Specifications include, but are not limited to: The scope of work required under this RFP includes the procurement of the security cameras and associated equipment (including software), design, installation, implementation, configuration, testing and training. The selected Vendor will be responsible for recommending type of security cameras and any other applicable equipment, hardware and software associated with the security cameras. The selected Vendor must ensure it has adequate resources to provide these services and to meet the needs of the Hollis Police Department. The security video camera management system recommended by the Vendor for the Hollis Police Department must have the following features: Centralized management system. Able to be viewed from computers located within the Hollis Police Department. Show historical video and hold historical data for a minimum of 90 days for all cameras, and 180 days for those cameras covering the Temporary Detention area, Sally Port area, and Interview Room, and allow for the downloading of video. In addition to downloading video, audio downloading must be available in the Temporary Detention area, Sally Port area, and Interview Room. 3 Except for the Temporary Detention area, all cameras should record on motion and adjust to daylight and nighttime vision. Temporary Detention area cameras should have continuous recording. Cameras located within the Sally Port area should include the addition of audio recording capabilities. Monitor the entire identified area at the Hollis Police Department. Allow future growth of the system to accommodate additional cameras and locations. High-Definition cameras capable of viewing fine details.