Wednesday, September 19, 2007

Proposed New Communicaton System For New Brunswick. Will This be the end of Scanner Listening in New Brunswick ?

Request for Proposal
Public Safety Provincial Wireless System
for
The Government of New Brunswick
Department of Supply and Services
Provincial Wireless Initiative Project Office
Requisition Number: 0628012
Date: July 30th, 2007

i
TABLE OF CONTENTS
1.0 INTRODUCTION ........................................................................................................ 1
1.1 PROJECT OBJECTIVE.............................................................................................................1
1.2 PROJECT STAKEHOLDERS AND NEEDS...................................................................................1
1.3 SYSTEM SOLUTION................................................................................................................3
1.4 PUBLIC PRIVATE PARTNERSHIP..............................................................................................3
1.5 VENDOR PROPOSALS ............................................................................................................4
1.6 INTENT OF THIS RFP .............................................................................................................4
2.0 GENERAL INFORMATION ........................................................................................ 5
2.1 RFP TERMINOLOGY ..............................................................................................................5
2.2 CLOSING DATE FOR VENDOR PROPOSALS .............................................................................7
2.3 VENDOR IDENTIFICATION FORM .............................................................................................7
2.4 PROPOSAL DELIVERY ADDRESS.............................................................................................7
2.5 SCHEDULE OF EVENTS ..........................................................................................................7
2.6 CONFIDENTIALITY AND OWNERSHIP OF PROPOSALS ...............................................................8
2.7 VENDOR INCURRED COSTS....................................................................................................8
2.8 VENDOR QUESTIONS, GENERAL AND TECHNICAL....................................................................8
2.9 RIGHT TO AMEND RFP ..........................................................................................................9
2.10 CHANGES TO PROPOSAL WORDING .....................................................................................9
2.11 GNB INFORMATION - CONFIDENTIALITY AND SECURITY.........................................................9
2.12 NO LOBBYING ...................................................................................................................10
2.13 NEWS RELEASES ..............................................................................................................10
3.0 PROPOSALS ........................................................................................................... 11
3.1 PROPOSAL FORMAT ............................................................................................................11
3.2 SUBMISSION OF PROPOSALS - REQUIREMENTS ....................................................................13
3.3 TECHNICAL AND PRICING REQUIREMENTS............................................................................17
3.4 SELECTION OF RADIO FREQUENCY BANDS...........................................................................17
3.5 NETWORK SITE DIAGRAMS ..................................................................................................18
3.6 COMMERCIAL SERVICE OFFERING .......................................................................................18
3.7 MANDATORY REQUIREMENTS ..............................................................................................19
3.8 ACCESS TO EXISTING MICROWAVE SYSTEM OF NB POWER..................................................19
3.9 ACCESS TO EXISTING TOWER SITES OF GNB, RCMP AND NB POWER .................................19
3.10 PRICE VALIDITY.................................................................................................................20
3.11 PRICE PROTECTION...........................................................................................................20

ii
3.12 VALUE ADDED/COMMUNICATIONS ENHANCEMENT ..............................................................20
3.13 SECURITY .........................................................................................................................20
4.0 PROPOSAL EVALUATION AND VENDOR SELECTION....................................... 22
4.1 PROPOSAL EVALUATION ......................................................................................................22
4.2 SHORT LIST AND VENDOR PRESENTATION ...........................................................................22
4.3 FINANCIAL INFORMATION – PERFORMANCE GUARANTEE.......................................................22
4.4 ACCEPTANCE OF PROPOSALS..............................................................................................22
4.5 PROPOSAL SELECTION NOTIFICATION..................................................................................23
4.6 DEBRIEFING ON PROPOSAL EVALUATION..............................................................................23
5.0 CONTRACT AWARD AND NEGOTIATIONS.......................................................... 24
5.1 FINAL GOVERNMENT CONTRACT AUTHORIZATION.................................................................24
5.2 DIRECT AWARD BASED ON VENDOR SUBMISSION.................................................................24
5.3 NEGOTIATION DELAYS AND TERMINATION ............................................................................24
5.4 LEGAL PROCESS FOR CONTRACT AWARD FOR SERVICES .....................................................24
5.5 TERM OF CONTRACT ...........................................................................................................24
5.6 FAIR VALUE FOR MONEY .....................................................................................................25
5.7 STANDARD TERMS AND CONDITIONS....................................................................................25
5.8 ACCEPTANCE OF TERMS AND CONDITIONS...........................................................................25
5.9 CONTRACT DOCUMENTS......................................................................................................25
5.10 INDEMNITY ........................................................................................................................25
5.11 COMPLIANCE WITH LAWS...................................................................................................25
5.12 TERMINATION CLAUSE.......................................................................................................26
ATTACHMENT A: VENDOR IDENTIFICATION FORM................................................. 27
ATTACHMENT B: NON DISCLOSURE AGREEMENT................................................. 28
ATTACHMENT C: PROPOSAL EVALUATION PLAN.................................................. 32
ATTACHMENT D: SPECIFICATIONS........................................................................... 34
D1.0 INTRODUCTION.................................................................................................... 35
D1.1 STAKEHOLDERS................................................................................................................36
D1.2 PROPOSAL & COVERAGE DESIGN APPROACH....................................................................36
D1.3 RADIO FREQUENCY BANDS ...............................................................................................37
D1.4 COMMERCIAL SERVICE OFFERING - GNB CONDITIONS.......................................................37
D2.0 TECHNICAL REQUIREMENTS............................................................................. 39
D2.1 SYSTEM DESCRIPTION ......................................................................................................39
D2.2 PROJECT 25.....................................................................................................................43

iii
D2.3 IT NETWORK ARCHITECTURE ............................................................................................43
D2.4 REDUNDANCY...................................................................................................................43
D2.5 ADMINISTRATION SYSTEM.................................................................................................44
D2.6 INTERFACES .....................................................................................................................45
D2.7 PRODUCT ROADMAP.........................................................................................................45
D2.8 BACKHAUL SYSTEM ..........................................................................................................45
D2.9 PAGING & INTEROPERABILITY............................................................................................47
D2.10 ALTERNATIVE ARCHITECTURES/SOLUTIONS.....................................................................49
D2.11 SPECIAL REQUIREMENTS ................................................................................................50
D3.0 SYSTEM PERFORMANCE ................................................................................... 50
D3.1 AVAILABILITY ....................................................................................................................50
D3.2 QUALITY OF SERVICE........................................................................................................51
D3.3 GRADE OF SERVICE..........................................................................................................52
D3.4 COVERAGE.......................................................................................................................54
D4.0 USER EQUIPMENT............................................................................................... 57
D4.1 PORTABLES, MOBILES, BASES ..........................................................................................57
D4.2 CONSOLES .......................................................................................................................65
D5.0 IMPLEMENTATION STATEMENT OF WORK...................................................... 66
D5.1 PROJECT MANAGEMENT ...................................................................................................67
D5.2 IMPLEMENTATION ACTIVITIES ............................................................................................68
D6.0 OPERATIONS & MAINTENANCE ........................................................................ 70
D6.1 NETWORK MONITORING & PERFORMANCE MANAGEMENT ..................................................70
D6.2 RESPONSE AND RESTORATION..........................................................................................71
D6.3 TOWER SITE MAINTENANCE ..............................................................................................72
D6.4 ADMINISTRATION & CONFIGURATION .................................................................................72
D6.5 CONTINUOUS OPTIMIZATION GROUP .................................................................................73
D6.6 USER EQUIPMENT MAINTENANCE......................................................................................73
D6.7 TECHNICAL RESOURCE OPTIONS - DOT............................................................................75
D6.8 BILINGUAL SERVICE ..........................................................................................................76
D6.9 COMMERCIAL SERVICES OFFERING...................................................................................76
D6.10 SECURITY REQUIREMENTS..............................................................................................76
D7.0 PRICING REQUIREMENTS .................................................................................. 77
D7.1 INFRASTRUCTURE & IMPLEMENTATION PRICING .................................................................77
D7.2 USER EQUIPMENT PRICING ...............................................................................................78
D7.3 OPERATIONS & MAINTENANCE PRICING.............................................................................79

iv
D7.4 TERM AND RENEWAL ........................................................................................................80
D7.5 TERMS OF PAYMENT.........................................................................................................81
D7.6 FINANCING PARTNER ........................................................................................................83
D7.7 INFRASTRUCTURE COST SHARE........................................................................................83
D7.8 PRICE SUMMARY - STAKEHOLDERS ...................................................................................84
ATTACHMENT E: POTENTIAL USERS........................................................................ 87
E1.0 POTENTIAL USERS.............................................................................................. 87
E2.0 PUBLIC SAFETY GRADE DISPATCH CONSOLES............................................. 88
E3.0 ESTIMATED USER EQUIPMENT QUANTITIES................................................... 88
E3.1 NB POWER.......................................................................................................................88
E3.2 MUNICIPALITIES & FEDERAL GOVERNMENT........................................................................88
E3.3 PEI .................................................................................................................................89
E3.4 VENDOR SUMMARY OF MODELS PROPOSED ......................................................................92
E3.5 PRICE SUMMARY ..............................................................................................................92
ATTACHMENT F: RESULTS OF CONSULTATIONS WITH INDUSTRY CANADA ON
ACCESS TO SPECTRUM.............................................................................................. 94
ATTACHMENT “G”: CHECK LIST OF MANDATORY REQUIREMENTS.................... 95

1
1.0 Introduction
1.1 Project Objective
The Province of New Brunswick is investigating the opportunity to implement a
modernized Provincial Wireless System (PWS) for mobile radio communications to
support the delivery of public safety and other public sector services. For this purpose,
the Department of Supply and Services (DSS) has the mandate from the Government of
New Brunswick (GNB):
• to consolidate the mobile communications requirements of the government, its
agencies, and of the Royal Canadian Mounted Police (RCMP); and
• to acquire the PWS under the umbrella of the New Brunswick Provincial Wireless
Initiative (PWI) Project.
The objective of the PWI Project is to find a public safety grade trunk radio
communications solution for the provision of this modernized system. Under the
leadership of DSS and it’s PWI Project Office, the work on the Project is a collaborative
effort of the Primary Project Stakeholders who will eventually share the services of the
system.
Today, four aging systems operated by RCMP, NB Power, Department of Natural
Resources (DNR), and Department of Transportation (DOT) provide the public sector
mobile radio communications services in New Brunswick. An integrated province-wide
PWS meeting the public safety P25 standard will replace these four systems. The PWS
will consist of a Trunked Mobile Radio System (TMRS) in one of the three frequency
bands listed: 150 MHz, 450 MHz or 700 MHz, a VHF Paging System, and a VHF
Interoperability System. Initially, the PWS will operate with an estimated 6400 mobile,
portable and base radios located throughout the Province.
1.2 Project Stakeholders and Needs
The Primary Stakeholders of the Project are the organizations that own or are major
users of the existing radio communication systems in the Province of NB:
• The NB Department of Education (ED)
• The NB Department of Environment (ENV)
• The NB Department of Local Government (LG)

2
• The NB Department of Health (DOH)
• The NB Department of Natural Resources (DNR)
• The NB Department of Public Safety (DPS)
• The NB Department of Transportation (DOT)
• The Royal Canadian Mounted Police (RCMP)
These Stakeholders are also the Committed Users for the planned PWS.
For the purposes of the RFP, NB Power (NBP) is considered to be a stakeholder;
however, their equipment numbers are to be costed out separately (see Attachment E:
Potential Users). NBP will render a final decision pending the negotiation of the
Contract.
A number of other public sector organizations in the Province have indicated interest in
utilizing the new system. The requirements of these Potential Users will be addressed
with appropriate system enhancements as and when needed. These organizations
include:
• NB Municipalities,
• Government of PEI, and
• Federal Government Departments within the Atlantic Region.
The PWS will provide the communications services needed to support the following
government operations:
• emergency medical services
• policing
• drug enforcement
• fisheries enforcement
• border enforcement
• commercial vehicle enforcement
• highway construction, operations and maintenance
• power utility operation, maintenance and emergency repairs
• school bussing
• enforcement of environmental regulations
• fire fighting
• coordination between agencies in emergency response

3
1.3 System Solution
GNB is issuing this Request for Proposal (RFP) for the provision of a PWS solution in
the form of a Trunked Mobile Radio System (TMRS) with associated VHF Paging and
VHF Interoperability Systems.
The TMRS must have the following components:
• TMRS Infrastructure consisting of trunked radio communications equipment and
software, the network of radio repeaters at sites distributed in all areas of the
Province, the backbone communications system linking the radio repeater sites,
and all other equipment and facilities of any kind needed to support the operation
of User Equipment; and
• User Equipment consisting of mobiles, portables, bases, dispatch consoles and
related equipment.
The Paging System must have the following components:
• Paging Infrastructure needed for a province-wide VHF paging system using the
radio sites to house the paging transmitters and the backhaul facilities to carry
the paging signals.
The VHF Interoperability System must have the following components:
• Interoperability Infrastructure needed at the repeater sites to allow province-wide
interoperability of the TMRS with conventional analog VHF mobile radios through
any public safety dispatch console.
1.4 Public Private Partnership
GNB is fully committed to deliver a public private partnership solution that will provide
the proper checks and balances to ensure accountability and effective management of
risk through this project. Government can benefit from the private sector’s expertise for
delivery of services while ensuring accountability, sound fiscal and risk management,
value for money, competition and transparency mechanisms are in place to
demonstrate benefits for the public good.

4
1.5 Vendor Proposals
GNB is seeking Vendor Proposals for two requirements:
• A PWS Service Level Agreement (SLA) for access to the infrastructures of the
TMRS, Paging and Interoperability Systems, including provisioning and
maintenance throughout the term of a 15-year agreement; and
• A contract to supply PWS User Equipment for the eventual ownership and
operation by individual government departments. The Prime Contractor shall
deliver the mobile and portable radios and other related equipment to the DSS
Project Office or upon negotiated agreement of terms, directly to the Project
Stakeholders.
GNB is seeking system solutions that are in accordance with the requirements and
guidelines outlined in this RFP document. Information outlined within this RFP is
intended to provide sufficient information concerning the Government’s requirement for
the preparation of Proposals.
Vendors may propose to use the TMRS Infrastructure to offer services to the private
sector in addition to the public sector. This will be the Commercial Service Offering
(CSO) in this RFP. GNB is encouraging this possibility in order to share the cost
burden of the TMRS Infrastructure.
1.6 Intent of this RFP
It is the intent of this RFP to obtain proposals from Vendors for the needed
infrastructure services and user equipment specified within this RFP. The Proposals
must be priced in accordance with the price requirements of this RFP (Section D7 of the
Specifications (Attachment D).

5
2.0 General Information
2.1 RFP Terminology
TERMINOLOGY DESCRIPTION
Business Day Any day other than Saturday, Sunday, or statutory holiday in the
Province of New Brunswick
Central Purchasing The Central Purchasing Branch of the Department of Supply and
Services, Province of New Brunswick
Commercial Service
Offering or (CSO)
Services that may be offered by the Prime Contractor to prospective
users other than the committed Primary Stakeholders at the time of the
signing of the Contract
Committed Users,
Project Stakeholders
Future public sector users of the PWS who are identified by DSS as
committed now, or who shall be identified as committed no later than at
the time of the signing of the Prime Contract with the Preferred Vendor.
These are also the Project Stakeholders.
Contract, Prime
Contract or Agreement
Legal Agreement entered into or signed between parties at the
conclusion of the negotiation.
Department A department within the Government of the Province of New Brunswick
DSS New Brunswick Department of Supply and Services, procurement agent
for the PWS, and representing the PWI stakeholders
GNB The Government of the Province of New Brunswick globally representing
the committed stakeholders for this system.
IBET Integrated Border Enforcement Team. There are five core partner
agencies responsible for border enforcement: RCMP, Canada Border
Services Agency; U.S. Immigration and Customs Enforcement; U.S.
Customs and Border Protection /Office of the Border Patrol; and U.S.
Coast Guard.
IC Industry Canada, a department of the Government of Canada
Inter-operable,
Interoperate
The ability of systems, features and/or services to communicate and/or
operate in unison
Must, Shall, Would,
Required
Denote a mandatory requirement that must be met in an unaltered form
in order for the quote to receive consideration
NB The Province of New Brunswick

6
NBP or NB Power New Brunswick Power Group of Companies
NS The Province of Nova Scotia
PEI The Province of Prince Edward Island
Potential Users
All prospective future public sector users who may have an interest but
who have not made a commitment to use the PWS. This may include
federal, municipal and/or other provincial governments.
Preferred Vendor or
Preferred Service
Provider
The vendor that is invited to negotiate a contract with GNB for the supply
of equipment and services within scope of the RFP
Prime Contractor or
Contractor or Service
Provider
The Preferred Vendor who is awarded the prime contract by GNB for the
PWS under the current RFP.
Proposal The bid of a Vendor, with all associated documents, submitted to DSS in
response to the RFP.
Province or
Government of New
Brunswick, or GNB
Her Majesty the Queen in right of the Province of New Brunswick
PWI The Provincial Wireless Initiative (PWI) is the name of the GNB Project
under which the PWS will be acquired. This is not a legal entity.
PWS The Provincial Wireless System
RCMP “J” Division Royal Canadian Mounted Police. This includes Federal,
Provincial contract and Municipal responsibilities in the Province of New
Brunswick
RFP The Request For Proposal for the Public Safety PWS, including this
document and procurement process
RTT Request to Talk – Special functionality of User & Console equipment
used by RCMP.
Should Denotes a requirement having a significant degree of importance to the
objectives of the RFP
SLA Service Level Agreement
The Province The Province of New Brunswick
TMRS Trunked Mobile Radio System
Vendor, Bidder A company that submits, or intends to submit, a proposal in response to
this RFP. The bidder.
VHF Denotes frequencies in the 150 – 170 MHz band

7
UHF Denotes frequencies in the 450 MHz band
700 MHz Designated Public Safety spectrum
2.2 Closing Date for Vendor Proposals
Wednesday, September 26th, 2007 at 13:30pm, Fredericton Time
2.3 Vendor Identification Form
The Vendors shall submit, with their Proposals, the information requested in the Vendor
Identification Form included as Attachment A to the RFP. Vendors may reproduce this
form in their submission, provided it contains the same information.
2.4 Proposal Delivery Address
The Proposals shall be submitted to:
Mail To: Hand Deliver To:
Central Purchasing Branch
P. O. Box 8000
20 McGloin Street
Room 205, Marysville Place
Fredericton, NB, E3B 5H6
Central Purchasing Branch
20 McGloin Street
Room 205, Marysville Place
Fredericton, NB, E3A 5T8
2.5 Schedule of Events
The following timetable is a list of target timeframes for milestone events:
RFP Issue Summer 2007
RFP Closing Fall 2007
Selection of Preferred Vendor Fall 2007
Contract Negotiation Fall 2007
Contract Award Spring 2008

8
2.6 Confidentiality and Ownership of Proposals
All Proposals and supporting documentation submitted with the proposals shall become
the property of the Province of New Brunswick.
DSS will treat all proposals with strict confidentiality and comparative information on
proposals shall not be divulged except where required under New Brunswick’s Right to
Information Act.
2.7 Vendor Incurred Costs
All costs incurred in the preparation and presentation of proposals, in any way
whatsoever, shall be wholly absorbed by the Vendors.
All costs incurred by the Preferred Vendor, prior to contract award, for radio frequency
planning (not including radio licensing application process), tower site inspections,
coverage design, and other work activities, in any way whatsoever, shall be wholly
absorbed by the Preferred Vendor.
In the event that the contract is not awarded, GNB, at its exclusive discretion, may
choose to compensate the Vendor at fair market value for any RF Design work
completed during the negotiation period. In this case, the deliverables of and all rights to
the RF design work shall become the property of GNB.
2.8 Vendor Questions, General and Technical
Only written inquiries shall be considered. Inquiries received less than seven (7)
calendar days before the closing date of this RFP cannot be guaranteed a response.
The GNB will not consider verbal questions. Information provided verbally shall not be
binding upon GNB.
The GNB will not consider "proprietary" questions. All inquiries and responses shall be
made available to all potential Vendors.

9
All questions and other correspondence other than actual responses to this RFP must
be provided in writing, preferably by fax, to:
Jean Martell-Procurement Manager
New Brunswick Department of Supply and Services
P.O. Box 8000
Fredericton, NB
E3B 5H6
Tel (506) 444-4107
Fax (506) 444-4200 Email messages are not acceptable.
2.9 Right to Amend RFP
The Government reserves the right to amend or supplement the RFP, giving equal
information and cooperation by way of issued addendum, to all Vendors as a result of
any such amendment.
2.10 Changes to Proposal Wording
There shall be no changes in the wording of the proposal after submission and no
words or comments shall be added to the general conditions or detailed specifications
unless requested by the Central Purchasing Branch for purposes of clarification.
2.11 GNB Information - Confidentiality and Security
Material, data and information accessed or provided by the GNB and used in the
preparation of the proposals is confidential and the property of the GNB.
This document, or any portion thereof, may not be used for any purpose other than the
submission of proposals. Vendors must agree to maintain security standards consistent
with security policies of the Province. These include strict control of access to data and
maintaining confidentiality of information gained while carrying out their duties.
Information pertaining to any Department obtained by the Vendor resulting from the
participation in PWI Project is confidential and must not be disclosed without written
authorization from the Department.

10
The Vendors preparing proposals and the eventual Prime Contractor and any subcontractors
shall be required to enter into a non-disclosure agreement with the GNB and
to have security clearances or enhanced background checks done for staff that may
have the potential to access sensitive information.
2.12 No Lobbying
Vendors shall not initiate any communication or contact with elected or appointed
officials of the Government of New Brunswick or their staff, staff of the Province of New
Brunswick, or any other persons connected in any way with this Request for Proposals
who have not been named as designated contacts, with the intent of influencing the
RFP process. The Province reserves the right, in its absolute discretion, to disqualify
any Vendor that fails to comply with this procedure.
2.13 News Releases
Vendors shall not make news releases concerning the RFP or the awarding of the same
without the written consent of the Province of New Brunswick and then only in
coordination with the Province of New Brunswick.

11
3.0 Proposals
3.1 Proposal Format
For maximum clarity and ease of comprehension, Vendors are requested to provide
their submissions in tabbed binders in accordance with the following format.
BINDER #1 – Technical Proposals
Executive Summary
Vendors are requested to provide a brief summary of the key aspects of
their submission. The executive summary should be written to enable nontechnical
executives to easily review it, and must exclude any price
information. Vendors should limit this section to 5 pages, and address the
following:
• Technology & design,
• Approach to operations and maintenance,
• Relationship and responsibilities of consortium members,
partners, suppliers and sub-contractors and relationship with the
PWI Project Office.
Section 0 – Exceptions
Unless noted otherwise within this section, GNB assumes that Vendors
are in agreement with the general provisions described in Sections 1 to 5
of the RFP.
Section 1 - Vendor Qualifications & References
Vendors are requested to summarize their key capabilities and assets that
distinguish the Vendor and its consortium partners, such that GNB can
anticipate reliable service over the term of the agreement and ensure that
a good relationship between the service provider, the manufacturer and
GNB is assured.
Vendors are also requested to provide at least three references, including:
1) the most recent wide-area deployment, 2) a deployment with similar
technology, and 3) most recent and long term support service

12
commitment. GNB reserves the right to contact these references
independently, and to consider other sources of reference. Each reference
must include the following information:
• Contact name, title, phone number, location, email
• Paragraph describing the system and vendor’s role
Section 2 – Technical Description
For the Technical Description section, and for sections 3-7 below, Vendors
are requested to provide a paragraph-by-paragraph response as
appropriate to respond to each requirement presented in Attachment D,
Specifications respectively, with concise information clearly outlining
capabilities within scope, options, limitations, benefits, assumptions,
equipment lists, etc.
Section 3 – System Performance
Section 4 – User Equipment
Section 5 – Implementation Statement of Work
Section 6 – Operations and Maintenance
Appendices
The appendices should contain any additional supporting information that
the Vendor would like to provide that is supplemental to the specific
information solicited within the specification, and may include specification
sheets for equipment, detailed system functionality descriptions, etc.
Binder #1 must be provided in paper format and in an electronic Word (.doc) or Adobe
(.pdf) format on CD.

13
BINDER #2 – Price Proposal
Section 7 – Pricing
Vendors are required to provide pricing for each category and parameter described,
including: 1) Infrastructure and Implementation, 2) User Equipment, and 3) Operations
and Maintenance. Detailed pricing for each component of the equipment list must be
provided along with summaries. Vendors may include pricing options and alternative
price structures in addition to the required prices.
A separate pricing page should also be provided that identifies the prices offered to
potential users (Attachment E). Vendors should clearly indicate the band applicability of
the price component.
Binder # 2 must be provided in paper format and in an electronic Excel spreadsheet on
CD.
3.2 Submission of Proposals - Requirements
Vendors must submit proposals as outlined in Section 3.2 Proposal Format for the three
mandatory solutions, A at 150 MHz, B at 450 MHz and C at 700 MHz, defined below.
Vendors must address differences, if any, between their responses for the three
solutions within each section of their proposals.
For example, should the response to Section D2.3 IT Network Architecture be the
same for all solutions, it is not necessary to break down the response to the section by
solution. By contrast, should different responses be necessary for each solution,
information specific to the response for Solution A should be presented under the subheading
“Solution A (150 MHz)”, information for Solution B should be presented under
the sub-heading “Solution B (450 MHz)”, etc. within the overall response to the section.

14
To illustrate this further, the response to D2.3 IT Network Architecture should
generally resemble the following:
D2.3 IT Network Architecture
Information applicable to all solutions …….
Solution A (150 MHz) } If Applicable
Information applicable to Solution A only …… }
Solution B (450 MHz) } If Applicable
Information applicable to Solution B only …… }
Solution C (700 MHz) } If Applicable
Information applicable to Solution C only …… }
(This approach was chosen to offer efficiency in proposal preparation and evaluation
versus separate full proposals for each solution. See Section 3.4 Selection of Radio
Frequency Bands for further information about the need to consider the 3 frequency bands.)
3.2.1 Solutions
Solution A at 150 MHz
PWS Service Level Agreement (SLA) for a 150 MHz Solution with:
a) 55 sites at 150 MHz Trunked Mobile Radio System,
b) 55 site VHF Paging System, and
c) 55 site VHF Interoperability System.
d) Provisions for a Commercial Service Offering should the Vendor wish to pursue this
opportunity. (see Section 3.6)
Contract to supply compatible TMRS user equipment for eventual ownership by
GNB.

15
Solution B at 450 MHz
PWS Service Level Agreement (SLA) for a 450 MHz Solution with:
a) 83 sites at 450 MHz Trunked Mobile Radio System,
b) 55 site VHF Paging System, and
c) 55 site VHF Interoperability System.
d) Provisions for a Commercial Service Offering should the Vendor wish to pursue this
opportunity. (see Section 3.6)
Contract to supply compatible TMRS user equipment for eventual ownership by
GNB.
Solution C at 700 MHz
PWS Service Level Agreement (SLA) for a 700 MHz Solution with:
a) 115 sites at 700 MHz Trunked Mobile Radio System,
b) 55 site VHF Paging System, and
c) 55 site VHF Interoperability System.
d) Provisions for a Commercial Service Offering should the Vendor wish to pursue this
opportunity. (see Section 3.6)
Contract to supply compatible TMRS user equipment for eventual ownership by
GNB.
PLEASE NOTE: IF A VENDOR FAILS TO PROVIDE INFORMATION FOR ANY ONE
OF THE THREE SOLUTIONS WITHIN THE PROPOSAL, THE PROPOSAL SHALL
NOT BE CONSIDERED FURTHER.
Other Optional Solutions
Vendors may propose technical solutions and contract terms for the mobile
communications requirements of GNB, other than those specified in the RFP, if they
provide cost, performance, licensing or other significant advantages. More details are
available in Section D2.10 on alternative architectures.

16
3.2.2 Single Vendor
GNB intends to award a single contract to the Preferred Vendor, as a Sole Contractor or
as a Prime Contractor representing a consortium, for the Service Level Agreement
(SLA) and the initial order of the full complement of user equipment for committed
stakeholders. Subsequently, GNB reserves the right to buy P25 compliant user
equipment from any Vendor.
3.2.3 Service Level Agreement Summary
Under the Service Level Agreement (SLA), the Preferred Vendor shall be responsible
for the following items, among others, for each of the TMRS, Paging System, and
Interoperability System:
Infrastructure and Implementation
a) complete design meeting technical and other specifications in the RFP,
b) radio licensing fees for the PWS infrastructure (excludes user equipment
licensing fees),
c) compliance with all applicable regulations for the implementation and operations
of the PWS system,
d) acquisition, installation and compliance testing of the infrastructure components,
e) end-to-end field testing of the overall system, including the various types of User
Equipment,
f) other requirements as stated in the RFP and Specifications (Attachment D,
Sections D2, D3 and D5 in particular),
g) bilingual operational training for users and advanced technical training ffor
specialized technical support staff of key Stakeholders (Attachment D, Section
D5.2.1), and
h) orderly transfer of users from the current systems to the new PWS, without
service interruption.
Operations and Maintenance
i) operation, technical support, bilingual manuals (English and French), and
maintenance of the infrastructure throughout the term of the SLA (15 years),
j) reporting on the utilization of the system down to individual terminals,
k) transfer of the radio frequencies to GNB or owner of the second generation

17
public safety system which would be implemented subsequent to the end of life
of the contract being procured,
l) cooperation with GNB for the orderly transfer of users, without service
interruption, from the PWS to a second generation system that may be owned
and operated by GNB or a Vendor to be selected through a process at that time,
and
m) other requirements as stated in the RFP and Specifications; Attachment D,
Sections D6, in particular.
3.3 Technical and Pricing Requirements
The Proposals shall be prepared in accordance with the technical, operational, financial,
presentation format, and other requirements provided in this RFP and its Specifications
document (Attachment D).
3.4 Selection of Radio Frequency Bands
GNB would like a system that meets all defined requirements while providing adequate
coverage at a reasonable cost. As there are issues with the ease of licensing at the
various frequency bands, GNB is requesting information for TMRS solutions in 3
frequency bands.
For system performance and cost advantages, GNB is requesting TMRS solutions at
150 MHz and 450 MHz contingent upon frequency availability. For radio spectrum
availability advantages, GNB is requesting a TMRS solution at 700 MHz contingent
upon the system cost and performance. The availability of enough radio spectrum at
700 MHz to support a larger Commercial Service Offering could lead to significant cost
advantages. In addition, the 700 MHz solution offers unique potential for upward
scalability of the system traffic carrying capability and the early introduction of
broadband public safety applications in the Province of NB.
The results of GNB consultations with Industry Canada (IC) concerning the availability
of frequencies at 150 MHz, 450 MHz and 700 MHz are summarized in Attachment F.
IC has agreed to conduct frequency searches at sample tower sites in the 150 MHz and
450 MHz frequency bands and to provide the results to GNB. This work will be
conducted in parallel with the RFP and GNB intends to use the results and the

18
Proposals to select the band and the Preferred Vendor by Fall 2007 in spite of the
current uncertainties on the availability of radio spectrum in the 150 MHz and 450 MHz
bands.
The radio licensing requirements are detailed in sections D1.3 and D2.1.4 of the
Specifications.
3.5 Network Site Diagrams
Vendors may request a copy of the GNB network site diagrams that depict the current
radio communications infrastructure in the Province of New Brunswick as well as a map
of the road system in the Province of New Brunswick. The road system map includes
the Trans Canada Highway, all arterial and collector highways, local numbered
highways and named roads. This representation reflects where the majority of
populated areas are located. It is expected that portable hip coverage as described in
section D3.4.8 will be available in those areas and road networks.
In order to obtain a copy, Vendors are required to complete and return the "Non-
Disclosure" form (Attachment B) to Robyn Brown (fax: 506-444-4200). The diagrams
will be sent via courier for the project proposal use only.
The NB Power infrastructure diagram is not available.
The network site diagrams and the road system map are provided for background
information only. Vendors are not required to submit an RF design in their proposal,
although it would be of interest to GNB. As outlined in the Specifications, the Preferred
Vendor shall be required to prepare an RF design in conjunction with designated
stakeholders, to satisfy the coverage requirements of GNB before the award of a
contract.
3.6 Commercial Service Offering
Vendors may propose to use the TMRS Infrastructure to offer services to users, other
than GNB, in the public and private sectors. This is an opportunity for the Vendor that is
encouraged by GNB in order to share the cost burden of the TMRS Infrastructure.
GNB conditions that would apply to such a Commercial Service Offering (CSO) are
provided in section D1.4 of the Specifications (Attachment D).

19
Revenues to GNB as a result of a CSO would be of high value and would receive
consideration in the Value Added Section of the Evaluation Plan (Attachment C).
3.7 Mandatory Requirements
Vendors should take particular care to address these important mandatory requirements
among others:
• The Proposed TMRS must be P25 compliant and work with other P25 compliant
equipment for the purposes of interoperability (see Section D2.2).
• Proposals must provide information to address both the SLA and the User
Equipment Contract requirements.
Proposals not meeting all mandatory requirements stated throughout the
document shall not receive further consideration.
A Check List of Mandatory sections are documented in Attachment G to facilitate
the Vendor in verifying the sections that contain “must”, “shall”, “would” or “are
required”. The attachment is a guideline only. The Vendor is responsible to
ensure that all compulsory information is provided and requirements are met.
3.8 Access to Existing Microwave System of NB Power
GNB has a strong preference for a PWS design that utilizes NB Power’s province-wide
microwave system for backhauling voice and data from the repeater sites to the network
control centers. The Proposals should address these backhaul system requirements for
the PWS as indicated in Section D2.8 of the Specifications (Attachment D).
3.9 Access to Existing Tower Sites of GNB, RCMP and NB Power
GNB will make available existing tower sites owned by the GNB and RCMP. Sites
associated with NB Power’s province-wide microwave system may also be available.
These sites should be utilized in the PWS design, whenever possible, while respecting
the need to provide adequate coverage at a reasonable cost. The Proposals should
address this requirement as indicated in Section D3.4.4 of the Specifications
(Attachment D).

20
Existing tower sites owned by NB Power may also be made available.
3.10 Price Validity
Proposals must be open for acceptance for at least 8 months after the closing date.
3.11 Price Protection
Price protection is required, as indicated in Section 3.6, in the case where the Prime
Contractor is authorized to use the TMRS Infrastructure for a Commercial Service
Offering.
3.12 Value Added/Communications Enhancement
GNB may consider other factors in coming to a decision on the awarding of a contract
as result of the RFP. Vendors are asked to indicate how their Proposal would benefit
the following Government objectives:
• Improvement of telecommunications services/coverage in New Brunswick.
• Improvements in wireless broadband coverage in rural areas and areas of the
province that are not currently covered.
• Advancements in strategic infrastructure or toward priorities described in the
following documents: Charter for Change (http://www.nblib.nb.ca/Charter_English.pdf)
among others, how ambulance services communication would be improved
across the province.
3.13 Security
The protection and security of the PWS facilities, networks and all associated assets is
a priority requirement of GNB, the RCMP and NB Power.
GNB, in collaboration with the RCMP and NB Power, will provide to the Preferred
Vendor, the security standards that shall be met by all contractors involved in the
Project. This information will be provided during contract negotiations. These
standards are expected to be updated periodically during the course of the Contract and
may consequently require the renegotiation of some terms in the Contract.
The Vendor’s proposal must address the specific security requirements detailed in

21
section D6.10 of the Specifications.
GNB will determine during contract negotiations whether security measures, in addition
to those in the Proposal of the Preferred Vendor, are needed to satisfy the security
requirements and standards of GNB, the RCMP and NB Power.
The Service Provider shall be subject to financial penalties for non-compliance to the
terms of the Contract dealing with security. These shall be determined during contract
negotiations.

22
4.0 Proposal Evaluation and Vendor Selection
4.1 Proposal Evaluation
The evaluation will be based on the information contained in the Vendor Proposals as
well as any oral presentations that may be required by the Evaluation Team after the
submission of Proposals. The Evaluation Plan provided in Attachment C will be
followed.
4.2 Short List and Vendor Presentation
The evaluation procedure may include a short-list based on the stated criteria. The
short-listed vendors may be asked to prepare a presentation or provide additional
technical literature, before the final selection. If a presentation is requested, key
personnel included in the Vendor’s Proposal must attend and participate.
4.3 Financial Information – Performance Guarantee
At time of submission of the proposal(s) the Vendor must provide a letter of guarantee
from a Financial Institution, that is registered to do business in Canada, signifying that
the Vendor has the ability to obtain an Irrevocable Letter of Credit in the amount of $3
Million dollars made in favor of or payable to GNB, which will remain on deposit for the
term of the contract. It is the intent of GNB to include in any contract the method and
circumstances for which performance security shall be evoked in the event of a failure
to provide services as specified in the Contract.
4.4 Acceptance of Proposals
The Central Purchasing Branch is not bound to accept the lowest price or any proposal
of those submitted.
Subsequent to the submission of Proposals, interviews and negotiations may be
conducted with some of the Vendors, but there will be no obligation to receive further
information, whether in writing or oral, from any Vendor. The Province will not be
obligated in any manner to any Vendor whatsoever until a written agreement has been
duly executed relating to an approved Proposal.

23
4.5 Proposal Selection Notification
Once a decision has been made, the Preferred Vendor shall be notified by the
Department of Supply and Services.
4.6 Debriefing on Proposal Evaluation
Unsuccessful Vendors may request a debriefing meeting with GNB representatives
following execution of a Contract with the Preferred Vendor.

24
5.0 Contract Award and Negotiations
5.1 Final Government Contract Authorization
Once the Preferred Vendor has been chosen and the terms of the Contract finalized,
DSS must return to the GNB to obtain authorization to enter into an agreement and to
award a Contract to the Preferred Vendor.
5.2 Direct Award Based on Vendor Submission
The GNB reserves the right to award directly from Vendors’ written submissions.
5.3 Negotiation Delays and Termination
If a written contract cannot be negotiated within one hundred twenty (120) days of
notification to the Preferred Vendor, the Central Purchasing Branch may, at its sole
discretion at any time thereafter, terminate negotiations with that Vendor and either
negotiate a contract with another Vendor of its choice or choose to terminate the RFP
process and not enter into a contract with any of the vendors.
5.4 Legal Process for Contract Award for Services
Written notice of acceptance of a Proposal by the Province, and the subsequent full
execution of a written Contract shall constitute a Contract for the services. No Vendor
shall acquire any legal or equitable rights or privileges relative to the services until the
occurrence of both such events.
5.5 Term of Contract
It is the intention of GNB to award a 15-year contract for a Service Level Agreement.
The related Contract terms and renewal options are provided in the Section D7.4 of the
Specifications (Attachment D).

25
5.6 Fair Value for Money
If, upon review of the Vendor proposals, the Evaluation Committee does not find a
suitable solution for the PWS, GNB reserves the right to cancel the process and either
return to market with another RFP or enter into any other arrangement that may meet
the requirements of the RFP and is in compliance with the Public Purchasing Act and
Regulations.
5.7 Standard Terms and Conditions
This RFP is subject to the Standard Terms and Conditions for goods and services
tenders for the Province of New Brunswick, Department of Supply and Services, Central
Purchasing Branch. This RFP shall be conducted in accordance with the Public
Purchasing Act and its regulations, and the Agreement on Internal Trade.
5.8 Acceptance of Terms and Conditions
All terms and conditions of this RFP document are assumed to be accepted and
incorporated in the vendor’s submission.
5.9 Contract Documents
The RFP and the Proposal of the Prime Contractor shall form part of the Contract
documents.
5.10 Indemnity
The Prime Contractor shall indemnify and save harmless the Province from and against
all claims, demands, losses, damages, costs and expenses made against or incurred,
suffered or sustained by the Province at any time or times (either before or after the
expiration or sooner termination of this or any agreement arising from this proposal)
where the same or any of them are based upon or arise out of or from anything done or
omitted to be done by the Prime Contractor or by any servant, employee, officer,
director or sub-contractor of the Prime Contractor pursuant to the contract.
5.11 Compliance with Laws
The Prime Contractor shall give all the notices and obtain all the licenses and permits
required to perform the work and shall comply with all the laws applicable to the work or
the performance of the contract.

26
5.12 Termination Clause
The negotiated and signed contract may be cancelled for, but not limited to, the
following reasons. If the Prime Contractor:
• Defaults in the observance of any of the conditions contained in the contract or
specifications,
• Has become insolvent,
• Has committed an act of bankruptcy,
• Has abandoned service, or
• Has failed to observe the Confidentiality portion of the Contract

27
ATTACHMENT A: VENDOR IDENTIFICATION FORM
Legal Corporate Name:________________________________________________
Mailing Street:________________________________________________
City:________________________________________________
Postal Code:________________________________________________
Phone:__________________ FAX:__________________
Principal Location of Business
Street: ________________________________________________
City: _______________________ Postal Code: ________
Principal Contact
Name: ________________________________________________
Other Locations
City: ___________________________ Contact: _________________________
City: ___________________________ Contact: _________________________
Years in Business: ___________
Current Number of Employees: ______________________
Date: ______________ Authorized Signature:_________________________

28
ATTACHMENT B: NON DISCLOSURE AGREEMENT
GOVERNMENT OF NEW BRUNSWICK
NON-DISCLOSURE AGREEMENT
This Non-Disclosure Agreement (the “Agreement”) is made and entered into as of the
later of the two signature dates below by and between the GOVERNMENT OF NEW
BRUNSWICK (“GNB”) and ____________________ , a
_______________________corporation (“Recipient”).
IN CONSIDERATION OF THE MUTUAL PROMISES AND COVENANTS CONTAINED
IN THIS AGREEMENT AND THE DISCLOSURE OF CONFIDENTIAL INFORMATION,
THE PARTIES HERETO AGREE AS FOLLOWS:
1. Definition of Confidential Information and Exclusions
“Confidential Information” means nonpublic information that GNB designates as being
confidential or which, under the circumstances surrounding disclosure ought to be
treated as confidential by Recipient. “Confidential Information” means information in
tangible or intangible form relating to GNB and notwithstanding the generality of the
foregoing includes documents, programs, systems, files, records and data whether in
paper or electronic format. Except as otherwise indicated in this Agreement, “GNB”
also includes all Affiliates of GNB, its Departments, Crown Corporations and Agencies
and, except as otherwise indicated, the term “Recipient” also includes all Affiliates of the
Recipient. An “Affiliate” means any person, partnership, joint venture, corporation or
other form of enterprise, domestic or foreign, including but not limited to subsidiaries,
that directly or indirectly, control, are controlled by, or are under common control of the
Recipient.
Confidential Information shall not include any information, however designated, that: (i)
is or subsequently becomes publicly available without Recipient’s breach of any
obligation owed to GNB; (ii) became known to Recipient prior to GNB’s disclosure of
such information to Recipient pursuant to the terms of this Agreement; (iii) became
known to Recipient from a source other than GNB other than by the breach of an
obligation of confidentiality owed to GNB; (iv) is independently developed by Recipient.

29
2. Obligations Regarding Confidential Information
(a) Recipient shall:
Refrain from disclosing any Confidential Information to third parties for five (5) years
following the date that GNB first discloses such Confidential Information to Recipient,
except as expressly provided in Sections 2(b) and 2(c) of this Agreement;
Take reasonable security precautions, at least as great as the precautions it takes to
protect its own confidential information, but no less than reasonable care, to keep
confidential the Confidential Information;
Refrain from disclosing, reproducing, summarizing and/or distributing Confidential
Information except in pursuance of Recipient’s business relationship with GNB, and only
as otherwise provided hereunder.
(b) Recipient may disclose Confidential Information in accordance with a judicial or
other governmental order, provided that Recipient either (i) gives the undersigned GNB
representative reasonable notice prior to such disclosure to allow GNB a reasonable
opportunity to seek a protective order or equivalent, or (ii) obtains written assurance
from the applicable judicial or governmental entity that it shall afford the Confidential
Information the highest level of protection afforded under applicable law or regulation.
Notwithstanding the foregoing, Recipient shall not disclose any computer source code
that contains Confidential Information in accordance with a judicial or other
governmental order unless it complies with the requirement set forth in sub-section (i) of
this Section 2(b).
(c) The undersigned Recipient may disclose Confidential Information only to
Recipient’s employees and consultants on a need-to-know basis. The undersigned
Recipient shall have executed or shall execute appropriate written agreements with its
employees and consultants sufficient to enable it to comply with all the provisions of the
Agreement.
Recipient shall notify the undersigned GNB representative immediately upon discovery
of any unauthorized use or disclosure of Confidential Information or any other breach of

30
this Agreement by Recipient and its employees and consultants, and shall cooperate
with GNB in every reasonable way to help GNB regain possession of the Confidential
Information and prevent its further unauthorized use or disclosure.
Recipient shall, at GNB request, return all originals, copies, reproductions and
summaries of Confidential Information and all other tangible materials and devices
provided to Recipient as Confidential Information, or at GNB option, certify destruction
of the same.
3. Remedies
Recipient acknowledges that monetary damages may not be a sufficient remedy for
unauthorized disclosure of Confidential Information and that GNB shall be entitled,
without waiving any other rights or remedies, to such injunctive or equitable relief as
may be deemed proper by a court of competent jurisdiction.
4. Miscellaneous
(a) All Confidential Information is and shall remain the property of GNB. By
disclosing Confidential Information to Recipient, GNB does not grant any express or
implied right to said information except as otherwise provided herein.
(b) This Agreement constitutes the entire agreement between the parties with
respect to the subject matter hereof. It shall not be modified except by a written
agreement dated subsequent to the date of the Agreement and signed by both parties.
None of the provisions of this Agreement shall be deemed to have been waived by any
act or acquiescence on the part of GNB, the Recipient, their agents, or employees, but
only by an instrument in writing signed by an authorized employee of GNB and the
Recipient. No waiver of any provision of this Agreement shall constitute a waiver of any
other provision(s) or of the same provision on another occasion.
If either party enforces its rights arising out of or relating to this Agreement, the
prevailing party shall be entitled to recover reasonable costs. This Agreement shall be
construed in accordance with the laws of the Province of New Brunswick. Recipient
waives all defenses of lack of personal jurisdiction and forum non conveniens.

31
This Agreement shall be binding upon and ensure to the benefit of each parties’
respective successors and lawful assigns; provided, however, that Recipient may not
assign this Agreement (whether by operation of law, sale of securities or assets, merger
or otherwise), in whole or in part, without the prior written approval of GNB. Any
purported assignment in violation of this Section shall be void.
If any provision of this Agreement shall be held by a court of competent jurisdiction to be
illegal, invalid or unenforceable, the remaining provisions shall remain in full force and
effect.
IN WITNESS WHEROF, the parties hereto have executed this Agreement.
RECIPIENT: _____________________
Address: _________________________
_________________________
By: ______________________
Name: ______________________
Title: ______________________
Date: ______________________
Government of New Brunswick
Department of Supply & Services
20 McGloin Street
Fredericton, N.B., E3B 5H1
By: ____________________
Name: _____________________
Title: _____________________
Date: _____________________

32
ATTACHMENT C: PROPOSAL EVALUATION PLAN
An Evaluation Committee created for this purpose will evaluate all proposals. The
evaluation will include reviewing and checking the information contained in the
proposals, matching it to the requirements outlined within this RFP and interviewing
references familiar with the work of the Vendor.
The Vendor meeting all mandatory requirements and achieving the highest overall
score may be selected to negotiate a contract.
The Evaluation Committee will utilize specific evaluation criteria to rate the various
requirements. The following table provides a high level summary of the criteria to be
used:
Category Max Score
Mandatory Requirements
• Only proposals meeting all mandatory
requirements will be evaluated further
Pass / Fail
Price
• 15-year total cost of ownership
25
Ability to Maintain System
• Company current experience with large system
support
• System and customer support processes
• Location and availability of technical resources
• Experience of technical resources
• Bilingual support
35
Technology & Design
• Compliance with technical requirements
• Meets system performance requirements
• Adequate user equipment
• Proven technology
20

33
Ability to Implement Design
• Company experience with large system rollouts
• Experience of implementation team
• Project management plan
15
Value Added e.g. Staff absorption, Commercial Service
Offering (CSO), other benefits to GNB, etc.
5
Total 100
The price evaluations will be completed by calculating the total Contract value for a 15
year term. The Price Score will be based upon the percentage difference between the
Proposal being scored and the compliant Proposal with lowest total price based upon a
15 year Contract. The compliant Proposal with the lowest overall price will receive the
maximum points available and the remaining Proposals will be scored using the
following formula:
S = MIN x M
P
Where: S = Score
MIN = Low price compliant proposal
P = Price of the proposal evaluated
M = Total Marks available for price
An oral presentation may be requested by the Evaluation Team to verify/clarify certain
issues of a Proposal(s) which may result in an adjustment to the final scoring. A final
ranking of all Proposals will then be made.

34
ATTACHMENT D: SPECIFICATIONS
PROVINCIAL WIRELESS INITIATIVE
GOVERNMENT OF NEW BRUNSWICK

35
D1.0 Introduction
GNB intends to procure a province-wide public safety grade trunk radio communications
solution through a Service Level Agreement (SLA) with a private-industry commercial
entity. The private-industry commercial entity (“Prime Contractor”, “Service Provider” or
“Preferred Vendor”) shall be responsible to build, own and operate the system. GNB is
prepared to share access to this system with other potential government users and with
commercial (non-government) users provided that emergency access levels, security
and administrative requirements as outlined by GNB are met. Commercial high speed
wireless data will be contracted separately for users with high speed data requirements.
The following definitions are intended to establish the understanding that public safety
requirements and interoperability within Government will dominate the system design
approach.
The GNB Vision for Public Safety Services: A public safety community operating
seamlessly and continuously among disciplines and across supporting jurisdictions.
Definition of Interoperability: The ability of public safety services and support providers
– including law enforcement, firefighters, emergency medical services, emergency
management, public utilities, transportation and others – to communicate and work with
staff from other responding agencies on demand, in real time, and as authorized. It
enables intercommunications that support effective tactical incident management and
strategic emergency management, which in turn supports continuity of operations and
government functions.
Definition of Survivability: The ability of communications systems to continue to operate
effectively under adverse conditions, though portions of the system may be damaged or
destroyed. Various methods may be used to maintain communications services, such
as using alternate routing, different transmission media or methods, redundant
equipment, overlapping coverage and backup power generation at all critical sites.

36
D1.1 Stakeholders
GNB and RCMP are committed users of the PWI system. Vendors should assume that
the essential, desirable and optional features applicable to these user groups form the
core of the system requirements, and that no fewer than these user groups will form the
anchor users of the PWI system.
NB Power, municipalities throughout the province, the Province of PEI, and various
federal departments are potential, not yet committed, users. Their participation will be
heavily influenced by the content and cost of the responses received, and may, or may
not be added to project scope during contract negotiations. Pricing for equipment
applicable to these user groups must be identified separately. Approximate user
equipment quantities for select potential users are provided in Attachment E. Vendors
should provide unit pricing and bulk pricing for the potential users in their proposals.
Vendors should outline in an appendix any performance, equipment and support
features applicable to the potential users that do not conform with the solution proposed
to the committed stakeholders.
D1.2 Proposal & Coverage Design Approach
As per 3.2.1, in order to meet the schedule requirements of GNB financial planning
process, Vendors are requested to provide submissions based on a 55 site 150 MHz
trunking system, an 83-site 450 MHz trunking system, and a 115-site 700 MHz trunking
system.
As per the design specifications outlined in section D2.9, Vendors are also requested to
provide submissions for 2 fully integrated VHF layers at 55 sites each for tone and voice
paging and analog conventional VHF interoperability.
Based on the proposal submissions as per 3.2.1 and D2.9 and the subsequent
evaluations, a “Preferred Vendor” may be selected to negotiate a contract with GNB. As
part of contract negotiation activities, the Preferred Vendor shall be required to: 1)
perform RF designs for trunking (in the band selected by GNB), paging and
interoperability, 2) review the backhaul design with NB Power and determine terms for
roles and responsibilities, 3) finalize the system equipment list, 4) conduct frequency
planning and coordination efforts with Industry Canada and GNB, and 5) schedule visits
to the repeater sites in order to assess site upgrade requirements and potential
performance issues.

37
D1.3 Radio Frequency Bands
Vendors are not required to conduct PWS frequency selection studies for the
preparation of the Proposals. Industry Canada (IC) will undertake these searches in
collaboration with the Preferred Vendor once GNB has selected the band.
The Preferred Vendor shall be responsible, as the PWS owner and operator, to
undertake all required frequency planning and work needed to apply for and obtain
radio licenses (or acceptable assurances of licensing) for the PWS from IC.
Frequency planning will commence after the RF design has been completed and is
likely to involve the acquisition of frequencies from existing users of the 150 MHz and
450 MHz bands, if these bands are selected for the TMRS. GNB may cover the cost to
purchase these radio frequencies and to relocate existing users to other frequencies.
These costs are unknown at the present time and are outside the scope of this RFP.
The Prime Contractor, as the system owner, shall hold the radio licenses for the PWS
and pay the license fees to IC for the Infrastructure Systems during the term of the SLA,
but not for the terminals, which will be owned by GNB.
Vendors must present and discuss the following information for each Solution (Band):
• An assessment of the suitability of the frequency band,
• The approach to conduct all work needed for radio licensing of the PWS system
in the band and,
• The level of effort and time needed to conduct the work.
GNB will determine during contract negotiations whether the work on radio licensing
should be retained within the SLA or treated separately.
D1.4 Commercial Service Offering - GNB Conditions
Vendors may propose to use the TMRS Infrastructure to offer services to users other
than GNB in the public and private sectors. This is an opportunity for the Vendor to
distribute the infrastructure and operations costs.

38
The following GNB conditions would apply to such a Commercial Service Offering
(CSO):
• The CSO must be structured to meet the requirements of the
telecommunications regulators in Canada and the Preferred Vendor shall be
responsible for seeking regulatory approvals, as needed.
• GNB/Public Safety Stakeholders will have control over, and priority access to, all
shared TMRS Infrastructure capabilities affecting system performance for PWI
Project Stakeholders during an emergency situation.
• The CSO must not degrade the Grade of Service to GNB users as specified in
the RFP.
• The CSO must provide fair compensation to GNB for the use of the
Infrastructure. For this purpose, GNB requires that the Preferred Vendor levy an
Infrastructure Cost Share (ICS) toll on behalf of GNB, and to collect and remit
this toll to GNB on a monthly basis. (See Section D7.7)
• The CSO must be structured to target the following markets:
o Public sector organizations other than the Primary Stakeholders at the
time of the award of the SLA,
o Private sector entities needing communications coverage. GNB reserves
the right to refuse private sector users from accessing the PWS if it is in
the public interest to do so or if minimum performance levels are not
maintained.
• Services shall not be offered to the General Public for recreation and other
purposes. Non-business traffic by anyone on the system shall be prohibited to
protect the public safety system from misuse.
• GNB (including RCMP and NB Power) security standards will limit who has
access to the PWS infrastructure and facilities.

39
The Vendor Proposal shall provide the following information:
a) The Vendor’s plans for the CSO including the objectives for the CSO, the
structure of the service offering, and the projections of the potential market and
market penetration with the level on confidence in these projections including
guarantees if applicable.
b) The Vendor’s response to the GNB conditions listed above for the CSO.
c) The Vendor’s response to Section D7.7.
D2.0 Technical Requirements
D2.1 System Description
GNB requires a P25 compliant public safety grade trunked system. Vendors must
provide a quantitative and qualitative description of the system proposed. In particular,
GNB must clearly understand the quantity, capacity, expandability, and software
licenses needed for the various infrastructure components and modules that comprise
each sub-system. In addition to this quantitative and qualitative description, Vendors
must highlight specific information as organized in the following sub-sections.
Specifications sheets should be included in an appendix to the Proposal for each
system component proposed. An extensive description of the system functions and
capabilities should also be provided in an appendix to the proposal.
D2.1.1 Mandatory Call Features
The following features of the system are mandatory. Vendors must confirm inclusion
and availability of these mandatory call features in the table below.
Essential Calls Description
Talk Group A talk group call provides communications between
a pre-programmed selection of users.
RTT Request to Talk (RTT) is a standard RCMP function
that allows a user to alert a dispatcher of his/her
need to communicate.

40
Emergency By pressing a single button on a unit, users must
have the ability to obtain immediate access to a
voice channel and to alert a dispatcher of an
emergency situation.
Encryption For sensitive operations and for the protection of
confidential information, the voice system must
support AES encrypted voice calling from the user
equipment through to the dispatch consoles.
Automatic
Roaming
Users must be able to roam freely throughout the
coverage area of the system while continuing to be
included in talk group calls.
OTAP Over the air re-programming of user equipment
OTAR Over the air re-keying on encrypted user equipment
Data Transmission of AVL and application data (low
speed)
D2.1.2 Desirable Call Features
Desirable Calls Description
Selective Call Allows a user to talk directly to one other user
Remote
Monitoring
Allows a dispatcher to activate a radio’s push-to-talk
Portable Paging Allows a dispatcher to send alert tones to select
groups of radios
Status Message Provides programmable buttons on radios for
sending pre-programmed messages to dispatch
Other call features identified as desirable are listed in the table above. The items
described do not comprise an exhaustive list of all call features, however do provide an
indication of the system capabilities required.
Vendors are requested to confirm availability of these desirable call features, and to
summarize additional call features available in tabular format as provided below.
Vendors are welcome to identify any manufacturer-specific system or call features that
add value beyond standard Project 25 feature sets.

41
D2.1.3 Repeaters
High-tier, continuous duty repeaters are required for the trunk system. Repeaters must
be equipped for battery reverting capability and include a battery capable of powering
the repeater for a minimum of 10 minutes under normal load conditions. (GNB
assumption is that an on-site generator will power up within this 10-minute window to
supply power during the outage.) Transmit power should minimally allow for 125W of
effective radiated power at the antenna. Tower site equipment should be mounted in
racks (19 or 23” max 7’ high) provided by the Vendor.
D2.1.4 Antenna and other Systems at Repeater Sites
Vendors must provide the specifications of the proposed antenna system equipment
and all transmit and receive equipment at the repeater sites for the three bands 150
MHz, 450 MHz and 700 MHz.
The equipment design for the 150 MHz and 450 MHz bands must allow the smallest
practical separation between frequencies and thus maximize the likelihood of finding
suitable frequencies in these congested bands. The Vendor shall discuss and specify
the minimum separation that is achievable with the proposed design.
Vendors must describe, in particular, the proposed RF equipment design specifications,
features, techniques and technologies (filtering and others) that will facilitate the search
for frequency pairs by Industry Canada in the 150 MHz and 450 MHz band considering
the electromagnetic compatibility (EMC) analysis that is involved in these searches.
Vendors must describe their experience working with Industry Canada on the
interrelated issues of frequency selection at 150 MHz and 450 MHz to meet EMC
criteria and RF equipment design for tower sites to ensure the criteria are met.
The RF equipment design for the 700 MHz band must be compatible with Industry
Canada for trunking systems in this band.
Vendors should provide pricing options where appropriate to offer options to achieve
higher performance in the RF design to facilitate frequency solutions. This may include,
for example, separate antennas to achieve extra isolation or extra filters or other
equipment to deal with EMC problems at particular sites identified during the frequency
searches.

42
GNB anticipates that many existing antennas and cable at GNB sites will be re-useable.
Therefore, GNB requests that pricing for antennas, cables, mounting hardware and
installation is provided on a per unit basis to permit GNB and the Preferred Vendor to
finalize site installation responsibilities and costs following site inspections, during
contract negotiations. GNB is willing to accept responsibility for provision of antennas
and cables at GNB sites within the terms of a Contract.
D2.1.5 Call Set-Up Time
The system must provide fast access to channels under normal system loading.
Vendors may assume that 2/3 of all units are active on the system for normal load
conditions. Vendors must confirm the time delay measured from depression of the
push-to-talk button until speaker un-muting for 1-site and 10-site calls. GNB anticipates
that call set-up times would be under 500 ms and under 600 ms respectively for any site
or group of sites. Vendors should identify any limitations or performance conditions that
may impact these times, including the impact of adding several thousand potential
users.
D2.1.6 Data
Vendors must provide a description of system’s data transmission functionality,
including prioritization of voice over data, and subscriber and host interfaces.
Additionally, GNB would like to understand what options may exist to allow remote
telemetry of road condition data that may be used by DOT.
D2.1.7 Central Switch Locations
GNB proposes that the final locations be determined following adequate consideration
of ease of support, backhaul access, and survivability under catastrophic conditions. If
appropriate, GNB may be willing to provide facilities for one or both central switches.
Switches should be maintained in hardened facilities with, at least, intrusion, power, and
fire security, and should be located far enough inland to avoid vulnerability to a
catastrophic event. Facilities in separate cities or regions of a city and within provincial
boundaries are anticipated. Vendors are asked to offer suggestions on how they would
address the above-noted statements.

43
D2.2 Project 25
Vendors must outline how their proposed system complies with P25 standards and will
work with P25 compliant equipment, in particular with respect to the ability to integrate
the following equipment from third party manufacturers, noting any benefits or
limitations of the proposed equipment with respect to these items:
• Consoles
• Repeaters
• User equipment
• System interfaces
D2.3 IT Network Architecture
Vendors must provide a block diagram and description of the system’s information
technology network architecture, identifying central site servers, routers, firewalls,
interface/connectivity standards, operating systems, and security features or private
network restrictions.
D2.4 Redundancy
Vendors must outline the redundant equipment that is included in order to meet the
availability requirements. As a minimum criteria, a dual master site configuration housed
in separate buildings is required that supports the continuous operation of core system
functions in the event of a catastrophic failure at either site. Vendors must provide a
detailed description of this dual master site configuration and switch over procedure.
D2.4.1 Routers
Vendors may exclude redundant tower site routing equipment from their system design.
Following identification of the Prime Contractor, GNB and NBP will work with the Prime
Contractor to determine the most advantageous locations to add redundant routing
equipment to the design. Vendors should outline the compatibility of their routing
equipment to support redundancy, and identify the costs for redundant routers on a per
unit basis.

44
D2.5 Administration System
Vendors must describe the Administration System. In particular, GNB requires tools and
documentation to enable select users to manage encryption keys, access system
performance reports, manage access security and user views, and access/change talk
group configuration parameters. GNB places full responsibility on the Prime Contractor
to manage and administer the system such that performance and optimal configuration
of the system is never compromised, and that privacy of users is respected as a
standard operating procedure.
Accountability to GNB requires that the Prime Contractor make all systems
administration management activities available for monitoring, audit and routine
performance review by GNB on a frequency schedule to be mutually agreed upon by
the Vendor and GNB.
Select GNB representatives must have direct access to code plug generation
capabilities, radio usage statistics and talk group configuration parameters with access
limited to their respective user groups.
It is highly desirable for GNB to have access to “Talk Group Administration” for routine
user group maintenance that includes, but is not limited to:
• Update user profiles, permissions and creation of Talk Groups and new users.
• Adding or Moving users to Talk Groups.
• Delete, Move, Create or Edit of user profiles.
The user group maintenance access would be limited to user talk groups that pertain
specifically to the designated user’s area of responsibility.
Vendors are asked to outline how assured system functional stability could be balanced
with providing access to this information.
D2.5.1 Automatic Alerts
It is required that select stakeholder users are automatically alerted when service
impacting outages are encountered in order to alert users or implement contingency
plans when appropriate. Therefore, Vendors must identify outage notification
capabilities that support automatic alerts to stakeholder representatives e.g. dispatch
centre duty supervisors.

45
D2.5.2 Site Alarms
Vendors must identify any included capabilities that would allow tower site alarm inputs
(such as door open, power outage, etc) to be monitored by the administration system.
Monitoring capabilities must be made available to specific GNB representatives at
locations of their choice. The system must send out alerts for major site alarms in an
agreed upon format.
D2.6 Interfaces
The radio system requires an interface to collect Global Positioning System (GPS)
location data from user equipment and to present the location data to an application
through an Application Program Interface (API). Vendors must provide a description of
this interface and API. Although the Automatic Vehicle Location (AVL) application is
presently beyond the scope of the RFP, Vendors are welcome to provide product
information and an optional quotation.
A Computer Aided Dispatch (CAD) interface is required for potential digital dispatching
of emergency services. Vendors must provide product features and architecture
descriptions as well as provide a price quotation.
D2.7 Product Roadmap
Vendors must provide an overview of the product road map for the proposed system
technology. In particular, GNB wants to know when this proposed product was
developed, the Manufacturer/Service Provider’s policy and plan for software upgrades,
the anticipated schedule for obsolescence and manufacturer discontinuance, and the
anticipated responsibilities that GNB will encounter regarding software upgrades.
D2.8 Backhaul System
NB Power’s digital SONET microwave system that includes approximately 30 sites
distributed around the province is capable of backhauling voice and data to the network
control centers. GNB has a strong preference to utilize NB Power’s microwave system
for backhaul due to its very high degree of reliability. Vendors may assume that an
interface (such as Ethernet or Fractional T1) will be available at each microwave
“core/backbone” site, and that the detailed design of the backhaul configuration will be
determined between GNB, NB Power and the Preferred Vendor during contract
negotiations. Vendors are welcome to provide information on alternative backhaul

46
facilities that would provide equivalent reliability and independence from wireline
telephone services.
Use of the NB Power backbone will require a Service Level Agreement between the
Preferred Vendor and NB Power. This SLA shall be completed during contract
negotiations with GNB. The Preferred Vendor shall remunerate NB Power directly for
use of the microwave system. The cost for provision of the NB Power backhaul for the
PWS will be available in the Fall of 2007. The Preferred Vendor shall cost this
separately upon receipt of the costing information from NB Power for this service and
shall revise the monthly operating payment from GNB accordingly. No markup of the
backhaul service cost shall be permitted.
D2.8.1 Spur Site Links
GNB defines a “spur” site to be a PWI trunk site selected through the RF design
process that is not co-located at an NB Power microwave site. GNB anticipates that
there will be many spur sites incorporated into the system design, each linked in the NB
Power microwave system through RF links.
The Preferred Vendor shall be responsible to design, furnish, and install RF links from
the NB Power backbone microwave sites to the final transmission “spur” sites. The spur
sites will be identified through the RF Design process therefore pricing for spur linking
equipment must be provided for single, double, and triple hop links, including all
antenna system components.
Vendors must provide a description of the features and technical attributes of the
proposed spur site linking equipment. Vendors may offer recommendations for the use
of redundant transceivers and/or power supplies.
D2.8.2 Bandwidth Requirements
Vendors must describe their approach to interfacing and using the microwave backhaul
system. In particular, GNB requires an understanding of the total and cumulative
backhaul bandwidth requirements based on the specifications for Grade of Service, the
need to deliver Quality of Service, and for the requirement of dual master central
switches. GNB is presently limited to 20 MBPS of bandwidth on the microwave system.
GNB will accommodate any bandwidth requirements beyond this limit through an
alternate arrangement that is presently beyond scope of this RFP.

47
D2.8.3 Wireline Option
As stated above, GNB has a preference to utilize the NB Power microwave system for
backhaul. Nevertheless, Vendors may propose a backhaul solution that utilizes wireline
circuits extensively. To receive consideration for this option, Vendors must first provide
a submission based on use of microwave. A wireline proposal must provide high level
routing design information that demonstrates the degree of robustness of this alternative
backhaul system, and clarifies the portions of the backhaul that are unmonitored.
D2.9 Paging & Interoperability
D2.9.1 Paging
GNB intends to establish a province-wide paging layer for dispatch of Volunteer Fire
Fighters and potentially for Paramedics. The paging layer would support VHF analog
tone and voice pages to the plurality of volunteers that are equipped with tone and voice
pagers. A paging transmitter would be established at 55 of the PWI sites, and be
backhauled to allow access from any public safety dispatch console.
The use of simulcast in select areas of the province is a design configuration of
considerable interest to GNB that would provide paging coverage to volunteers beyond
the coverage of a single “home” paging site. Vendors are requested to outline options
for a tone and voice paging configuration that enables the simultaneous transmission of
pages on a single frequency from multiple sites within the coverage area of up to 6
sites.
Vendors must outline their proposed configuration(s) that meets these paging
requirements, and to describe console/transmitter features that support pre-configured
multi-site group pages, cap codes, and the ability to support pre-configured/automatic
frequency selection of the transmitter. Multi-frequency ability of the paging transmitter
may reduce the number of pagers that would have to be re-programmed to the new
paging transmitter frequency. Vendors may assume that re-programming of pagers is
beyond the scope of this RFP, and that paging transmitters would be used only for
outbound page transmission.

48
D2.9.2 VHF Interoperability
GNB intends to establish an interoperability layer. This layer would consist of a single
analog VHF repeater situated at 55 of the PWI sites. All repeaters would be networked
to the PWI system through the backhaul system, and be accessible from any public
safety dispatch console. The goal of this interoperability layer is to create a means to
allow public safety providers throughout New Brunswick, including municipal police and
numerous paid and volunteer fire departments that operate disparate conventional
analog VHF communications systems, to interface the PWI system using their existing
user equipment.
GNB will work with the public safety service providers to establish standard operating
procedures for use of these “interop” channels; however, as an initial approximation,
GNB anticipates that these channels would be monitored by designated dispatch
centers, and would be used only for communications that require coordination of
operations with multiple agencies. For example, the first volunteer fire fighter to arrive at
the fire station in response to a page out would confirm to dispatch that he/she is
responding, or has arrived on site, or confirm initial status using an interop channel. To
further this example, the site commander could use this channel to request that dispatch
send backup; however, on-site tactical communications would not occur on the interop
channel. Any transmission on the interop channel could be monitored with an
appropriately equipped pager (in monitor mode) within the coverage area of the
repeater. Backup responders equipped with a PWI VHF trunking radio would be able to
communicate with the site commander through a console patch of the interop channel
to the backup resource’s talk group, or directly on the interop channel if it is
programmed into the PWI radio. In order for the existing analog VHF conventional
radios used by public safety service providers to access this interop channel, their
radios would have to be reprogrammed with the interop channels in the region.
Vendors are requested to outline their proposed configuration that meets this
interoperability requirement, and may assume that reprogramming of existing VHF
conventional radios is beyond scope of this RFP.
Vendors are free to discuss alternative approaches to achieving interoperability that
meet the requirements, such as the use of trunk radios. To receive consideration for an
alternative approach, Vendors must discuss the impact to performance and overall
project costs if an alternative approach is provided.

49
D2.9.3 Equipment Re-use for Paging & VHF Interoperability
GNB currently has a large supply of Tait VHF conventional analog repeaters (55 plus
spares), including filtering, that will become available for re-deployment after provincial
users are transitioned to the new system. GNB would welcome options presented by
the Vendor to re-use this equipment for paging or interoperability uses if core
functionality and service support could be maintained while reducing overall costs. GNB
DOT staff may be available to assist in this effort, for example, by collecting and redistributing
this equipment to the designated sites. Project management responsibilities
will be a shared responsibility between the Prime Contractor and GNB.
D2.9.4 Interoperability with Other Systems
Vendors must identify options to provide interoperability solutions for user groups not
equipped with PWI radios, unable to access the VHF interoperability layer or equipped
to operate in an alternate band. This is of particular interest if urban municipalities
choose to operate in a different frequency band from the PWS and for cross border
communications. These options may include, for example, console patching,
fixed/mobile cross band repeaters, or possibly the deployment of trunk sites operating in
a different frequency band integrated with the PWI infrastructure. Vendors must also
identify the best application of each approach. Interoperability equipment is presently
beyond scope of the system; however, pricing information is desirable.
D2.10 Alternative Architectures/Solutions
It is the intention of GNB is to procure a P25 radio solution for all users. Vendors are
encouraged to outline any alternative architecture that meets the core technical
requirements outlined above.
An architecture, for example, could include a 60-site 450 MHz P25 trunking system with
300-400 vehicle repeaters deployed strategically to users with exigent portable
coverage requirements, and/or may entail a deployment based on the predominant use
of a vendor’s tower sites and transport facilities.
Vendors choosing to provide information on an alternative architecture should provide
detailed information in an appendix. If an alternative architecture is proposed using a
different number of sites than the reference designs, it would be beneficial for the
Vendor to submit the coverage that would be achievable by providing a coverage
prediction.

50
D2.11 Special Requirements
GNB (Public Safety stakeholders in particular) has a requirement to increase the voice
channel capacity at any sites of the PWS on short notice to respond to emergencies. In
the event of an emergency, an emergency communications equipment package would
be delivered at the repeater site and installed by the Prime Contractor or GNB
personnel. The emergency communications package would need to provide up to 3
extra voice channels of PWS trunked mobile radio service or conventional mobile radio
service to support emergency response. (See D3.3.1)
Vendors must describe, in their technical and price proposals, any options to
accommodate this requirement as well as any terms or limitations that may reasonably
be expected.
D3.0 System Performance
D3.1 Availability
The system must be designed so that no single equipment fault (exclusive of backhaul
and tower site routers) causes a system failure as defined below. Vendors must
describe how their proposed design supports continuous operation under the following
conditions, and to indicate what notifications a radio user would receive in the event of a
failure and how an affiliated radio would react.
Additionally, Vendors must indicate which failures are automatically reported to the
service provider’s maintenance monitoring/system administrator.
• Repeater component failure
• Tower site controller failure
• Tower site router failure (with/without redundancy)
• Backhaul failure (upstream/downstream)
• Central site router failure
• Central site controller failure
Failure Definition
The system is deemed to be in a fault condition if 1 or more tower sites are unable to
process a call or be included in a multi-site call.

51
D3.1.1 Backup Power Supply
GNB sites are equipped with a combination of generators and battery banks to provide
power during extended primary power outages. Ideally, all Preferred Vendor sites would
provide generators that could supply power for several days of operation for the radio
equipment. At a minimum, a backup source capable of powering radio equipment for 8
hours is required with the ability to connect an external generator directly to the site
during that timeframe. Vendors must outline their commitments to maintaining backup
power dedicated to radio equipment at tower sites.
At the central switch sites, GNB requires that a backup power source is available that is
capable of supplying backup power for no less than 4 days.
D3.2 Quality of Service
D3.2.1 IP Routing
GNB would like to understand the system’s characteristics of design excellence and
compromise that affect the users’ perception of the Quality of Service, in particular, due
to the application of Internet Protocol technology. Vendors may assume that the
microwave backhaul would meet a high performance standard, and should note any
specific microwave performance assumptions necessary to meet the Quality of Service
performance affecting components below.
Vendors must concisely outline system performance in each of the following areas,
noting any impacts from a user’s perspective:
1. System impact of link and router failures
2. System recovery protocols to link and router failures
3. Call setup times for multi-site calls from the field and dispatch
4. Separation/integration of call control functions from routing of voice traffic
5. Scalability and stability qualities
6. Narrowband channels
7. Dropped calls
8. Audio truncation
9. Multicast routing
10. Voice quality

52
D3.2.2 IP Evolution
GNB requests that vendors discuss their field experience with IP radio systems, outline
the future development strategy for their IP products, and outline how the IP technology
deployed for PWI would be maintained and evolve with respect to these continued
developments over the next 15+ years.
D3.3 Grade of Service
D3.3.1 Voice
Grade of Service (GOS) is the measure of the system’s voice repeater resources
capacity to meet call requirements. In order to meet the GNB target for GOS as defined
below, GNB has specified a minimum number of voice repeaters. GNB anticipates that
the system would meet the GOS target for all committed stakeholders (including NB
Power) during the weekly busy hour under normal operating conditions with typical
configuration parameters such as message trunking, 20 users per talk group, and all
users assigned a channel prior to call commencement. For “normal operations,”
vendors may assume that 2/3 of the total users are active on the system.
GNB expects that the Vendor would be responsible to add system capacity as
necessary based on an equation that considers the anchor tenant users and the
potential users to come onto the system within the first five years, in order to maintain
the GOS specification when users are added. Vendors are requested to outline their
commitment and strategy to meeting and maintaining the GOS specification based on
the minimum capacity requirement, and to comment on the capacity guidelines based
on experience gained through the deployment of systems in similar regions with similar
customer profiles. The cost for incremental channels must be provided with the
submission to allow GNB to increase the repeater count, if necessary, prior to contract
signing.
The Vendor is asked to consider and describe how they would handle situations where
“special events” or emergencies with a finite beginning and end would be managed for
the purposes of maintaining the GOS and during the time that additional users are
active on the system. (see D2.11 – Special Requirements).
GOS specification for voice performance during weekly busy hour:
• 1.5 busies per 100 Push-To-Talks
• average queue time for busied call of 2 seconds

53
System Capacity
% #Sites
150 MHz
# Sites
450 MHz
# Sites
700 MHz
Voice paths in addition to
full-time control channel
65 35 54 75 3
20 11 17 23 4
15 9 12 17 6
Total 55 83 115 # Sites
203 302 419 # Voice Repeaters
258 385 534 #Voice & Control
Repeaters1
1. Assumes that full-time voice repeaters are separate from the full-time
control channel.
The table above excludes capacity at US border coverage sites for which usage would
be restricted.
D3.3.2 Data
GNB will take full advantage of the system’s data capabilities. Of broad interest and
high value will be the system’s ability to support Automatic Vehicle Location
requirements. Vendors are requested to outline the system’s ability to support the data
GOS specification outlined below, and to clarify what features are supported (e.g.
speed, direction, polling/time/distance/PTT initiated reporting, etc.), the format standard
of the information, to outline parameters that would impact data GOS performance, and
to outline how changes to the reporting configuration are executed.
GOS specification for AVL data:
• 1-5 minute update rate
• 2/3 of units are affiliated at any one time
Note that select users may also activate applications designed to operate in low
bandwidth systems, or incorporate vehicle status inputs through mobiles.

54
D3.4 Coverage
D3.4.1 Frequency Plan
Once notified of Preferred Vendor status, the Vendor shall assume the lead
responsibility with the support of GNB to obtain the needed frequencies for system radio
licensing from Industry Canada, including both trunking (either 150 MHz, 450 MHz or
700 MHz) and VHF paging and interoperability frequencies. (See section D1.3 and
Attachment F)
D3.4.2 Coverage Design
The Preferred Vendor shall be responsible to prepare trunking and VHF coverage
designs, for the trunking, paging and interoperability systems, with input from PWI
stakeholders, prior to finalization of the contract. GNB will provide a list of the site
inventory (including all GNB, Federal Government and NB Power sites), complete with
coordinates, tower heights and/or heights of the existing antenna(s). In addition to its
own sites, the Preferred Vendor would identify all existing third party sites for
consideration in preparation of the optimal coverage design. The goal is to obtain an
optimal coverage design by selecting from the GNB site list, vendor sites, and third
party sites available.
If appropriate, the Preferred Vendor will be required to capture noise floor
measurements for an adequate number of locations to confidently justify coverage
prediction input parameter selection, and to fully disclose and agree on all parameters
of the coverage predictions with GNB. Nominally, 55 sites in the 150 MHz band, 83
sites in the 450 MHz band, or 115 sites in the 700 MHz band (as agreed to by GNB),
while the paging and interoperability layers will be based on 55 VHF sites. GNB
reserves the right to increase or decrease the number of sites in order to meet its
requirements and finalize the RF design. The capital cost for the addition or removal of
sites must be the same cost and must be identified separately (assume 3 voice
channels, including installation per incremental site). GNB expects that the operating
cost of the incremental sites is negligible and would be absorbed within the overall
system operating cost unless the Vendor identifies material operating cost increases at
a specific threshold.

55
The Preferred Vendor shall be required to deliver for GNB approval a complete RF
Coverage Design for the Province. This design must provide the calculated signal
strength contours and corresponding voice quality performance, control channel
performance, and low data rate performance for portable and mobile terminals. The
design submission must include all design assumptions and parameters to be used as
reference for the Vendor guarantee. (See Section D3.4.6)
D3.4.3 Canada-US Border
In addition to the baseline trunking sites, RCMP has specific coverage requirements
along the Canada-United States border. To provide for this coverage requirement,
Vendors shall separately identify equipment and operating costs for the addition of 6
sites. Each site would be equipped with 1 trunking voice channel and be fully integrated
with the PWI system. These sites also require VHF capability that is integrated with the
dispatch infrastructure and is able to support analog and digital calls (automatically
distinguishing between analog and digital, if possible). It is desirable to minimize the
number of repeaters at each of these sites.
The costs to deploy these sites, including associated central site equipment, shall be
identified separately.
D3.4.4 Tower Sites
For any GNB, Federal Government and NB Power tower sites included in the RF
Design, GNB will arrange to grant access to and provision the sites to accommodate the
requisite PWS equipment. GNB will provide the towers, equipment shelters, primary
power, backup power and site alarm connection points if required, and retain ownership
and responsibility to maintain the tower sites. Any new tower sites required shall be
clearly identified by the Vendor during the RF design. GNB will assume responsibility to
construct and provision any new sites unless negotiated otherwise with the Vendor.
GNB expects the Preferred Vendor to enter into agreements with owners of any third
party sites incorporated into the system. GNB will agree to pay these incremental costs
for the third party site rentals once these are determined following the RF design. GNB
requires that the cost to use and maintain any service provider tower sites is included
within the proposed operating price.

56
D3.4.5 Site Inspections
Immediately following the RF design, the Preferred Vendor shall prepare a site
evaluation form in coordination with GNB. The Preferred Vendor and GNB will carry out
the site evaluations at GNB, Federal Government and NB Power sites. The purpose of
the evaluation is to confirm what, if any, site preparation activities may need to be
conducted. GNB will be responsible to provision these sites in accordance with the
agreed site evaluation and upgrading plan.
D3.4.6 Coverage Validation
As part of the coverage validation information, Vendors must provide, as a minimum,
the following:
• A detailed description of the RF design methodology, prediction tools, and testing
and,
• The accuracy of the prediction tools to be used and the limitations of these tools.
As part of the Infrastructure acceptance test plan, the Preferred Vendor shall be
required to verify coverage at a minimum of 10% of the sites selected by GNB. The
Preferred Vendor shall use its verification equipment; however, GNB reserves the right
to test coverage using an independent 3rd party at its cost. The Vendor shall indicate in
the Proposal the ramifications of failing to meet the coverage design requirements for all
tested sites.
The terms and conditions of the guarantees that are offered by the Vendor on the RF
Coverage Design including the limitation of responsibilities to add sites or equipment
must be provided in the event that the coverage is not as predicted. The Prime
Contractor shall be responsible for the engineering design (system and radio links) and
shall be responsible to correct to the satisfaction of GNB, any coverage and service
quality problems that are the results of errors in the submitted engineering design, other
than unpredictable propagation phenomenon beyond the scope of state-of-the art
prediction models.
D3.4.7 Coverage Enhancements
GNB expects that once the new system is operational, users’ new or refined coverage
requirements may necessitate enhancing the coverage. Vendors must identify options
and pricing for adding sites that may include: conventional, limited functionality trunking
(e.g. single channel for a single department), or 3 voice channel trunking sites. Vendors

57
must also discuss the process and GNB/Prime Contractor responsibilities for improving
coverage.
D3.4.8 Voice Coverage Design Criteria
The coverage design throughout the province will be based on a hip-mounted portable
(1 metre high) outside, secured with a swivel case, using a dipole antenna.
• The design requirement for average area reliability will be 95 % of the coverage
footprint.
• The design requirement for audio quality will be Delivered Audio Quality-3
(DAQ-3).
DAQ-3 is defined as: Speech understandable with slight effort. Occasional
repetition required due to noise/distortion.
D3.4.9 Data Coverage
Data coverage is required for a portable radio throughout the coverage footprint of a
voice portable radio. Vendors must outline any differences that may be expected
between voice and data coverage for a portable radio.
D4.0 User Equipment
D4.1 Portables, Mobiles, Bases
D4.1.1 P25 Compliance
All user equipment proposed by the Vendor must comply with Association of Public-
Safety Communications Officials (APCO) Project 25 standards. GNB expects that any
manufacturer’s P25 compliant radio may be activated on the PWI system without
degradation to system or unit performance, and that requests for activations of any P25
compliant units shall be granted by the Service Provider without supplementary tests or
approvals. Vendors may reserve the right to refuse activation of a P25 unit if a technical
incompatibility issue has been documented and acknowledged by manufacturers,
industry groups, or as determined by PWI stakeholders. GNB will, however, consider
limitations to activations that the Vendor may propose provided that multiple
manufacturers’ equipment will be authorized for use as part of the RFP response.

58
GNB appreciates that select units are equipped with manufacturer-specific feature
enhancements and requests that Vendors highlight these specific features in the unit
description fields below.
D4.1.2 Warranty
Portables and mobiles should include a minimum 1-year standard warranty covering all
repair costs. For ease of administration, the warranty for all units would commence only
after activation on the system. Vendors must outline the terms of their standard unit
warranty and provide a quotation for an optional extended warranty period.
D4.1.3 Models
GNB requires a variety of user equipment to satisfy the broad range of equipment
performance demands among its user groups. GNB anticipates purchasing PWI
replacement units as outlined in the table below. This table categorizes the units that
GNB will purchase, and attempts to match user requirements with equipment
capabilities based on distinguishing unit capabilities. GNB reserves the right to increase
or decrease the unit total by +/- 25 % (and total price based on unit pricing, percentage
excludes ED units) as requirements are finalized prior to placing user equipment orders
and to select alternate models for Departments. Within a Department, GNB prefers to
standardize, where appropriate, on a small number of models in order to facilitate
training and accessory and battery re-use.

59
Portables
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
GPS Mic,
OTAR,
OTAP
AES, RTT,
GPS Mic
Avail,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES,
GPS Mic,
OTAR,
OTAP
GPS Mic,
OTAP
Std
Functions
Total
Tourism 96 96
Education 18 18
Environment 16 16
Health 330 330
Local Gov. 0
Natural
Resources 120 414
534
Public Safety 112 112
Comm. Veh. 33 33
Coroner 0
Corrections 0
GSAR 120 120
EMO 0
Sheriff 18 18
RCMP 800 800
Sup & Services 8 8
Train.Edu.Devel. 7 7
Transportation 625 625
WHSCC 0
Total 800 0 0 250 0 1667 2717
*Public Safety includes Emergency Measures Organization (EMO)

60
Mobiles
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
GPS,
OTAR,
OTAP
AES, RTT,
GPS Avail,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES, GPS,
OTAR,
OTAP
GPS, OTAP Basic
Functionality
Total
Tourism 31 31
Education 586 586
Environment 36 36
Health 140 140
Local Gov. 0
Natural
Resources. 120 302
422
Public Safety 50 50
Comm. Veh. 37 37
Coroner 7 7
Corrections 0
EMO 0
GSAR 0
Sheriff 43 43
RCMP 800 800
Sup & Services 0
Train.Edu.Devel. 0
Transportation 1200 1200
WHSCC 5 5
Total 800 0 0 213 1786 558 3357
*Public Safety includes Emergency Measures Organization (EMO)

61
Bases
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
OTAR,
OTAP
AES, RTT,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES, OTAR,
OTAP
OTAP Basic
Functionality
Total
Tourism 1 1
Education 6 6
Environment 6 6
Health 70 70
Local Gov. 0
Natural
Resources. 6 53
59
Public Safety 13 13
Comm. Veh. 12 12
Coroner 7 7
Corrections 5 5
EMO 0
GSAR 0
Sheriff 8 8
RCMP 85 85
Sup & Services 1 1
Train.Edu.Devel. 0
Transportation 75 75
WHSCC 0
Total 85 0 0 27 0 236 348
*Public Safety includes Emergency Measures Organization (EMO)
Summary
Portables 2717
Mobiles 3357
Bases 348
Total 6422

62
Notes:
1) Corrections Department will continue to use existing portables in simplex
mode.
2) All radios should be equipped with an LED channel name indicator and
support a minimum of 32 talk groups.
3) If the required features are unavailable in a Public Service tier radio, then
a higher tier unit supporting the required features should be provided.
4) Users have a preference for rotator knobs versus push buttons for
channel changing.
Vendors must clearly indicate the unit proposed for each department as formatted in the
table below, to outline the unit’s key capabilities and features, and to provide a
specification sheet in appendix for each model proposed.
Model Proposed
Portable Mobile Base
Department of Tourism and
Parks (TAP)
Department of Education (ED)
Department of the Environment
(ENV)
Department of Justice (JUS)
Department of Health (DoH)
Department of Local
Government (LG)
Department of Natural
Resources (DNR)
Department of Public Safety
(DPS)
Royal Canadian Mounted
Police (RCMP)
Department of Supply &
Service (DSS)
Department of Transportation
(DoT)
Workplace Health, Safety and
Compensation Commission
(WHSCC)

63
D4.1.4 User Equipment for RCMP
The following requirements relate specifically to user equipment for RCMP. Vendors
must confirm how the user equipment proposed complies with the following
requirements:
(Portable, Mobile and Base Radios)
1. Request to Talk (RTT)
The mobile or portable operator presses a single button on their radio which initiates the
RTT (Protection around button to protect from inadvertent activation plus programmable
delay). An audible tone is returned to the calling party after the PTT is received at the
dispatch console to indicate that the call has been received. The unit identification
number should be provided by the radio equipment with each RTT and emergency RTT
2. Emergency Request to Talk
The mobile or portable operator presses a single button on their radio that initiates the
emergency RTT. (Protection around button to protect from inadvertent activation plus
programmable delay).
An emergency RTT is a special type of RTT that adds additional information to the RTT
indication at the dispatch console to indicate the urgent nature of the call. The unit
identification number should be provided by the radio equipment with each RTT and
emergency RTT.
3. Encryption On/Off Button
All radio equipment used by the RCMP will utilize the encryption standard known as the
Advanced Encryption Standard (AES) registered by the Federal Information Standard
as FIPS 197. This degree of encryption is specified in the Government Security Policy
for sensitive, unclassified information. The encryption standard shall be implemented in
an end-to-end manner. The encryption and decryption processes and key loading are
solely at the origination and termination points of communications paths which are
physically under control of/or are physically secured by the RCMP. The communications
console equipment must have certified encryption and decryption apparatus for this
purpose.

64
4. Vehicular Repeater Option
There should be a vehicular repeater option available. The vehicular repeater would
work in conjunction with the mobile radio. There should be three modes of operation of
the vehicular repeater: off/on, local repeat, and system repeat.
5. Mobile radios
Mobiles shall be available in trunk mount and dash mount versions.
6. Channel Changing
A single button (knob type preferred) for channel up or channel down function.
7. Audio Volume
A single button (knob type preferred) to adjust audio volume (can include on/off
function.
8. On/Off Switch
A separate button preferred, however, could be included with volume control.
9. Locking
A method of locking menu/keypad to prevent inadvertent channel/talk group selection or
change is required.
The RCMP have reserved the option of utilizing their federal “standing offer” for
equipment procurement if the cost is more economical and the equipment is
compliant with PWS.
D4.1.5 Accessories
Vendors must provide brief descriptions of accessories as listed below. Required
quantities will be determined at the time of ordering.
• Key loader
• Spare battery
• Speaker microphone
• GPS equipped speaker microphone
• Multi-unit charger & conditioner
• Base conversion kit (including power supply, tray, desk top microphone,
magnetic mount antenna)*
• Other

65
* Select users have a desire to access base stations using telephone-like
handsets from multiple locations within a building. Information and pricing
on these accessories is also requested.
D4.2 Consoles
D4.2.1 Public Safety Dispatch Consoles
Full-featured, public safety grade dispatch consoles are required in the quantities
outlined in the table below. The dispatch consoles must allow for standard dispatch
functions, including, but not limited to: group call, multi-select, patching, override of
inbound audio, mute and remote monitor, tone paging, foot switch operation, head set
jack, goose neck microphone, select/unselect speakers, conventional analog repeater
control, security partitioning, customizable GUI, RTT, end-to-end encryption, etc.
Department # Locations # of consoles
/ location
DoT 2 3
DNR 1 1
DoH 2 9, 7
RCMP 5 10, 7, 2, 5, 3
Regional
Dispatch
TBD TBD
Vendors must summarize operational features, provide a technical description of the
hardware and software components that are provided, and provide specification sheets
for the proposed equipment.
GNB reserves the right to adjust the final number of consoles based on operational
requirements that may be refined prior to ordering. GNB will provide uninterruptible
power supplies at each dispatch location as required for uninterrupted operation.
Network connectivity is beyond the scope of this RFP, and will be negotiated separately.

66
D4.2.2 Voice Loggers
A voice logger is required at each DoH and RCMP dispatch location. Each voice
recorder should be able to record a minimum of 24 voice paths, be equipped with
redundant power supplies, provide an archiving medium, and allow playback and
search functions from the dispatch console.
Vendors must provide a description of the voice logging system features, hardware and
software modules. Vendors are also encouraged to outline options available to
centralize logging on a departmental basis at single locations. Logger maintenance is
beyond the scope of this RFP; however, vendors are encouraged to outline the options
available.
D4.2.3 Basic Dispatch Consoles
Select users may yet be identified that would benefit from the availability of a basic
dispatch console that is able to monitor several talk groups simultaneously. Basic
functions would include push-to-talk and changing talk group selection on the radio.
Vendors are requested to outline the options available for basic dispatching. Optional
prices for consoles that support 4 talk groups simultaneously are requested. If desktop
computers are required, vendors must indicate and identify the equipment
requirements. Vendors may assume that desktop computers would be supplied by
GNB if required.
D4.2.4 Regional Dispatch
GNB is undertaking an initiative to regionalize fire dispatch. These efforts may result in
6 public safety grade regional dispatch centers (including 1 RCMP location), some of
which may be based within municipal dispatch environments, including the following
existing Public Safety Answering Points (PSAP’s) locations: Bathurst, Edmundston,
Fredericton, Moncton, Miramichi and Saint John. Each of these locations would require
at least one console for the purposes of interoperability.
D5.0 Implementation Statement of Work
Vendors must outline their proposed Statement of Work (SOW) for the implementation
of the system, including a response to all relevant sections of the body of the RFP and
all relevant sections of the Attachments.

67
During contract negotiations, GNB will work with the Preferred Vendor to finalize
contract terms and responsibilities that are affected by the RF Design, including site
acquisitions and upgrades, and spur link and backhaul provisioning. As requested in the
pricing section, component pricing for these items must be provided.
D5.1 Project Management
Vendors must outline their project management methodology and approach to
implementing a province-wide radio system. This methodology should demonstrate to
GNB that the Vendor understands the complexities and challenges of large project
delivery. The project management strategy components identified specifically, but not
limited to, the sections below must be addressed.
D5.1.1 Milestones
Vendors must provide a schedule of implementation milestones. The milestones should
be summarized in tabular format, with week zero corresponding to contract signing. A
brief description of the significance of each milestone shall be provided.
D5.1.2 Deliverables
Vendors must provide a schedule of deliverables. The deliverables must be
summarized in tabular format, with a brief description of each deliverable provided.
D5.1.3 Resources
The Vendor must identify a dedicated Project Manager and include a Resumé that
outlines the level of experience that this individual possesses having worked on
complex radio communications projects. The Vendor must identify key roles and
responsibilities and provide Resumés of individuals on staff that will fulfill these roles.
Please advise the number of professional engineers and technicians that will be
dedicated to this project. It is preferable that these key resources are located in New
Brunswick.
D5.1.4 Documentation
The PWI Project Office must receive copies of all user manuals and documentation
pertaining to the system in both official languages.
Any updates to the above noted documentation will be provided to the PWI Project
Office within two weeks of the updated version release.

68
D5.1.5 Systems Management
The Vendor shall provide a detailed description of Change Management methodology.
D5.1.6 Scheduled Outages, Upgrades Schedules
The Vendor shall describe process methodology used to schedule outages, upgrades or
regular maintenance on the system.
D5.1.7 Governance
A governance model structure for a project that is co-managed between GNB and a
Preferred Vendor is preferred. With this type of proposed approach, please describe
your processes for the following:
- Issues Management – Problem escalation, turn around time, and the work flow.
- Risk Management – Approach to managing risk in a project and risk to an
organization due to the existence of a project.
- Dispute Resolution – Approach to resolving disputes.
Please describe the governance reporting structure that you would use.
D5.1.8 Reports
During the implementation of the PWS, reports; i.e. status reports, must be made
available, upon request by the PWI Project Office on an ad hoc, daily, weekly, and/or
monthly basis in a readable format as agreed to by the PWI Project Manager.
D5.1.9 Recourse
Vendors are requested to describe how slippage and failure to deliver will be handled,
what recourse GNB would expect. Please propose remedial action that the Vendor
would take to rectify the situation.
D5.2 Implementation Activities
Vendors must outline system implementation activities that will be undertaken. These
activities must be summarized in tabular format, with a brief description of each activity
provided. The table should clearly delineate implementation responsibilities between the
Vendor, NB Power (for microwave related responsibilities), and GNB. The table and a
description of each of the activities, including but not limited to the activities below,
should be addressed:
• RF design
• Site provisioning, distinguishing between DSS supplied sites (includes

69
DSS, Federal Government and NB Power sites), Service Provider and
Third Party sites)
• Microwave backhaul design and provisioning
• Spur link design and provisioning
• Radio system design
• Tower site infrastructure installation
• Central switch site infrastructure installation
• Dispatch console installation
• Fleet mapping
• Migration planning
• Acceptance testing
• User equipment programming and installation
• Training Courses & Material
• Radio Frequency Licensing
• System infrastructure design documentation (copy)
• Frequency Plan
GNB is prepared to perform all mobile and base radio installations. GNB is also
prepared to copy the Preferred Vendor supplied master code plugs and programming
templates into these units. In the case that GNB copies the code plugs into the radios,
the Preferred Vendor is responsible to provide a minimum of 6 sets of software and
programming accessories. The Preferred Vendor would retain responsibility to provide
installation documentation, train radio technicians to copy code plugs, and to provide
and manage the programming and installation schedule.
D5.2.1 Training Activities
Vendors should allow for the following training allocations, and must outline their
approach or recommendation to meeting this, or their recommended plan (please note
the bilingual service requirement outlined in section D6.8):
• Portables & mobiles: 10 locations, Minimum 2 days each (Train-the-
Trainer)
• Dispatch consoles: 6 locations, Minimum 3 days each
• Administration console: Minimum 1 location, 5 days
• The overall design, operations and maintenance of the system: 1 location,
20 days (exclusive training course is not required)
(To ensure understanding by specialized technical support staff of key
Stakeholders of the capabilities and limitations of the system to support
public safety operations).

70
The expectation is that an annual allocation of training hours shall be offered for
updates, new users and technical training.
D6.0 Operations & Maintenance
The Service Provider shall be responsible to monitor, maintain and manage the radio
system infrastructure (excluding the NB Power microwave backbone) within the cost of
service proposed in their submission. Vendors must provide a summary description of
their proposed infrastructure operations and maintenance organization, plan, and
credentials of key personnel. A summary table that clearly delineates activities and
responsibilities that are within scope and beyond scope of the submission should
accompany this description. This operations and maintenance plan should address, at
minimum, the sections below.
GNB requires that Operations and Maintenance staff be based within the Province.
(See Section D5.1 Project Management)
D6.1 Network Monitoring & Performance Management
The Service Provider must maintain a 24-hour, 365-day network monitoring and contact
center. Monitoring should minimally include repeater, connectivity and controller
outages, and tower site alarms. The Service Provider must monitor, dispatch field
support, track, escalate and report faults.
Vendors must outline their proposed methodology for incident monitoring and
resolution.
The Service Provider shall be required to develop a customer support plan for GNB that
addresses:
1) Procedures for collecting and responding to problem reports from users,
2) Dissemination and coordination of outage notifications and resolution status updates
to designated representatives of the stakeholder community,
3) Coordination and authorization of changes to infrastructure and scheduled
maintenance,
4) Implementation procedures for the back-up of any critical database and systems
information (for example, log files such as voice recording, archival of information)

71
restores and the type of media used for back-ups, including the testing of the back-ups
to ensure integrity of the information.
5) Daily, weekly, monthly and ad hoc system/talk group/unit performance reporting
presented in a format agreed to by the PWI Project Manager.
D6.1.1 Software Upgrades
Vendors must outline their approach to system software upgrades. In particular, GNB
needs to understand its responsibility for such upgrades and the coordination of change
management as it relates to the system. GNB expects that any proposed software
upgrade that has a material impact on dispatch or user equipment will be fully
discussed, coordinated and executed with GNB, and that GNB will have the authority to
weigh the cost, value and necessity of such upgrades prior to implementation as well as
the ability to decline such upgrades provided that maintenance of the system is not
materially impacted. GNB prefers, if given the opportunity to skip a software upgrade,
that subsequent upgrades do not require the purchase of previously skipped releases.
D6.2 Response and Restoration
Based on the assumption that the system design incorporates redundancy of critical
infrastructure to eliminate single points of multiple failures, GNB will accept a best effort
response to system outages according to its severity. GNB considers that a response to
a failure (as defined in the section D3.1 Availability) would require an immediate
dispatch of field staff, with an on-site response time of not more than 4 hours.
Restoration times must not exceed 4 hours.
Vendor must define best effort response.
Vendors must outline their response and restoration strategy and proposed
commitments, in particular, identifying the location of field service offices from which
radio technicians would be dispatched on a 24-hour basis, level of staffing and hours at
each location, and the type of spare hardware inventory that would be maintained at
each location.
D6.2.1 Business Continuity for PWS Services
Vendors must outline procedures for business continuity planning based on the
statements below.
The GNB business continuity objective is uninterrupted PWS services to users and
quick recovery in the event of a service interruption due to a natural or man-made

72
disaster. The same objective applies in the event of power, software, and equipment
failures or failures caused by human error or other circumstances such as pandemics or
business failures.
The Vendor must provide an overview of the type of measures to be taken to meet this
objective. In particular, the measures will include, but not be limited to those needed to
protect an information asset, including resilience and redundancy in the system design
and operations, high availability, graceful degradation of services and human resource
contingency plans with associated training.
D6.2.2 Emergency Operations Plans
Vendors must provide a summary of plans, procedures and commitments to support the
Emergency Operations Plans of GNB, as the sole provider of mobile radio services for
public safety.
The Vendor plans must include provisions for appropriate roles for the Prime Contractor
and sub-contractors including collaboration and participation with GNB and first
responders in emergency preparedness, response and recovery for the duration of the
Contract.
D6.2.3 Emergency Response To Major System Failure Or Congestion
Vendors must describe in detail, their capabilities to response to major system failures,
and what resources will be available to alleviate congestion on a busy network due to
high traffic levels caused by a large, multi-agency response to an event.
D6.3 Tower Site Maintenance
For RFP response planning, GNB will retain maintenance responsibilities for GNB,
RCMP and NB Power owned tower sites, including tower structure, shelter, and power
sources; however, the Preferred Vendor shall accept responsibility for antenna system
components and radio system equipment. GNB will negotiate a tower site maintenance
agreement for its towers with a third party or with the Preferred Vendor at a later date.
The Preferred Vendor shall be responsible to maintain tower sites and all equipment at
its own sites, and accept responsibility for equipment and towers at third party sites.
D6.4 Administration & Configuration
GNB anticipates that standard administration and configuration activities included within
the operating cost are: 1) the production of performance and usage reports in readable

73
formats, 2) ability to make changes to talk group configuration parameters, 3) ability to
conduct routine investigation of performance issues, and 4) activations, master code
plug development, and cloning of code plugs.
Vendors must clarify all included system performance activities; any activities out of
scope of the operating cost should be clearly indicated.
Examples of the types of reports expected could include:
Talk Group Utilization
Emergency Alert Log Reports
Push-To-Talk Reports
Desktop Monitoring, query and report generation of statistics by:
- activity on interoperability talk groups
- activity that is illegal affiliation with the system
- troubleshooting user/affiliation/access issues
- user ID and talk group history records
D6.5 Continuous Optimization Group
GNB and the Preferred Vendor will form a Continuous Optimization Group (COG)
composed of GNB and Vendor stakeholder representatives. The purpose of the COG
will be to review performance, discuss communications issues, review system
configuration changes and promote the continuous optimization of system use and
performance as well as enact the optimization recommendations at an agreed upon
timeframe. GNB envisions that this group will exercise control over the policy for
assignment of busy queue priority levels to user groups.
D6.6 User Equipment Maintenance
D6.6.1 Portables, Mobiles, Bases
GNB requires that an effective service strategy be presented that caters to routine
repairs, moves, activations and changes (RMACs). Vendors must outline their proposed
service support structure that identifies: 1) locations for in-shop service and technical
skills available, 2) ability to provide service at the user’s location, and 3) availability to
provide after hours service. GNB expects user equipment service requests to be

74
accommodated during standard business hours (8:00 AM – 5:00 PM AST) 5 days per
week excluding statutory holidays, and will consider any service support strategy that
accommodates the service requirements of its users. GNB anticipates that repair
strategy includes services based within the Province, and that specialized unit repair
facilities are based within North America.
GNB requests that vendors outline options for administering RMACs, that may include
fixed fees for specified services at user-locations (independent of location within the
province) or in-shop. GNB anticipates employing a “break and fix” approach to unit
repair following the warranty period, that is, GNB does not intend to purchase a
maintenance plan for units, but will pay to repair the unit when appropriate. Vendors
must articulate options that support this approach, including fixed fee repair, and in
particular, identify the processes and repair turn around times for faulty portables and
mobiles shipped for repair.
D6.6.2 Consoles
The public safety dispatch consoles must be supported through maintenance contracts
that provide 7/24-hour support, with clear delineation of responsibility between the
manufacturer and Prime Contractor – if not the same – for managing issue reports to a
contact centre. GNB prefers that public safety consoles be supported directly by the
manufacturer and therefore the console support is outside the SLA. Nevertheless,
pricing information must be provided and shall be included in the cost evaluation. GNB
will consider alternatives based on the credentials of local non-manufacturer support
staff, and options that include console maintenance costs within the SLA. The Vendor
should clearly indicate GNB responsibility for lifecycle replacement of desktop
computers, and outline the terms of support that would be provided. GNB will also
consider providing front line support to desktop computers based on the vendor’s
recommendation and potential cost saving.
D6.6.3 Codeplug Management
Vendors must describe their proposed strategy for generation of codeplugs. In
particular, it is highly desirable that partitioned “system keys” be available that allow
select user groups to generate their own code plugs without Vendor assistance and
without the ability to impact other user groups. In the absence of a selective/partitioned
key, vendors must articulate their proposed strategy to support this requirement.

75
D6.7 Technical Resource Options - DOT
GNB Department of Transportation Radio Communications Group has been supporting
the existing communications infrastructure and user equipment across New Brunswick
for the past 25 years. It is expected that the Prime Contractor - private operator may
want to take advantage of that expertise when it assumes responsibility for the
maintenance and support service of the communications infrastructure and user
equipment. Vendors are encouraged to submit proposals that will provide cost effective
delivery of maintenance and support services for the communications infrastructure and
user equipment. Vendors' may wish to consider personnel from the Department of
Transportation Radio Communications Group for employment as part of the proposal.
Details on how they may wish to consider current personnel from the Department of
Transportation Radio Communications Group for employment should be included.
The Department of Transportation Radio Communications Section is composed of the
following employee classifications. Each is listed in order of classification and includes
years in the related field and the present repair shop location.
Manager 27 years Fredericton
Operations Supervisor 20 years Fredericton
Radio Technician 3 25 years Moncton
Radio Technician 3 20 years Fredericton
Radio Technician 3 21 years Bathurst
Radio Technician 3 13 years Fredericton
Radio Technician 3 9 years Grand Falls
Radio Technician 3 8 years Fredericton
Radio Technician 2 16 years Fredericton
Radio Technician 2 11 years Moncton
Radio Technician 2 15 years St.Stephen
Radio Technician 2 24 years Fredericton
Radio Technician 2 8 years Grand Falls
Radio Technician 2 4 years Miramichi
Radio Technician 1 19 years Fredericton
Radio Technician 1 1.5 years Bathurst
Tower Repair Worker 2 years Fredericton
Storesman 3 years Fredericton

76
D6.8 Bilingual Service
New Brunswick is a bilingual province with French and English as its official languages.
Potential Service Providers must therefore respect New Brunswick’s Official Languages
Act and Language of Service Policy and Guidelines in all services and documentation
associated with the Provincial Wireless System.
D6.9 Commercial Services Offering
Vendors are requested to outline their proposed approach to operating a commercial
services offering using the PWI radio infrastructure consistent with Section D1.4. In
particular, GNB needs to understand the vendor’s commitment to maintaining system
performance measures within the context of the constraints imposed in the RFP and the
Section D7.0 Pricing Requirements. GNB also needs to understand the Vendor’s
expectations for subscriber uptake, and any responsibilities or constraints that may be
imposed on it’s committed users from the public sector.
D6.10 Security Requirements
The Prime Contractor and any sub-contactors must be bonded and all personnel that
are involved in the project must have a security clearance acceptable to the RCMP.
The contractors shall collaborate in security reviews, audits and threat assessments to
be conducted by GNB during the Contract. A Threat Risk Assessment (TRA) must be
completed on this system and all resources affiliated with the system must be included
in the TRA.
Vendors must outline, in their proposals, their approach to meeting the following
security requirements:
• Integration of security requirements in all aspects of the PWS planning, design,
construction, operations and maintenance, and human resource assignments
and training
• Physical security of all PWS sites, facilities and assets (measures to prevent
unauthorized access to facilities and malicious actions against facilities)
• Network security protection (measures to protect systems hardware, software,
computer networks, user accounts, passwords and system access)

77
• Communications security protection (measures to protect confidentiality and
integrity of radio communications using encryption, management and
reprogramming of encryption keys, and key codes and software.
• Administrative security protection (administrative procedures to protect
confidentiality, integrity, and availability of communications systems in the form of
security plans, procedures, documentation, security awareness training, and
personnel security assurance system.
D7.0 Pricing Requirements
The following sections provide the organization and breakdown of the pricing proposal
that is required as part of the submission. Adequate detail must be provided to allow
GNB to consider and plan trade-offs and substitutions in the system architecture and
user equipment selections. GNB anticipates discussing and confirming all available and
proposed options with the Preferred Vendor during contract negotiations. The 3 primary
cost categories include: 1) Infrastructure & Implementation, 2) User Equipment, and 3)
Operations and Maintenance. The terms of payment for each category vary. For all
price components, GNB requires that detailed pricing be provided in addition to the
summaries requested below.
To facilitate evaluation and summary of cost information, GNB requests that in addition
to the printed pricing proposal, that vendors submit the cost information in electronic
format in an Excel spreadsheet on CD ROM in a separate sealed envelope. GNB
appreciates the competitive sensitivity of pricing information, and therefore, the PWI
Project Manager will be responsible for this CD and distribute it only to the PWI
evaluation team charged with the responsibility to evaluate the price proposal. The
electronic file would not be distributed otherwise without the Vendor’s prior consent.
D7.1 Infrastructure & Implementation Pricing
D7.1.1 Reference Design Pricing
For each of the categories below, Vendors must provide detailed pricing in spreadsheet
format for each component, including all associated implementation services. These
system components shall be paid for over the term of the Contract. Vendors must
identify the capital price, proposed financing rate, the monthly price, and the cumulative
cost over the term of the contract. All financial management fees and service charges
must be accounted for within the interest rate.

78
1. 55-site 150 MHz System
2. 83-site 450 MHz System
3. 115-site 700 MHz System
4. Paging System
5. VHF Interoperability
6. Redundant Master Site
D7.1.2 Add-on Pricing
The inclusion of the following cost components will be finalized during contract
negotiations. For the present purposes, Vendors must identify the capital price
including all associated implementation services and the proposed financing rate based
on the assumption of distributed payments over the term of the contract. All financial
management fees and service charges must be accounted for within the interest rate.
7. Spur Site Links (1/2/3 hops)
8. Incremental Trunk Sites
9. Canada-US Border Sites
D7.1.3 Out-of-Scope Services Pricing
Vendors are requested to provide a per diem rate for design, project management and
installation services for changes to scope, exclusive of travel expenses. Vendors may
assume that any out-of-scope services would be paid in full upon delivery or as agreed
to by the Vendor and GNB.
D7.2 User Equipment Pricing
For user equipment items below, Vendors should organize pricing to allow GNB to
apportion costs to either RCMP or the Province (sub-totals on a provincial Departmental
basis are desirable).
D7.2.1 Portables, Mobiles, Bases
GNB requires unit pricing for each model proposed, including programming. If the
Vendor prefers to perform mobile and base installations, this cost should also be
identified. Options should be presented for extended warranties, and to substitute
extended life batteries.
Unit pricing and discount-off-list pricing for accessories is also requested. With the
exception of GPS microphones and base conversion kits, the Vendor may be expected
to coordinate with departments individually for the procurement of accessories.

79
D7.2.2 Consoles
GNB requires pricing for the public safety grade dispatch consoles. Pricing should
include all associated implementation services. The voice logger pricing should also be
included. Optional component pricing should be identified to allow GNB to plan
adjustments during contract negotiations and finalization of specific console and logger
requirements. Options may also be identified for a basic dispatch console if available.
D7.3 Operations & Maintenance Pricing
D7.3.1 O&M Pricing
GNB requires a fixed contract price for the activation and operation of the full
complement of its radio fleet, including all portables, mobiles, bases, and consoles,
whether used on an every day basis or occasionally as spare units. This fixed contract
price must be independent of the number of units purchased and activated by all
provincial departments, RCMP and NB Power on the system throughout the life of the
contract.
The O&M price should include:
• Maintenance of infrastructure, including trunking, paging and interoperability
layers,
• Administration, including activations, code plug generation and cloning,
performance reporting, technical issue investigation and resolution, frequency
licensing and occasional changes to talk group parameters.
Vendors are welcome to propose an alternative price structure in addition to the price
structure outlined above.
D7.3.2 Redundant Master Site
Any additional operations and maintenance costs associated with the redundant master
site equipment must be identified.
D7.3.3 Spur Site Links
Any operations and maintenance costs associated with the spur site links to the
microwave backbone sites must be identified. The sum of these operating costs will be
finalized following the RF design and added to the O&M price. Costs associated with
any leased wireline circuits will be contracted separately.
D7.3.4 Incremental Sites

80
If any material cost increase is attributable to the incremental sites, it must be identified
and shall be added to the O&M price after the RF design is complete.
D7.3.5 Canada-US Border Sites
GNB requires a fixed price for maintenance of infrastructure deployed to the Canada-
US border sites.
D7.3.6 Tower Sites
GNB anticipates that the cost to use any tower sites owned by the Prime Contractor is
included within the proposed system access price, and that any costs to provision the
site to the agreed standard shall be borne by the Prime Contractor. Equally, any costs
associated with the use of GNB supplied sites will be borne directly by GNB. GNB
expects that the Prime Contractor shall secure any third party site rentals following the
RF design and add this cost to the system access price. Vendors are welcome to
propose alternative site costing arrangements in addition to the tower price structure
required.
D7.3.7 User Equipment
GNB anticipates following a break-and-fix approach to unit maintenance but welcomes
price options such as flat rate repair pricing.
Console maintenance pricing is required for support on a 7/24 basis. As indicated in
D6.6.2, GNB anticipates this support agreement would be signed directly with the
console manufacturer, however, is willing to consider alternatives based on resource
availability and experience. Pricing must be provided on a Departmental/User
stakeholder basis. Logger maintenance should also be quoted as an option
D7.3.8 Training
Initial system training and recurrent training must be detailed separately. Payment for
recurrent training will be authorized on a delivered basis only and the cost proposals
should not incorporate a price schedule that provides for fixed annual training
payments. Travel, meals, and accommodations should not be factored into the “per
employee trainee” unit cost (see Section 5.2).
D7.4 Term and Renewal
GNB recognizes that the effort and cost to implement a province-wide radio system is
significant, and therefore intends to pursue a contract of a duration that balances this

81
considerable investment with the long term maintainability of this sophisticated
technology. GNB intends to enter into a 15-year contract with the Prime Contractor.
Therefore, price components for amortization of infrastructure and O&M must be over
the full term of the contract.
GNB also recognizes that maintenance challenges may be encountered over a long
term due to scheduled Manufacturer Discontinued dates associated, eventually, with all
system components. Therefore, GNB will consider proposals that provide an opportunity
for the Preferred Vendor and GNB to share the risk of the cost of mitigating strategies.
For example, at year 10 GNB may consider co-purchasing additional spare components
on a 50-50 basis that would enable the Preferred Vendor to meet consistent
performance levels.
GNB would like to consider options for renewal of the contract for continued operation of
the system for up to 5 years beyond year 15 if performance levels can continue to be
maintained. Therefore, GNB requests that vendors propose options for extending the
agreement. As a suggestion, GNB proposes a pre-defined increase to the Operations
and Maintenance price (e.g. 10-20% increase to the average of the final 5 years O&M
price), or that if, on the first day of the 14th year of operation following system
acceptance GNB and the Prime Contractor cannot agree on a contract extension then
the Prime Contractor would agree to assign all frequency licenses to GNB and to lease
the radio system equipment and access to Vendor owned sites and resources
containing or supporting PWI equipment to GNB at then current market rates thereby
allowing GNB to continue operating the infrastructure.
Additional provisions may identify that the infrastructure and implementation costs
would have been paid in full, and that replacement components may be purchased at
GNB’s expense.
D7.5 Terms of Payment
GNB requires that Vendors prepare price submissions for the 3 categories below based
on the guidelines below. Vendors are welcome to provide alternative financial terms in
addition to this baseline structure.
D7.5.1 Infrastructure and Implementation Payments
For the infrastructure and implementation pricing components, Vendors may; if

82
necessary and/or beneficial, propose that GNB consider progress payments during the
implementation period, based on the following milestones:
- Contract Signing
- Detailed System Design
- Factory Acceptance Test
- 50% of Sites Operational
- Final Acceptance Test
Vendors are to quantify the financial implications of such progress payments relative to
the alternative of no progress payments requirement.
The balance of the infrastructure and implementation pricing would be paid monthly
over the term of the agreement commencing on the first day of the first month following
the Final Acceptance Test. Vendors must identify the capital price, proposed financing
rate, the monthly price, and the cumulative cost over the term. All financial management
fees and service charges must be accounted for within the interest rate.
D7.5.2 User Equipment Payments
For the purpose of the submission, Vendors may assume that GNB will amortize the
entire cost of portables, mobiles, bases and consoles over a 7-year term, paid monthly
commencing on the first day of the first month following delivery of this equipment.
Vendors must identify the capital price, proposed financing rate, and include all financial
management fees and service charges within the interest rate. GNB reserves the right
to pay all, or a portion of, the user equipment costs upon delivery, with the balance paid
over the term.
D7.5.3 O&M Payments & CPI
GNB will agree to begin payment of the operations and maintenance component on the
first day of the first month following the Final Acceptance Test. On the assumption that
O&M payments are uniform over the term of the agreement, GNB will agree to an
annual cost increment to this component in proportion to the previous year’s Consumer
Price Index (CPI) for New Brunswick beginning on the first day of the fifth year of
operation and for each subsequent year thereafter. If O&M payments are structured to
increase over the term of the agreement, then each of these payments must be
identified.

83
D7.6 Financing Partner
GNB requests that Vendors identify the roles and responsibilities of their proposed
financing partner (if one is used). For Contract signing, the Preferred Vendor must be
the Prime Contractor and must ensure that it has clear title to the radio system
infrastructure at the end of the 15-year term, and must provide confirmation to GNB that
the financing partner cannot place liens on, sell or transfer title of infrastructure without
GNB written permission.
D7.7 Infrastructure Cost Share
This Section will apply if the Vendor decides to include in the proposal a Commercial
Service Offering (CSO) consistent with section D1.4 of the RFP.
For activations of equipment under the Commercial Services Offering for any municipal,
federal, or third party private sector businesses, GNB requires that the Preferred Vendor
levy an Infrastructure Cost Share (ICS) toll on behalf of GNB, and to collect and remit
this toll to GNB on a monthly basis. GNB reserves the right to reduce this toll at its
discretion, and authorizes the Preferred Vendor to sell O&M/airtime agreements to
these groups (in a manner consistent with GNB guidelines in Section D1.4 of the RFP)
at a price of its choosing supplemental to the ICS toll.
The tolls should be consistent with the formulas below.
Class of Service Potential Market Infrastructure Cost Share Toll1
Province-wide Federal
Departments2,3
Private Industry3
= Unit Base Cost6

84
Regional Municipalities4
Local Government4
= 20% of Unit Base Cost (for
system access) + 20% of Unit
Base Cost (for coverage at up to
20% of sites)
Network Control
Only
PEI5 = 20% of Unit Base Cost (for
system access)
1. Assumes that cost of incremental coverage and operations is paid directly by user group.
2. Excludes RCMP.
3. Assumes access to all PWI tower sites.
4. Assumes access to up to 20% of PWI tower sites.
5. Assumes access to no PWI tower sites. All incremental operating and infrastructure costs
to be borne by user group.
6. Monthly Unit Base Cost is calculated as follows:
Monthly Unit Base Cost = ((Average annual Operations & Maintenance price over years onefour)/
12 + (NB Power annual Backhaul Cost at year one)/12 + (Total Infrastructure and
Implementation Price amortized7 over fifteen years)) / Number of Units Purchased at time of
contract signing
7. Assume 12 monthly payments, $0 up-front capital, payment at beginning of the month,
current financing rates)
SAMPLE Unit Base Cost Calculation: 5800 units, $20M Infrastructure, 5%
interest, $600K/yr NB Power (estimate, to be determined), $3M/yr O&M,
= ($3,000,000/12 + $600,000/12 + $157,502)/5800 units = $79/month
O&M charges for incremental sites, links, backhaul, and towers beyond GNB
requirements would be borne by the potential market user. Vendors are welcome to
outline optional cost share structures in addition to this baseline plan.
D7.8 Price Summary - Stakeholders
Vendors must provide detailed equipment and services pricing in spreadsheet format for
all components as requested in the above sections, and must summarize this price
proposal in a format as outlined below.
Infrastructure &
Implementation
Capital Price

85
1. 55-site 150 MHz System
2. 83-site 450 MHz System
3. 115-site 700 MHz
System
4. Paging System
5. VHF Interoperability
6. Redundant Master Site
7. Spur Site RF Links
8. Incremental Sites
9. Border Sites
User Equipment Capital Price
Province of NB
1. Portables, Mobiles, Bases
2. Consoles (incld. loggers)
RCMP
1. Portables, Mobiles, Bases
2. Consoles (incld. loggers)
Operations & Maintenance O&M Price

86
1. 55-site 150 MHz System
2. 83-site 450 MHz System
3. 115-site 700 MHz
System
4. Paging System
5. VHF Interoperability
6. Redundant Master Site
7. Spur Site RF Links
8. Incremental Sites
9. Border Sites
10. User Equipment Repair
11. Consoles
For alternative system architecture proposals, Vendors are requested to follow the
pricing format outlined above as closely as possible.

87
ATTACHMENT E: POTENTIAL USERS
E1.0 Potential Users
As outlined in the introduction, NB Power, municipalities throughout the province,
federal departments, and the Province of PEI are potential, not yet committed, users.
The following tables summarize anticipated requirements for these interested users.
Vendors are requested to outline options for each of these interested groups, and in
particular, to highlight where any system and support features do not conform to the
solution proposed to the committed stakeholders.
Pricing of user equipment for these groups must be consistent with pricing offered to
GNB and must be identified separately. Vendors should identify any incremental central
site equipment costs and participation or lack thereof by any of these potential user
groups should not have any negative impact on pricing offered to the committed
stakeholders.
GNB anticipates that the incremental site and repeater pricing provided for committed
stakeholder requirements will also be valid for incremental trunking sites to
accommodate additional coverage requirements presented by a potential user group,
with the assumption that these requirements will be confirmed either during the contract
negotiation or implementation period.
For the Province of PEI, vendors may assume that 8/10/12 sites for 150/450/700 MHz
respectively would be required (6 Provincial sites are available for deployment of
infrastructure equipment) and that backhaul services would be required from the
vendor. Vendors are encouraged to outline multiple backhaul options for the PEI sites.
Format of Responses
Vendors are requested to partition the responses to facilitate that technical and pricing
information may be easily separated and distributed to the respective groups for review.

88
E2.0 Public Safety Grade Dispatch Consoles
The following table identifies the approximate number of public safety grade
dispatch consoles that shall be required by potential users:
PEI, NB Power, Municipalities, Federal Gov’t
Potential User
Group
# Locations # of consoles /
location
PEI 2 3, 1
NB Power 1 6
Municipalities 3* 2,3,4*
Federal Gov’t 1* 2*
* Requirements have not been finalized and this is
a sampling of anticipated uptake.
E3.0 Estimated User Equipment Quantities
E3.1 NB Power
New Brunswick Power user equipment quantities are as follows:
Portables: 150 units, Public Service Grade, Basic Functionality
Mobiles: 350 units, Public Service Grade, GPS & OTAP equipped
Bases: 15 units, Public Service Grade, Basic Functionality
E3.2 Municipalities & Federal Government
User equipment quantities for potential Municipal and Federal Government users have
not yet been determined. However, Vendors must extend the same GNB pricing to
these potential user groups based on no minimum purchase quantities. The initial user
equipment pricing must not increase for a minimum of 18 months following the RFP
close date. If a Vendor is aware of a potential user’s approximate equipment quantities
or dispatch equipment upgrade requirements, then quotations honed to a specific
potential user are encouraged.

89
E3.3 PEI
The following table identifies PEI user equipment requirements:
Portables
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
GPS Mic,
OTAR,
OTAP
AES, RTT,
GPS Mic
Avail,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES, GPS
Mic,
OTAR,
OTAP
GPS Mic,
OTAP
Basic
Functionality
Total
Agri/Fstry/Fish. 22 22
Dept. of
Forestry 17
17
Environmental
Protection 1
1
Environment &
Energy
5 5
TPW* 48 48
Comm. Hosp. 18 18
Legislative 3 3
EMS 38 38
W. School Bd 10 10
RCMP 55 55
Charlottetown
Police 30
30
Summerside
Police 6
6
Total 55 0 37 0 38 123 253

90
Mobiles
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
GPS,
OTAR,
OTAP
AES, RTT,
GPS Avail,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES, GPS,
OTAR,
OTAP
GPS,
OTAP
Basic
Functionality
Total
Agri/Fstry/Fish. 10 10
Dept. of
Forestry 8
8
Environmental
Protection
0
Environment &
Energy
5 5
TPW 207 207
Comm. Hosp. 5 5
Legislative 0
EMS 17 17
W. School Bd 160 160
RCMP 110 110
Charlottetown
Police 16
16
Summerside
Police 7
7
Total 110 0 23 0 17 395 545

91
Bases
Public Safety Grade Public Service Grade
A B C D E F
AES, RTT,
OTAR,
OTAP
AES, RTT,
OTAR,
OTAP
AES Upg
Avail, RTT,
OTAR,
OTAP
AES,
OTAR,
OTAP
OTAP Basic
Functionality
Total
Agri/Fstry/Fish. 3 3
Dept. of Forestry 2 2
Environmental
Protection
0
Environment &
Energy
1 1
TPW 26 26
Comm. Hosp. 3 3
Legislative 0
EMS 0
W. School Bd 3 3
RCMP 0
Charlottetown
Police
0
Summerside
Police
0
Total 0 0 0 0 0 38 38
Summary (PEI)
Portables 253
Mobiles 545
Bases 38
Total 836

92
Notes:
1) All radios should be equipped with an LED channel name indicator and support a
minimum of 32 talk groups.
2) If the required features are unavailable in a Public Service tier radio, then a higher
tier unit supporting the required features should be provided.
3) Users prefer rotator knobs versus push buttons for channel changing.
E3.4 Vendor Summary of Models Proposed
Vendors are requested to summarize the models proposed to each interested user
group, for example, as formatted in the table below.
Model Proposed
Portable Mobile Base
User Group 1
User Group 2
.
.
.
.
.
.
.
.
.
.
.
.
User Group n
Total
E3.5 Price Summary
All potential users would contract directly with the vendor for the purchase of equipment
and establish the appropriate terms of payment based on the equipment pricing
provided. Vendors are requested to provide detailed equipment and services pricing in
spreadsheet format for all components as requested in Attachment E, and are
requested to summarize this price proposal in a format as outlined below.

93
E3.6 Potential User Group
Infrastructure and Implementation Capital Price
1. Spur Site RF Links
2. Incremental Sites
User Equipment Capital Price
1. Portables, Mobiles, Bases
2. Consoles
Operations & Maintenance O&M Price
1. System Operations & Maintenance
2. Incremental Sites
3. Spur Site RF Links
4. Tower Sites (n/a)
5. User Equipment
6. Consoles

94
ATTACHMENT F: RESULTS OF CONSULTATIONS WITH
INDUSTRY CANADA ON ACCESS TO SPECTRUM
The results of the consultations are as follows:
• IC advocates the use of the 700 MHz band for public safety systems.
• IC also strongly recommends other bands that are designed for trunking
applications, such as 200 MHz and 800 MHz.
• IC is also prepared to select frequencies in the 150 MHz and 450 MHz bands
which are not specifically designed or planned for trunking applications.
• IC recognizes that GNB needs to make its own frequency band choice and will
support efforts/provide assistance to try to find required frequencies in 150 MHz
or 450 MHz bands if these bands are selected.
• The 150 MHz and 450 MHz bands are seriously congested and a solution in
these bands is complex and will be a major challenge. A 450 MHz solution may
be easier, but is not guaranteed.
• Based on similar past experience with other jurisdictions, an investment of time
(2 or 3 yrs) and money would be required to acquire some of the needed
frequencies for a 150 MHz or 450 MHz solution. The estimated 2-3 years could
vary significantly for the New Brunswick PWS depending upon the identification
of users in a geographic location and the ability on behalf of the PWI team to
acquire the required frequencies.
• Other provinces in Canada have successfully implemented public safety systems
in the 150 MHz and 450 MHz bands in spite of spectrum congestion.

95
Attachment “G”: Check List of Mandatory Requirements
PLEASE NOTE: This checklist depicts all sections where “must”, “shall” or “will” or “are
required” appear. This is a guide only and it is strongly advised to verify each section on a
paragraph by paragraph basis in order to ensure that no points are missed.
Check List of Mandatory Requirements
Section Title
1.1 Project Objective
1.2 Project Stakeholders &
Needs
1.3 System Solution
1.5 Vendor Proposal
1.6
2.2 Closing Date For Vendor
Proposals
2.3 Vendor Identification
Form
2.4 Proposal Delivery
Address
2.6 Confidentiality and
Ownership of Proposals
2.7 Vendor Incurred Costs
2.8 Vendor Questions,
General and Technical
2.10 Changes To Proposal
Wording
2.11 GNB Information –
Confidentiality and
Security
2.12 No Lobbying
2.13 News Release
3.1 Proposal Format
3.2 Submission of Proposals
– Requirements

96
Check List of Mandatory Requirements
Section Title
3.2.2 Single Vendor
3.2.3 Service Level Agreement
Summary
3.3 Technical and Pricing
Requirements
3.5 Network Site Diagrams
3.7 Mandatory Requirements
3.10 Price Validity
3.11 Price Protection
3.12 Value Added
/Communications
Enhancement
3.13 Security
4.2 Short List and Vendor
Presentation
4.3 Financial Information –
Performance Guarantee
4.4 Acceptance of Proposals
5.9 Contract Documents
5.10 Indemnity
5.11 Compliance With Laws
5.12 Termination Clause
D1.1 Stakeholders
D1.2 Proposal & Coverage
Design Approach
D1.3 Radio Frequency Bands

97
Check List of Mandatory Requirements
Section Title
D1.4 Commercial Service
Offering – GNB
Considerations
D2.1 System Description
D2.1.1 Mandatory Call Features
D2.1.3 Repeaters
D2.1.4 Antenna and Other
Systems at Repeater
Sites
D2.1.5 Call Set-Up Time
D2.1.6 Data
D2.1.7 Central Switch Locations
D2.2 Project 25
D2.3 IT Network Architecture
D2.4 Redundancy
D2.4.1 Routers
D2.5 Administration System
D2.5.1 Automatic Alerts
D2.5.2 Site Alarms
D2.6 Interfaces
D2.7 Product Roadmap
D2.8 Backhaul System
D2.8.1 Spur Site Links
D2.8.2 Bandwidth Requirements
D2.8.3 Wireline Option
D2.9.1 Paging
D2.9.2 VHF Interoperability

98
Check List of Mandatory Requirements
Section Title
D2.9.3 Equipment Re-Use for
Paging and VHF
Interoperability
D2.9.4 Interoperability with Other
Systems
D2.11 Special Requirements
D3.1 Availability
D3.1.1 Backup Power Supply
D3.2.1 IP Routing
D3.3.1 Voice
D3.3.2 Data
D3.4.1 Frequency Plan
D3.4.2 Coverage Design
D3.4.3 Canada - U.S. Border
D3.4.4 Tower Sites
D3.4.5 Site Inspections
D3.4.6 Coverage Validation
D3.4.7 Coverage Enhancements
D3.4.8 Voice Coverage Design
Criteria
D3.4.9 Data Coverage
D3.4.10 Additional Information
D4.1.1 P25 Compliance
D4.1.2 Warranty
D4.1.3 Models
D4.1.4 User Equipment for
RCMP
D4.1.5 Accessories

99
Check List of Mandatory Requirements
Section Title
D4.2.1 Public Safety Dispatch
Consoles
D4.2.2 Voice Loggers
D4.2.3 Basic Dispatch Consoles
D4.2.4 Regional Dispatch
D5.0 Statement of Work
D5.1 Project Management
D5.1.1 Milestones
D5.1.2 Deliverables
D5.1.3 Resources
D5.1.4 Documentation
D5.1.5 Systems Management
D5.1.6 Scheduled Outages,
Upgrades Schedules
D5.1.7 Governance
D5.1.8 Reports
D5.1.9 Recourse
D5.2 Implementation Activities
D5.2.1 Training Activities
D6.0 Operations &
Maintenance
D6.1 Network Monitoring and
Performance
Management
D6.1.1 Software Upgrades

100
Check List of Mandatory Requirements
Section Title
D6.2 Response and
Restoration
D6.2.1 Business Continuity for
PWS Services
D6.2.2 Emergency Operations
Plans
D6.2.3 Emergency Response To
Major System Failure Or
Congestion
D6.3 Tower Site Maintenance
D6.4 Administration &
Configuration
D6.6.1 Portables, Mobiles and
Bases
D6.6.2 Consoles
D6.6.3 Codeplug Management
D6.7 Technical Resource
Option - DoT
D6.8 Bilingual Service
D6.9 CSO
D6.10 Security Requirements
D7.0 Pricing Requirements
D7.1.1 Reference Design Pricing
D7.1.2 Add-On Pricing
D7.2 User Equipment Pricing
D7.2.1 Portables, Mobiles, Bases
D7.2.2 Consoles
D7.3.1 O & M Pricing

101
Check List of Mandatory Requirements
Section Title
D7.3.2 Redundant Master Site
D7.3.3 Spur Site Links
D7.3.4 Incremental Sites
D7.3.5 Canada-US Border Sites
D7.3.6 Tower Sites
D7.3.7 User Equipment
D7.3.8 Training
D7.4 Term and Renewal
D7.5 Terms of Payment
D7.5.2 User Equipment
Payments
D7.5.3 O&M Payments & CPI
D7.6 Financing Partner
D7.7 Infrastructure Cost Share
D7.8 Price Summary –
Stakeholders