.19 Enclosure: 6 mil polyethylene sheeting installed to fully isolate the Type 2 Asbestos Work Area. Enclosure may be a prefabricated self supporting structure or constructed with a rigid frame, or, when applicable, supported by the ceiling grid. Enclosure shall have polyethylene sheeting as a top at locations where the enclosure does not extend up to the underside of the ceiling or underside of structure. 1.2.20 Filter: A media component used in respirators, vacuum cleaners or negative pressure filter fan units to remove solid or liquid particles from the inspired air. 1.2.21 Fitting: Unless otherwise described in Site Conditions, all connections of a pipe which include elbows, ends, caps, valves, hangers, tees and unions, etc. 1.2.22 Friable Asbestos Material: Material that contains asbestos that can be crumbled, pulverized, or reduced to powder by hand pressure when dry. 1.2.23 HEPA Filter: High Efficiency Particulate Aerosol filter that is at least 99.97 percent efficient in collecting a 0.3 micrometre aerosol.

ECOH July112 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 5 14

1.2.24 Negative Pressure: A system which extracts air directly from the work area, filters such extracted air through a High Efficiency Particulate Air filtering system, and discharges this air directly outside work area to exterior of building. This system shall maintain a minimum pressure differential of 0.02 inches Water Gauge relative to adjacent areas outside of work areas, be equipped with an alarm to warn of system breakdown (i.e. excessive negative pressure or insufficient negative pressure), and be equipped with an instrument to continuously monitor and automatically record pressure differences. 1.2.25 Negative Pressure Respirator: A respirator in which the air pressure inside the respiratory inlet covering is positive during exhalation in relation to the air pressure of the outside atmosphere and negative during inhalation in relation to the air pressure of the outside atmosphere. 1.2.26 Occupied Area: Any area of the building outside the Asbestos Work Area. 1.2.27 Polyethylene: Sheeting of type and thickness specified sealed with tape along all edges, around penetrating objects, over cuts and tears, and elsewhere as required to provide a continuous polyethylene membrane to protect underlying surfaces from water damage or damage by sealant, and to prevent escape of asbestos fibres through the sheeting into a clean area. 1.2.28 Positive Pressure Respirator: A respirator in which the air pressure inside the respiratory inlet covering is positive during inhalation and exhalation in relation to the air pressure of the outside atmosphere. 1.2.29 Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres. 1.2.30 Straight run pipes: Part of the building system not included under the description of Fitting, including but not limited to straight, angled or curved sections of pipe, pumps, headers and reducers. 1.2.31 Surfactant: A chemical wetting agent added to water to improve penetration, thus reducing the quantity of water required for a given operation or area. 1.2.32 Water Filtration System: A multi-stage filtration system for filtering shower and wastewater. Typically constructed with at least two filters, the primary stage retains 20 microns or larger particles and the final stage removes 5 micron or larger particles. 1.2.33 Wet Cleaning: The process of eliminating asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning utensils which have been dampened with amended water or diluted removal encapsulant and afterwards thoroughly decontaminated or disposed of as asbestos-contaminated waste. 1.2.34 Work: Includes all services, labour and material required to complete the work as specified in the project.

ECOH July113 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 6 14

1.3 Worker Protection

1.3.1 Prior to commencing work instruct workers in all aspects of work procedures and protective measures. 1.3.2 Provide workers a respirator with personally issued respiratory equipment acceptable to the Occupational Health and Safety Division of the Ontario Ministry of Labour, suitable for the Asbestos exposure. 1.3.3 Ensure that suitable respiratory protective equipment is worn by every worker who enters the Asbestos Work Area. A respirator provided by an employer and used by a worker shall be: 1.3.3.1 an air purifying half-mask respirator with N-100, R-100 or P-100 particulate filters, or better; 1.3.3.2 fitted so that there is an effective seal between the respirator and the worker's face; 1.3.3.3 assigned to a worker for the worker's exclusive use if practicable; 1.3.3.4 used and maintained in accordance with written procedures that are established by the employer and are consistent with the manufacturer’s specifications; 1.3.3.5 cleaned, disinfected and inspected after use on each shift, or more often if necessary, when issued for the exclusive use of one worker, or after each use when used by more than one worker; 1.3.3.6 free of damaged or deteriorated parts. Damaged or deteriorated parts are to be replaced prior to being used by a worker; 1.3.3.7 be stored in a convenient, clean and sanitary location; when not in use; 1.3.3.8 certified by the US National Institute for Occupational Safety and Health (NIOSH) for exposure to airborne asbestos fibre. 1.3.4 The employer shall establish written procedures regarding the selection, use and care of respirators. 1.3.5 A copy of the procedures shall be provided to and reviewed with each worker. 1.3.6 A worker shall not be assigned to an operation requiring the use of a respirator unless he or she is physically able to perform the operation while using the respirator. 1.3.7 Provide all workers with full body disposable coveralls. 1.3.8 Ensure that full body disposable coveralls are worn by every worker who enters the Asbestos Work Area. The protective clothing provided by an employer and used by a worker shall be: 1.3.8.1 made of a material which does not readily retain nor permit penetration of asbestos fibres;

ECOH July114 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 7 14

1.3.8.2 shall consist of head covering and full body covering that fits snugly at the ankles, wrists and neck, in order to prevent asbestos fibres from reaching the garments and skin under the protective clothing; 1.3.8.3 shall include suitable footwear; 1.3.8.4 shall be repaired or replaced if torn. 1.3.9 Provide other body protection required under applicable safety regulations. 1.3.10 Personnel must be fully protected at all times when possibility of disturbance of asbestos exists. 1.3.11 Provide and post the procedures described under Worker Protection. 1.3.12 Do not eat, drink, smoke or chew except in established locations outside the Asbestos Work Area. 1.3.13 Asbestos Abatement Work Area Entry Procedures 1.3.13.1 Use asbestos abatement precautions at all times when possibility of disturbance of ACM exists. 1.3.13.2 Put on respirator with new or tested filters, coveralls and head covers before entering contaminated Asbestos Work Area. Protective coveralls shall cover all hair and any re-usable clothing. 1.3.14 Asbestos Abatement Work Area Exit Procedures 1.3.14.1 Remove gross contamination from protective clothing using HEPA vacuum or wet wiping. 1.3.14.2 Remove all contaminated clothing and equipment except respirator. 1.3.14.3 Exit site and proceed to wash area while wearing respirator. 1.3.14.4 Wash exposed skin and respirator with soap and water. 1.3.14.5 Remove respirator filters from respirator. Cover inlet side of respirator with tape for storage and re-use or dispose of as asbestos waste.

1.4 Visitor Protection

1.4.1 Provide clean protective clothing and equipment and approved respirators to Authorized Visitors. 1.4.2 Ensure Authorized Visitors have received required training for entry into Asbestos Work Area.

1.5 Air Monitoring (If required)

1.5.1 Air monitoring will be performed following the National Institute for Occupational Safety and Health method 7400.

ECOH July115 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 8 14

1.5.2 The contractor shall cooperate fully with the asbestos abatement consultant in the collection of air monitoring samples, including the collection of personal worker samples, if required. 1.5.3 Results of PCM samples of 0.04 fibres per millilitre of air (fibre/mL) or greater, outside of Asbestos Work Area, will indicate asbestos contamination of these areas. The contaminated areas shall be isolated and cleaned in the same manner applicable to the Asbestos Work Area, at no cost to the Owner.

2. PRODUCTS

2.1 Materials and Equipment

2.1.1 All tools, equipment, materials and supplies brought to work site must be in good condition and free of asbestos, asbestos debris, and fibrous materials. 2.1.2 Disposable tools, equipment, materials and supplies must be of new materials only. 2.1.3 Airless Sprayer: Spray equipment for amended water: for application to asbestos-containing materials for saturation prior to removal. Airless spray units are only acceptable, such as Grace Hydrospray or approved equal. 2.1.4 Asbestos Waste Containers: Containers for dust and waste shall be, dust tight, suitable for the type of waste, impervious to asbestos and any chemicals used during the removal process, identified as asbestos waste, cleaned with a damp cloth or a vacuum equipped with a HEPA filter immediately before being removed from the work area, and removed from the workplace frequently and at regular intervals. 2.1.4.1 Waste shall be contained in two separate containers. The inner container shall be a sealable polyethylene bag (or where the glove bag method is used, the glove bag itself). Where there are sharp objects included in the waste material, the outer container shall be a sealable fibre type drum, otherwise the outer container may be a sealable polyethylene bag. 2.1.4.2 Container must be new materials only. 2.1.4.3 Containers shall be as follows: 2.1.4.3.1 Polyethylene Waste Bag: 0.15 mm (6 mil) thick leak-tight polyethylene bags. 2.1.4.3.2 Fibre Drums: 55 US gallon capacity heavy duty leak tight fibre drums with tight sealing locking metal top and metal bottom.

ECOH July116 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 9 14

2.1.4.3.3 Labels: Waste containers shall have a pre-printed cautionary asbestos warning label, acceptable to local dump authorities, clearly visible when ready for removal to disposal site. 2.1.5 Caulking: One component non-staining acrylic polymer sealant to conform to GSB Specification 19GP-5M. 2.1.6 Drop Sheets: In polyethylene type and size appropriate for the work being performed. 2.1.7 Electrical Power Cords: Use only grounded extension cords; use "hard- service" cords where exposed to abrasion and traffic. Use single lengths or use waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas of work. 2.1.8 Encapsulant: Type 1 penetrating Class A water based encapsulant conforming to CGSB 1-GP-205M and approved by the Fire Marshall having flame spread and smoke development ratings both less than fifty (50). Acceptable products: Ocean 666, Decadex Fire Check equivalent or better. 2.1.9 Fine Atomizing Spray Nozzle: Nozzle for airless sprayer capable of delivering not less than 1 gallon per minute of fine particle spray of amended water. 2.1.10 First Aid Supplies: Comply with governing regulations and recognized recommendations within the construction industry. 2.1.11 Flame-Resistant Polyethylene Sheeting: A single polyethylene film that conforms to requirements set forth by the National Fire Protection Association Standard 701, Small Scale Fire Test for Flame-Resistant Textiles and Films, 0.15 mm (6 mils) thickness. 2.1.12 Garden Sprayer: A hand pump type pressure-can garden sprayer fabricated out of either metal or plastic, equipped with a metal wand at the end of a hose that can deliver a stream or fine spray of liquid of amended water under pressure. 2.1.13 Ground Fault Panel: Electrical panel, installed by licensed electrician and equipped as follows: 2.1.13.1 Ground fault circuit interrupters of sufficient capacity to power temporary electrical equipment and lights in Asbestos Work Area. 2.1.13.2 Interrupters to have a 5 mA ground fault protection. 2.1.13.3 Necessary accessories including main switch disconnect, ground fault interrupter lights, test switch to ensure unit is working, and reset switch. 2.1.13.4 Openings sealed to prevent moisture or dust penetration. 2.1.14 HEPA Vacuum: Vacuum with all necessary fittings, tools and attachments. All air must be filtered by HEPA filter before discharge.

ECOH July117 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 10 14

2.1.15 Lockdown Sealer: Slow-drying sealer shall be a non-staining, clear, water dispersable type that remains tacky on the surface for a minimum of 8 hours for the purpose of trapping any residual airborne fibres during the settling period. Lock-down agent shall be compatible with replacement insulation or fireproofing where required and capable of withstanding service temperature of substrate. The product must have flame spread and smoke development ratings both less than 50 and shall leave no stain when dry. Also referred to as “Lockdown Agent”. 2.1.16 Negative Air Unit: Portable air handling system which extracts air directly from the Asbestos Work Area and discharges the air to the exterior of the Asbestos Work Area. Equipped as follows: 2.1.16.1 Prefilter and HEPA filter. Air must pass HEPA filter before discharge. 2.1.16.2 Pressure differential gauge to monitor filter loading. 2.1.16.3 Auto shut off and warning system for HEPA filter failure. 2.1.16.4 Separate hold down clamps to retain HEPA filter in place during change of prefilter. 2.1.17 Polyethylene Sheeting: 6 mil (0.15 mm) minimum thickness unless otherwise specified, in sheet size to minimize joints. 2.1.17.1 Fibre-Reinforced (Rip-Proof) Polyethylene Sheeting: 8 mil (0.20mm) fabric made up from one layer of 5 mil (0.13 mm) weave and two layers of 1.5 mil (0.04 mm) poly laminate or approved equal. In sheet size to minimize on-site seams and overlaps. 2.1.17.2 Flame-Resistant Polyethylene Sheeting: A single polyethylene film that conforms to requirements set forth by the National Fire Protection Association Standard 701, Small Scale Fire Test for Flame-Resistant Textiles and Films, 6 mil (0.15 mm) thickness. 2.1.18 Power Washer: Spray equipment for saturation of asbestos-containing material with amended water for cleaning of surfaces in abatement work area after asbestos removal, capable of delivering an airless stream of water at a pressure of not less than 1200 psi or exceeding 2500 psi. 2.1.19 Protective Coveralls: Disposable full body coveralls complete with hoods manufactured of a material which does not permit penetration of asbestos fibres. 2.1.20 Scaffolding: The type, erection and use of all scaffolding shall comply with all applicable OSHA provisions. 2.1.21 Spray Cement: Spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet polyethylene. 2.1.22 Tape: Reinforced cloth or fibreglass reinforced tape in 2" or 3" widths suitable for sealing polyethylene sheeting under both wet conditions using amended water, and dry conditions.

ECOH July118 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 11 14

2.1.23 Temporary Lighting: Provide general service incandescent lamps or fluorescent lamps of wattage required for adequate illumination as required by the work. Protect lamps with guard cages grounded together to distribution panel or tempered glass enclosures. 2.1.24 Wetting Agent: Non-sudsing surface active agent. Acceptable product Aqua-Gro or approved equal.

3. EXECUTION

3.1 Preparation Prior to Contamination

3.1.1 Establish personal hygiene facilities for workers to wash their hands and face. Washing facilities to include sufficient supplies of disposable hand towels, hand soap, a waste recepticle and a mirror. 3.1.2 Visible dust shall be removed with a damp cloth/mop or a vacuum equipped with a HEPA filter from any surface in the work area, including the thing to be worked on, if the dust on that surface is likely to be disturbed. 3.1.3 Moving of equipment, tools, supplies, and stored materials which can be performed without disturbing ACM will be performed by the contractor. 3.1.4 Disable air handling system affecting Asbestos Work Area. Seal ventilation ducts to and from the work area. The air handling system shall not be enabled until completion of work. 3.1.5 Shut off the source of heat for piping systems (i.e. boiler or steam line header), where possible. 3.1.6 Shut off and lock out electrical power within the enclosure. 3.1.7 For operations requiring either 1) removing all or part of a false ceiling to obtain access to a work area, if ACM is likely to be lying on the surface of the false ceiling, or 2) the removal or disturbance of one square metre of less of friable ACM, and where the enclosure is prepared with opaque materials (i.e. orange rip-proof polyethylene), the enclosure shall include one or more transparent (clear) window areas to allow observation of the entire work area from outside the enclosure. 3.1.8 Erect polyethylene hoarding walls between Occupied Area and Work Area to create the Asbestos Work Area Enclosure. Construct a frame for the enclosure from 50 mm x 100 mm (2” x 4”) construction grade wood studs and polyethylene. If the potential exists for the disturbance of ACM during the construction of the enclosure, wear a respirator and suitable protective clothing; ensure that the enclosure is of adequate size to permit the storage of equipment and waste. 3.1.9 Support polyethylene sheeting enclosures as required or as directed by Asbestos Abatement Consultant.

ECOH July119 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 12 14

3.1.10 Seal all below deck openings, including opening at the deck, to the work area using polyethylene, spray adhesive, tape, caulking, etc. 3.1.11 Provide a sealed polyethylene top for free standing enclosures. 3.1.12 Enclosure may be supported from the deck system(s), if applicable. 3.1.13 Install temporary lighting as required in Asbestos Work Area Enclosure. 3.1.14 Cover floor and wall surfaces and other articles inside enclosure or forming the enclosure with polyethylene sheeting. Lay floor sheeting first and return up wall surface in a fashion that wall sheeting will overlap by at least 12”. 3.1.15 Overlap perimeter polyethylene to form flap doorway. 3.1.16 Construct a transfer room for entry to and exit from the enclosure when it is necessary to move workers or materials between Occupied Areas and the Asbestos Work Area. 3.1.17 Establish negative pressure in Asbestos Work Areas as follows: 3.1.17.1 Use HEPA Vacuum, or HEPA Negative Air Unit if requested by the Asbestos Abatement Consultant, which has been DOP tested. 3.1.17.2 Insert vacuum hose into Enclosure. Provide enough hose to reach all areas of Enclosure. 3.1.17.3 Operate HEPA vacuum continuously until dismantling of Enclosure. 3.1.17.4 Provide sufficient negative air pressure to exchange a volume of air equivalent to that of the Asbestos Work Area a minimum of every 20 minutes. 3.1.18 Post signs at doorways leading into a contaminated area. Such signs shall read:

CAUTION Asbestos Hazard Area No Unauthorized Entry Wear assigned protective equipment Breathing asbestos dust may cause serious bodily harm

3.2 Asbestos Removal

3.2.1 Before beginning work, remove visible dust from surfaces in the work area. Use HEPA vacuum, or damp cloths where damp cleaning is considered more appropriate. The use of compressed air is strictly forbidden. 3.2.2 All removal work must be completed manually with non-powered hand tools.

ECOH July120 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 13 14

3.2.3 Undo or remove fasteners if necessary to remove materials. 3.2.4 Wet materials containing asbestos to be removed, disturbed, or sealed, with amended water. Use garden type low velocity fine mist sprayer. Perform work in a manner to reduce the creation and spread of dust. Keep material wetted as work proceeds and as additional layers of material are exposed. 3.2.5 Break materials only if unavoidable. 3.2.6 Wet freshly exposed edges of broken materials. 3.2.7 Remove material adhered to substrate or supports. 3.2.8 Place waste directly into waste disposal bags. Wherever possible, asbestos-containing material should be removed in sections as intact as possible. Do not allow material to fall to floor. 3.2.9 Frequently and at regular intervals during the doing of the work, debris and dust waste shall be cleaned up and removed using a vacuum equipped with a HEPA filter, or by damp mopping or wet sweeping, and placed in an asbestos waste container. 3.2.10 Clean surfaces where asbestos has been removed by means of wire brushes, steel wool, or other suitable tools. 3.2.11 Immediately after completion of the work, clean up dust and waste containing asbestos using a HEPA vacuum or by damp wiping. 3.2.12 Double bag all waste as it is taken out of the Asbestos Work Area Enclosure. 3.2.13 Clean the entire Asbestos Work Area by means of HEPA vacuuming or wet wiping when removal of ACM is complete. 3.2.14 All tools, equipment, materials and supplies that will NOT be reused shall be placed in an asbestos waste container as soon as practicable following completion of the preceeding Items of this Section. 3.2.15 All tools, equipment, materials and supplies that will be reused shall be cleaned, by using a vacuum equipped with a HEPA filter or by damp wiping, as soon as practicable following completion of the preceding Items of this Section. 3.2.16 Place materials used to form Enclosure, disposable coveralls, and other contaminated waste in asbestos waste bags for disposal. All waste is to be double bagged and independently sealed. 3.2.17 Apply a heavy coat of sealant using a fine mist sprayer to all surfaces in the work area. 3.2.18 The Enclosure shall remain erected until the sealant has dried or, if required, until an air sample is collected inside the enclosure, and the levels are below 0.04f/cc.

ECOH July121 2020of 140 PEEL DISTRICT SCHOOL BOARD HAZARDOUS MATERIAL ABATEMENT GORDON GRAYDON SENIOR PUBLIC SCHOOL SCOPE AND DETAILS 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO SECTION 02 82 02 ROJECT O AGE OF ECOH P N . 25881-05 P 14 14

3.2.19 Compressed air shall not be used to clean up and remove debris or dust from any surface. 3.2.20 Eating, drinking, chewing or smoking shall not be permitted in the work area. 3.2.21 Maintain all work areas in a neat and orderly fashion at all times.

3.3 Teardown of Enclosure and Exit from the Work Area

3.3.1 Carefully roll polyethylene toward the centre of enclosure. Remove visible debris by means of HEPA vacuum as polyethylene is rolled away. 3.3.2 Drop sheets shall not be reused. 3.3.3 Drop sheets shall be wetted and placed in an asbestos waste container as soon as practicable after completion of the preceding Items of this Section. 3.3.4 After the work is completed, polyethylene sheeting and similar materials used for barriers and enclosures shall not be reused, but shall be wetted and placed in an asbestos waste container as soon as practicable following completion of the preceeding Items of this Section. 3.3.5 Barriers and portable enclosures shall not be reused unless they are rigid and can be cleaned thoroughly. 3.3.6 After the work is completed, barriers and portable enclosures that will be reused shall be cleaned, by using a vacuum equipped with a HEPA filter or by damp wiping, as soon as practicable following completion of the preceeding Items of this Section. 3.3.7 Prior to leaving the work area, workers shall decontaminate his or her protective clothing by using a vacuum equipped with a HEPA filter, or by damp wiping, before removing the protective clothing. 3.3.7.1 If the protective clothing is to be reused, it shall be stored in a sealable plastic bag. 3.3.7.2 If the protective clothing will NOT be reused, place it in an asbestos waste container immediately prior to leaving the work area. 3.3.8 Immediately after leaving the work area, all workers shall proceed directly to the established washing facilities to wash hands and face. 3.3.9 All workers shall wash, remove and store respirtors as per the written procedures that have been established by the employer and as is consistent with the manufacturer’s specifications. 3.3.10 Reinstall objects and items removed to facilitate removal of ACM.

End of Section

ECOH July122 2020of 140

PRE-RENOVATION DESIGNATED SUBSTANCE AND HAZARDOUS MATERIAL ASSESSMENT

WINDOW REPLACEMENT PROJECT GORDON GRAYDON SENIOR PUBLIC SCHOOL 170 RUTHERFORD ROAD, BRAMPTON, ONTARIO

Submitted to: Telstorm Corp. 406-3100 Steeles Avenue West Vaughan, Ontario L4K 3R1

Presented by: ECOH 75 Courtneypark Drive West, Unit 1 Mississauga, Ontario Canada L5W 0E3

ECOH Project No: 25881-05 July 17, 2020

123 of 140

Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

Introduction ECOH Management Inc. (ECOH) was retained by Telstorm Corp. (Telstorm) to conduct a survey for designated substances and hazardous materials prior to renovations at Gordon Graydon Senior Public School, located at 170 Rutherford Road, Brampton, Ontario. ECOH understands the survey was requested prior to a planned window replacement project. The assessment was limited to locations relative to the future window replacement, hereafter referred to as the "Project Area”, as per drawings provided by Peel District School Board (PDSB). Ms. Brittanie Semper of ECOH completed the assessment of the Project Area on June 23, 2020. The assessment included visual inspections and non-intrusive assessment for the presence of Designated Substances (asbestos, lead, mercury, etc.) and other hazardous materials (such as mould, UFFI, PCBs, etc.).

Findings Visual investigation and sampling revealed the following general site conditions and asbestos- related information within the Project Area. 1. Flooring materials within the Project Area are not expected to be disturbed by the renovation scope of work and were therefore not sampled during this assessment. If the project scope should be altered to include disturbance of these materials, they should be sampled prior to disturbance to determine asbestos content. Alternatively, these materials can be presumed to contain asbestos and disturbance or removal should be done utilizing the appropriate asbestos safety precautions. 2. Walls of the Project Area are constructed of the following materials: a) Masonry brick with associated mortar. Three (3) representative samples of brick mortar were collected (25881-05-ASB-10A-C) and determined by laboratory analysis to be non- asbestos. b) Concrete block with associated mortar. Three (3) representative samples of concrete mortar were collected (25881-05-ASB-06A-C) and determined by laboratory analysis to be non-asbestos. c) Drywall Joint compound was observed in the Library of this facility. Three (3) representative samples of this material were collected (25881-05-ASB-02A-C) and determined by laboratory analysis to be contain 3% Chrysotile asbestos. 3. Ceilings of the Project Area are constructed of the following materials: a) Ceiling Tile 1 - 2'x4' Long Lengthwise Fissures and Pinholes. Three (3) representative samples of this material were collected (25881-05-ASB-03A-C) and determined by laboratory analysis to be contain <0.25% Amosite, 0.25% Chrysotile asbestos. The trace quantities of asbestos are below the regulatory threshold for an “asbestos-containing material” in Ontario (greater than or equal to 0.5% asbestos content) and, as such, is not considered to be an asbestos-containing material. b) Ceiling Tile 2 - 2'x4' Small Flecks and Pinholes. Three (3) representative samples of this material were collected (25881-05-ASB-05A-C) and determined by laboratory analysis to be non-asbestos. 4. Caulking material observed in the Project Area are as follows: a) Black caulking (1) on interior window frames. Three (3) representative samples of this material were collected (25881-05-ASB-01A-C) and determined by laboratory analysis to be non-asbestos.

ECOH Page 2 124 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

b) Black caulking (2) on interior window frames. Three (3) representative samples of this material were collected (25881-05-ASB-04A-C) and determined by laboratory analysis to be non-asbestos c) Black/Grey caulking (3) on exterior window frames. Three (3) representative samples of this material were collected (25881-05-ASB-07A-C) and determined by laboratory analysis to be non-asbestos. d) Brown caulking on exterior window frames. Three (3) representative samples of this material were collected (25881-05-ASB-08A-C) and determined by laboratory analysis to be non-asbestos. 5. Pipe fittings (which may include elbows, valves, tees, hangers, etc.) were observed to be not insulated or insulated with non-asbestos materials (i.e. Fibreglass). 6. Straight sections of pipe were observed to be not insulated or insulated with non-asbestos materials (i.e. Fibreglass). 7. Duct systems were not observed in the Project Area. Please refer to Table 1 below for a summary of analysis of bulk samples for asbestos. TABLE 1 Summary of Analysis of Asbestos Bulk Samples Sample Sample Number Sample Description Results Location

25881-05-ASB-01A Classroom 116 Black Window Caulking (1) None Detected 25881-05-ASB-01B Classroom 113 Black Window Caulking (1) None Detected 25881-05-ASB-01C Classroom 214 Black Window Caulking (1) None Detected

25881-05-ASB-02A Library Drywall Joint Compound - Wall 3% Chrysotile Positive Stop 25881-05-ASB-02B Library Drywall Joint Compound - Wall (Not Analyzed) Positive Stop 25881-05-ASB-02C Library Drywall Joint Compound - Wall (Not Analyzed) Ceiling Tile 1 - 2'x4' Long <0.25% Amosite 25881-05-ASB-03A Classroom 116 Lengthwise Fissures and Pinholes 0.25% Chrysotile Ceiling Tile 1 - 2'x4' Long <0.25% Amosite 25881-05-ASB-03B Classroom 116 Lengthwise Fissures and Pinholes <0.25% Chrysotile Ceiling Tile 1 - 2'x4' Long <0.25% Amosite 25881-05-ASB-03C Classroom 116 Lengthwise Fissures and Pinholes <0.25% Chrysotile 25881-05-ASB-04A Classroom 109 Black Window Caulking (2) None Detected

25881-05-ASB-04B Classroom 109 Black Window Caulking (2) None Detected

25881-05-ASB-04C Classroom 109 Black Window Caulking (2) None Detected Ceiling Tile 2 - 2'x4' Small Flecks 25881-05-ASB-05A Room 109A None Detected and Pinholes Ceiling Tile 2 - 2'x4' Small Flecks 25881-05-ASB-05B Room 109A None Detected and Pinholes

ECOH Page 3 125 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

TABLE 1 Summary of Analysis of Asbestos Bulk Samples Sample Sample Number Sample Description Results Location Ceiling Tile 2 - 2'x4' Small Flecks 25881-05-ASB-05C Room 109A None Detected and Pinholes 25881-05-ASB-06A Classroom 116 Concrete Block Mortar None Detected

25881-05-ASB-06B Classroom 116 Concrete Block Mortar None Detected

25881-05-ASB-06C Classroom 116 Concrete Block Mortar None Detected

25881-05-ASB-07A Exterior Window Caulking – Black/Grey (3) None Detected

25881-05-ASB-07B Exterior Window Caulking – Black/Grey (3) None Detected

25881-05-ASB-07C Exterior Window Caulking – Black/Grey (3) None Detected

25881-05-ASB-08A Exterior Brown Window Caulking None Detected

25881-05-ASB-08B Exterior Brown Window Caulking None Detected

25881-05-ASB-08C Exterior Brown Window Caulking None Detected

25881-05-ASB-09A Exterior Expansion Joint Caulking - Grey None Detected

25881-05-ASB-09B Exterior Expansion Joint Caulking - Grey None Detected

25881-05-ASB-09C Exterior Expansion Joint Caulking - Grey None Detected

25881-05-ASB-10A Exterior Brick Mortar None Detected

25881-05-ASB-10B Exterior Brick Mortar None Detected

25881-05-ASB-10C Exterior Brick Mortar None Detected - shading indicates sample result positive for asbestos (if applicable)

9. Although no regulations exist in Ontario, guidelines indicate that paints and surface coatings that contain 0.5% lead concentration by dry weight (i.e. concentrations of lead at or above 0.5%, or 5000 parts per million (ppm) is considered to be a “lead-based paint or surface coating”. Paints or surface coatings that contain concentrations of lead greater than 0.1% by dry weight (1000 ppm), and less than 0.5% by dry weight (5000 ppm), is considered to be a “lead-containing paint or surface coating”. Paints or surface coatings that contain concentrations of lead at, or below, 0.1% by dry weight (1000 ppm) is considered to be a “low-level lead paint or surface coating”. The presence of lead in paint and mortar was assessed by the collection and submission of bulk material samples to a professional laboratory for analysis by flame atomic absorption

ECOH Page 4 126 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

spectroscopy. The Chain of Custody and the Certificate of Analysis, which details analytical results referenced in the findings section, for all lead bulk sampling is presented within Appendix I. Please refer to Table 2 below for a summary of the bulk sample analysis results for lead.

TABLE 2 Summary of Analysis of Bulk Samples for Lead Sample Number Location Description Concentration 25595-Pb-01 Classroom 116 White Paint on Walls <81 ppm

25595-Pb-02 Exterior Concrete Block Mortar <40 mg/Kg

25595-Pb-03 Exterior Brick Mortar <40 mg/Kg

- shading indicates lead-based/lead-containing material (if applicable)

No major sources of lead or lead-containing products were observed during this survey. However, the following should be noted; a) Lead may be present in glazing on ceramic tiles (if present), b) Lead may be present in wiring connectors and electric cable sheathing, c) Lead may be present in solder joints on piping or cast-iron pipe packing, and d) Lead may be present in internal batteries associated with emergency lighting systems. 10. Free crystalline silica in the form of common construction sand is present in all concrete and masonry products within the work areas.

Discussion and Recommendations: The following recommendations meet requirements of the Occupational Health and Safety Act. Asbestos recommendations meet the requirements of the Designated Substance – Regulation respecting Asbestos on Construction Projects and in Buildings and Repair Operations, Ontario Regulation 278/05. Based upon the observations of this assessment, ECOH offers the following for your consideration. 1. As asbestos-containing materials (ACM) are present within the Project Area, ECOH recommends that all workers have asbestos awareness and respirator training before commencing work. Asbestos awareness training will provide on-site workers; the understanding of asbestos-related health and safety issues; the ability to recognize ACM and any situation that may present a potential asbestos exposure, and; the ability to respond appropriately to an inadvertent disturbance of ACM in the work area. 2. The following is recommended for removal or disturbance of confirmed asbestos-containing materials present in the Project Area, if required to complete during the project scope of work: • Type 1 asbestos safety precautions should be utilized for the disturbance or removal of non-friable asbestos-containing materials (i.e. less than one square meter of drywall with joint compound) provided the work is done by means of non-powered hand-held tools and wetted to control spread dust or fibres. • Type 2 asbestos safety precautions should be utilized for the disturbance or removal of non-friable asbestos-containing materials (i.e. more than one square meter of

ECOH Page 5 127 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

drywall joint compound) provided the work is done by means of non-powered hand- held tools and wetted to control spread dust or fibres. 3. Should any work involve the disturbance of building materials assumed to contain asbestos, additional testing for asbestos-content should be completed prior to disturbance of the material. Work involving the disturbance of building materials confirmed to contain asbestos, should be conducted following recommendations detailed within Ontario Regulation 278/05 Asbestos on Construction Projects and in Buildings and Repair Operations. 4. No major sources of lead or lead-containing products were observed during the survey; however, lead is assumed to be present in: o Internal batteries associated with emergency lighting systems, o Wiring connectors and electric cable sheathing, o Piping and solder joints on piping, and o Cast iron pipe joint packing. The removal of all building materials assumed or confirmed to contain lead (i.e. having lead concentrations >0.1% (1000ppm)) should be conducted following recommendations detailed within the Environmental Abatement Council of Ontario (EACO) guidance document, EACO Lead Guideline For Construction, Renovation, Maintenance or Repair dated 2014, which incorporates the guidelines set forth in the Ontario Ministry of Labour’s Guideline: Lead on Construction Projects, dated April, 2011. Renovation, demolition or general construction work involving the removal of materials containing only trace concentrations of lead can be completed without lead-specific safety precautions provided that: a) work does not include 'fume generating activities' (heat producing) such as welding, torching, burning, high temperature cutting, etc., b) work does not include dust-generating activities such as grinding, cutting or chemical stripping, c) dust levels are maintained below 3mg/m3, and d) general health and safety construction procedures are implemented, which would include dust suppression methods, proper respiratory protection (minimum of a 1/2- face respirator) and protective clothing, as is appropriate for the work being completed. 5. During project work, if additional materials are revealed beyond what are described in this report (i.e. materials not identified or materials that are not homogenous to those identified or materials that become revealed during the work), additional testing for asbestos-content should be completed prior to disturbance of the material. Alternatively, these materials can be assumed to contain asbestos and the appropriate level of asbestos safety precautions must be implemented. 6. Cutting, grinding, or demolition of materials containing silica should be completed using general health and safety precautions including the use of dust suppression techniques and appropriate respiratory protection. Silica containing materials are to be managed in place and proper dust control measures must be implemented when disturbing these materials if affected during renovation/construction activities. During major renovations, removal of materials containing silica should be removed following recommendations detailed within the MOL, Guideline - Silica on Construction Projects, dated, April 2011.

ECOH Page 6 128 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

Silica is inherent in various building materials (i.e. concrete, cement, tile, brick, masonry, mortar, etc.) and cannot be removed and/or replaced with non-silica containing products. 7. Other designated substances, if present, would not be expected to be a source of concern during work of this project and should be adequately addressed using general health and safety precautions including, in part, the use of dust suppression techniques and appropriate respiratory protection. 8. Should work be required in other areas of the building, beyond the area subjected to this assessment, additional site investigations should be completed to assess the presence of Designated Substances or Hazardous Materials.

Statement of Limitations Due to the nature of building construction, and on-going building activities, some limitations exist to the thoroughness of a building assessment. The field observations, measurements and analysis are considered sufficient in detail and scope to form a reasonable basis for the findings and conclusions presented in this report. The observations, results and conclusions drawn by ECOH Management Inc. (ECOH) are limited to the specific scope of work for which ECOH was retained, and are based solely on information generated as a result of the specific scope of work authorized by Telstorm Corp. Only those items that are capable of being observed, and are reasonably obvious to ECOH personnel or have been identified to ECOH by other parties, can be reported. ECOH has exercised a degree of thoroughness and competence that is consistent with the profession during the execution of this assessment. ECOH considers the opinions and information as they are presented in this report to be factual at the time of the assessment. The conclusions are limited to the specific locations of where testing and/or observations were completed during the course of the assessment. It is important to note that work was completed with the utmost care and our extensive expertise in carrying out assessments. ECOH believes that the information collected during the assessment concerning the Work Area is reliable. No other warranties are implied or expressed. ECOH, to the best of its knowledge, believes this report to be accurate, however, ECOH cannot guarantee the completeness or accuracy of information supplied to ECOH by third parties. It should also be noted that any investigation regarding the presence of hazardous materials in the work area is based on interpretation of conditions determined at specific sampling locations, and conditions may vary between sampling locations. ECOH is an Environmental Consulting Company and as such any results or conclusions presented in this report should not be construed as legal advice. The material in this report reflects ECOH’s professional interpretation of information available at the time of report preparation. Any use which a third party makes of this report, or any reliance on or decisions to be made based on it, are the responsibility of such third parties. ECOH accepts no responsibility for damages, if any, suffered by any third party as a result of decisions made or actions based on this report. Should additional information become available that suggests other environmental issues of concern beyond that described in this report, ECOH retains the right to review this information and modify conclusions and recommendations presented in this report accordingly.

ECOH Page 7 129 of 140 Designated Substance and Hazardous Material Assessment Gordon Graydon Senior Public School 170 Rutherford Road, Brampton, Ontario ECOH Project Number: 25881-05 JULY 2020

Should you have any questions, please do not hesitate to contact us at (905) 795-2800.

Sincerely, ECOH Environmental Consulting Occupational Health

Prepared By: Reviewed By:

Brittanie Semper Steve Bizi Senior Environmental Scientist Project Manager

Attachments: Appendix I: Drawings Appendix II: Laboratory Certificates of Analysis for Asbestos and Lead

ECOH Page 8 130 of 140

Appendix I: Drawings

131 of 140 Legend

01A-C Negative Asbestos Bulk Sample Location

01A-C Positive Asbestos Bulk Sample Location

Pb01 Negative Lead Bulk Sample Location

Note: Drywall throughout the facility is considered to be asbestos-containing

Pb01

01A

06A-C

03A-C 01B

All information relating to room size and location is 04A-C approximate and for visual aid only. ECOH does not guarantee the drawing to be complete, absolute, accurate or current. The drawing should not be used by any party in 05A-C lieu of obtaining architectural drawings. Figure 1

First Floor Plan

LOCATION: 10B Gordon Graydon SPS 07B 07C Pb03 10A 170 Rutherford Road 10C 07A 08A-C Brampton, ON Pb02 09A-C PROJECT: Designated Substance Survey

CLIENT: Telstorm PROJECT NUMBER: DATE: DRW BY: 25881-05 July 2020 ID

CAD FILE: SCALE: CHK BY: FIG1-2 P25881-05 Not to Scale CB

ECOH Environmental Consulting

Occupational132 of Health 140 Legend

01A-C Negative Asbestos Bulk Sample Location

01A-C Positive Asbestos Bulk Sample Location

Pb01 Negative Lead Bulk Sample Location

Note: Drywall throughout the facility is considered to be asbestos-containing

01C

All information relating to room size and location is approximate and for visual aid only. ECOH does not guarantee the drawing to be complete, absolute, accurate or current. The drawing should not be used by any party in lieu of obtaining architectural drawings.

Figure 2

First Floor Plan

LOCATION: Gordon Graydon SPS 170 Rutherford Road 02C Brampton, ON 02B 02A PROJECT: Designated Substance Survey

CLIENT: Telstorm PROJECT NUMBER: DATE: DRW BY: 25881-05 July 2020 ID

CAD FILE: SCALE: CHK BY: FIG1-2 P25881-05 Not to Scale CB

ECOH Environmental Consulting Occupational133 Healthof 140

Appendix II: Laboratory Certificate of Analysis for Asbestos and Lead

134 of 140 EMSL Canada Inc. EMSL Canada Order: 552007291 Customer ID: 55ECOH45 2756 Slough Street Mississauga, ON L4T 1G3 Customer PO: 25881-05 Tel/Fax: (289) 997-4602 / (289) 997-4607 http://www.EMSL.com / [email protected] Project ID:

Attention: Brittanie Semper Phone: (905) 795-2800 ECOH Management, Inc. Fax: (905) 795-2870 75 Courtneypark Drive West Received Date: 06/26/2020 5:31 PM Unit 1 Analysis Date: 07/02/2020 - 07/03/2020 Mississauga, ON L5W 0E3 Collected Date: 06/23/2020 Project: 25881-05 Gordon Graydon SPS

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy

Non-Asbestos Asbestos Sample Description Appearance % Fibrous % Non-Fibrous % Type 25881-05-ASB-01a Black Window Black 100% Non-fibrous (Other) None Detected Caulking (1) - Non-Fibrous 552007291-0001 Classroom 116 Homogeneous 25881-05-ASB-01b Black Window Black 100% Non-fibrous (Other) None Detected Caulking (1) - Non-Fibrous 552007291-0002 Classroom 113 Homogeneous 25881-05-ASB-01c Black Window Black Glass2% 98% Non-fibrous (Other) None Detected Caulking (1) - Non-Fibrous 552007291-0003 Classroom 214 Homogeneous 25881-05-ASB-02a Drywall Joint Beige 97% Non-fibrous (Other) 3% Chrysotile Compound - Wall Non-Fibrous 552007291-0004 (Library) Homogeneous 25881-05-ASB-02b Drywall Joint Positive Stop (Not Analyzed) Compound - Wall 552007291-0005 (Library) 25881-05-ASB-02c Drywall Joint Positive Stop (Not Analyzed) Compound - Wall 552007291-0006 (Library) 25881-05-ASB-03a Ceiling Tile 1 - 2'x4' Gray/White 100% Non-fibrous (Other) <1% Amosite Long Lengthwise Fibrous <1% Chrysotile 552007291-0007 Fissures and Pinholes Homogeneous (Classroom 116) 25881-05-ASB-03b Ceiling Tile 1 - 2'x4' Gray/White 100% Non-fibrous (Other) <1% Amosite Long Lengthwise Fibrous <1% Chrysotile 552007291-0008 Fissures and Pinholes Homogeneous (Classroom 116) 25881-05-ASB-03c Ceiling Tile 1 - 2'x4' Gray/White 100% Non-fibrous (Other) <1% Amosite Long Lengthwise Fibrous <1% Chrysotile 552007291-0009 Fissures and Pinholes Homogeneous (Classroom 116) 25881-05-ASB-04a Black Window Black 100% Non-fibrous (Other) None Detected Caulking (2) - Non-Fibrous 552007291-0010 Classroom 109 Homogeneous 25881-05-ASB-04b Black Window Black 100% Non-fibrous (Other) None Detected Caulking (2) - Non-Fibrous 552007291-0011 Classroom 109 Homogeneous 25881-05-ASB-04c Black Window Brown 100% Non-fibrous (Other) None Detected Caulking (2) - Non-Fibrous 552007291-0012 Classroom 109 Homogeneous 25881-05-ASB-05a Ceiling Tile 2 - 2'x4' Gray 40% Cellulose 20% Non-fibrous (Other) None Detected Small Flecks and Fibrous 40% Min. Wool 552007291-0013 Pinholes - Room Homogeneous 109A 25881-05-ASB-05b Ceiling Tile 2 - 2'x4' Gray 40% Cellulose 20% Non-fibrous (Other) None Detected Small Flecks and Fibrous 40% Min. Wool 552007291-0014 Pinholes - Room Homogeneous 109A

Initial report from: 07/03/2020 13:24:52 135 of 140 ASB_PLM_0008_0001 - 1.78 Printed: 7/3/2020 1:28 PM Page 1 of 3 EMSL Canada Inc. EMSL Canada Order: 552007291 Customer ID: 55ECOH45 2756 Slough Street Mississauga, ON L4T 1G3 Customer PO: 25881-05 Tel/Fax: (289) 997-4602 / (289) 997-4607 http://www.EMSL.com / [email protected] Project ID:

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy

Non-Asbestos Asbestos Sample Description Appearance % Fibrous % Non-Fibrous % Type 25881-05-ASB-05c Ceiling Tile 2 - 2'x4' Gray 35% Cellulose 25% Non-fibrous (Other) None Detected Small Flecks and Fibrous 40% Min. Wool 552007291-0015 Pinholes - Room Homogeneous 109A 25881-05-ASB-06a-Bloc Concrete Block White 100% Non-fibrous (Other) None Detected k Fill Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0016 25881-05-ASB-06a-Mort Concrete Block Gray 100% Non-fibrous (Other) None Detected ar Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0016A 25881-05-ASB-06bBloc Concrete Block White 100% Non-fibrous (Other) None Detected k Fill Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0017 25881-05-ASB-06b-Mort Concrete Block Gray 100% Non-fibrous (Other) None Detected ar Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0017A 25881-05-ASB-06c-Bloc Concrete Block White 100% Non-fibrous (Other) None Detected k Fill Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0018 25881-05-ASB-06c-Mort Concrete Block Gray 100% Non-fibrous (Other) None Detected ar Mortar - Classroom Non-Fibrous 116 Homogeneous 552007291-0018A 25881-05-ASB-07a Exterior Window Gray/Black 100% Non-fibrous (Other) None Detected Caulking - Black (3) Non-Fibrous 552007291-0019 Homogeneous 25881-05-ASB-07b Exterior Window Gray/Black 100% Non-fibrous (Other) None Detected Caulking - Black (3) Non-Fibrous 552007291-0020 Homogeneous 25881-05-ASB-07c Exterior Window Black 100% Non-fibrous (Other) None Detected Caulking - Black (3) Non-Fibrous 552007291-0021 Homogeneous 25881-05-ASB-08a Exterior Window Brown Glass3% 97% Non-fibrous (Other) None Detected Caulkling - Brown Non-Fibrous 552007291-0022 Homogeneous 25881-05-ASB-08b Exterior Window Brown Glass3% 97% Non-fibrous (Other) None Detected Caulkling - Brown Non-Fibrous 552007291-0023 Homogeneous 25881-05-ASB-08c Exterior Window Brown 100% Non-fibrous (Other) None Detected Caulkling - Brown Non-Fibrous 552007291-0024 Homogeneous 25881-05-ASB-09a Expansion Joint Gray 100% Non-fibrous (Other) None Detected Caulking - Grey - Non-Fibrous 552007291-0025 Exterior Homogeneous 25881-05-ASB-09b Expansion Joint Gray 100% Non-fibrous (Other) None Detected Caulking - Grey - Non-Fibrous 552007291-0026 Exterior Homogeneous 25881-05-ASB-09c Expansion Joint Gray 100% Non-fibrous (Other) None Detected Caulking - Grey - Non-Fibrous 552007291-0027 Exterior Homogeneous 25881-05-ASB-10a Exterior Brick Mortar Gray 100% Non-fibrous (Other) None Detected Non-Fibrous 552007291-0028 Homogeneous

Initial report from: 07/03/2020 13:24:52 136 of 140 ASB_PLM_0008_0001 - 1.78 Printed: 7/3/2020 1:28 PM Page 2 of 3 EMSL Canada Inc. EMSL Canada Order: 552007291 Customer ID: 55ECOH45 2756 Slough Street Mississauga, ON L4T 1G3 Customer PO: 25881-05 Tel/Fax: (289) 997-4602 / (289) 997-4607 http://www.EMSL.com / [email protected] Project ID:

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy

Non-Asbestos Asbestos Sample Description Appearance % Fibrous % Non-Fibrous % Type 25881-05-ASB-10b Exterior Brick Mortar Gray 100% Non-fibrous (Other) None Detected Non-Fibrous 552007291-0029 Homogeneous 25881-05-ASB-10c Exterior Brick Mortar Gray 100% Non-fibrous (Other) None Detected Non-Fibrous 552007291-0030 Homogeneous

Analyst(s) Ioana Taina (20) Matthew Davis or other approved signatory Natalie D'Amico (8) or Other Approved Signatory Stephanie Achaiya (3)

EMSL maintains liability limited to cost of analysis. The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 "Interim Method"), but augmented with procedures outlined in the 1993 ("final") version of the method. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations . Interpretation and use of test results are the responsibility of the client. All samples received in acceptable condition unless otherwise noted. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. EMSL recommends gravimetric reduction for all non-friable organically bound materials prior to analysis. Estimation of uncertainty is available on request.

Samples analyzed by EMSL Canada Inc. Mississauga, ON NVLAP Lab Code 200877-0

Initial report from: 07/03/2020 13:24:52 137 of 140 ASB_PLM_0008_0001 - 1.78 Printed: 7/3/2020 1:28 PM Page 3 of 3 EMSL Canada Order: 552007291 EMSL Canada Inc. Customer ID: 55ECOH45 2756 Slough Street Mississauga, ON L4T 1G3 Customer PO: 25881-05 Phone/Fax: (289) 997-4602 / (289) 997-4607 Project ID: http://www.EMSL.com / [email protected]

Attention: Brittanie Semper Phone: (905) 795-2800 ECOH Management, Inc. Fax: (905) 795-2870 75 Courtneypark Drive West Received: 06/26/2020 5:31 PM Unit 1 Analysis Date: 07/02/2020 - 07/03/2020 Mississauga, ON L5W 0E3 Collected: 06/23/2020 Project: 25881-05 Gordon Graydon SPS Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy. Quantitation using 400 Point Count Procedure Non-Asbestos Asbestos

Sample Description Appearance % Fibrous % Non-Fibrous % Type

25881-05-ASB-03a Ceiling Tile 1 - 2'x4' Gray/White 99.75% Non-fibrous (Other) <0.25%Amosite 552007291-0007 Long Lengthwise Non-Fibrous 0.25%Chrysotile Fissures and Pinholes Homogeneous (Classroom 116) 25881-05-ASB-03b Ceiling Tile 1 - 2'x4' Gray/White 100.0% Non-fibrous (Other) <0.25%Amosite 552007291-0008 Long Lengthwise Non-Fibrous <0.25%Chrysotile Fissures and Pinholes Homogeneous (Classroom 116) 25881-05-ASB-03c Ceiling Tile 1 - 2'x4' Gray/White 100.0% Non-fibrous (Other) <0.25%Amosite 552007291-0009 Long Lengthwise Fibrous <0.25%Chrysotile Fissures and Pinholes Homogeneous (Classroom 116)

Analyst(s)

Ioana Taina (3) Matthew Davis or other approved signatory

Disclaimer:Some samples may contain asbestos fibers present in dimensions below PLM resolution limits. The limit of detection as stated in the method is 0.25%. EMSL Analytical Inc suggests that samples reported as <0.25% or none detected undergo additional analysis via TEM . The above test report relates only to the items tested. This report may not be reproduced, except in full, without written approval of EMSL Analytical Inc. This test report must not be used by the client to claim product endorsement by NVLAP or any agency of the United States Government . EMSL Analytical Inc., bears no responsibility for sample collection activities, analytical method limitations, or the accuracy of results when requested to separate layered samples. EMSL Analytical Inc., liability is limited to the cost of sample analysis.The test results contained within this report meet the requirements of NELAC unless otherwise noted. Samples received in good condition unless otherwise noted. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample.

Samples analyzed by EMSL Canada Inc. Mississauga, ON NVLAP Lab Code 200877-0

Initial report from: 07/03/2020 13:24:56 138 of 140 ASB_PLMPC_0006_0003 Printed 7/3/2020 1:28:48PM Page 1 of 1 EMSL Canada Inc. EMSL Canada Or 552007296 CustomerID: 55ECOH45 2756 Slough Street, Mississauga, ON L4T 1G3 CustomerPO: 25881-05 Phone/Fax: (289) 997-4602 / (289) 997-4607 http://www.EMSL.com [email protected] ProjectID:

Attn: Brittanie Semper Phone: (905) 795-2800 ECOH Management, Inc. Fax: (905) 795-2870 75 Courtneypark Drive West Received: 6/26/2020 05:29 PM Collected: 6/23/2020 Unit 1 Mississauga, ON L5W 0E3 Project: 25881-05 - Gordon Graydon SPS Test Report: Lead in Paint Chips by Flame AAS (SW 846 3050B/7000B)*

Client SampleDescription Collected Analyzed Weight RDL Lead Concentration

25881-05-Pb-01 6/23/2020 6/29/2020 0.2482g 81 ppm <81ppm 552007296-0001 Site: White Paint on Walls - Interior

Rowena Fanto, Lead Supervisor or other approved signatory

EMSL maintains liability limited to cost of analysis. Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. Analysis following Lead in Paint by EMSL SOP/Determination of Environmental Lead by FLAA. Reporting limit is 0.008% wt based on the minimum sample weight per our SOP. "<" (less than) result signifies the analyte was not detected at or above the reporting limit. Measurement of uncertainty is available upon request. Definitions of modifications are available upon request. Samples analyzed by EMSL Canada Inc. Mississauga, ON AIHA-LAP, LLC - ELLAP #196142

Initial report from 07/03/2020 12:52:27 139 of 140 Test Report PB w/RDL-2.0.0.0 Printed: 7/3/2020 12:52:27 PM Page 1 of 2 EMSL Canada Inc. EMSL Canada Or 552007296 CustomerID: 55ECOH45 2756 Slough Street, Mississauga, ON L4T 1G3 CustomerPO: 25881-05 Phone/Fax: (289) 997-4602 / (289) 997-4607 http://www.EMSL.com [email protected] ProjectID:

Attn: Brittanie Semper Phone: (905) 795-2800 ECOH Management, Inc. Fax: (905) 795-2870 75 Courtneypark Drive West Received: 6/26/2020 05:29 PM Collected: 6/23/2020 Unit 1 Mississauga, ON L5W 0E3 Project: 25881-05 - Gordon Graydon SPS Test Report: Lead in Soils by Flame AAS (SW 846 3050B/7000B)*

Client SampleDescription Collected Analyzed Weight RDL Lead Concentration

25881-05-Pb-02 6/23/2020 7/2/2020 0.5051g 40 mg/Kg <40mg/Kg 552007296-0002 Site: Concrete Block Mortar - Exterior

25881-05-Pb-03 6/23/2020 7/2/2020 0.5060g 40 mg/Kg <40mg/Kg 552007296-0003 Site: Brick Mortar - Interior

Rowena Fanto, Lead Supervisor or other approved signatory

EMSL maintains liability limited to cost of analysis. Interpretation and use of test results are the responsibility of the client. This report relates only to the samples reported above, and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. The report reflects the samples as received. Results are generated from the field sampling data (sampling volumes and areas, locations, etc.) provided by the client on the Chain of Custody. Samples are within quality control criteria and met method specifications unless otherwise noted. Analysis following Lead in Soil/Solids by EMSL SOP/Determination of Environmental Lead by FLAA. Reporting limit is 40 mg/kg based on the minimum sample weight per our SOP. Unless noted, results in this report are not blank corrected. "<" (less than) result signifies that the analyte was not detected at or above the reporting limit. Measurement of uncertainty is available upon request. Definitions of modifications are available upon request. Samples analyzed by EMSL Canada Inc. Mississauga, ON AIHA-LAP, LLC - ELLAP #196142

Initial report from 07/03/2020 12:52:27 140 of 140 Test Report PB w/RDL-2.0.0.0 Printed: 7/3/2020 12:52:27 PM Page 2 of 2