Citizen Portal
Sign In

Lifetime Citizen Portal Access — AI Briefings, Alerts & Unlimited Follows

Danbury Board of Awards unanimously approves highway equipment purchases

Board of Awards, Danbury City · March 11, 2026

Loading...

AI-Generated Content: All content on this page was generated by AI to highlight key points from the meeting. For complete details and context, we recommend watching the full video. so we can fix them.

Summary

The Danbury City Board of Awards unanimously approved three highway-equipment purchases — two dump-truck units, a single dump-truck unit, and a mower–tractor combination — each procured under cooperative or state contracts. Costs were read into the record and motions carried without discussion.

The Danbury City Board of Awards unanimously approved three highway-equipment purchases at its March 11, 2026 meeting, awarding contracts under cooperative or Connecticut state contracts for vehicles and mowing equipment for the highway department.

Purchasing Agent Chuck Holcomb presented the first procurement: two trucks described in the record as “2026 Ford f 54 by 4” with stainless-steel dump bodies and related accessories. Holcomb read a quoted unit cost of $184,156.95 and moved to award the two trucks under the city’s referenced state contract; the motion was seconded and carried unanimously.

Holcomb then presented a second truck purchase — described in the record similarly as a “2026 Ford f 54 by 4” with a stainless-steel dump body and plow — at a quoted cost of $143,710.95. He noted this single unit does not include the all-season salt-distribution body that had been referenced for the earlier two-truck request. Holcomb moved to award the single truck under the state contract; the motion was seconded and carried unanimously.

The board also approved purchase of a Tiger Boot LRS boom mower mounted on a John Deere tractor, quoted at $209,573.64 from Tri County Contractor Supply under a cooperative procurement source. Holcomb moved to award the tractor–mower combination to Tri County Contractor Supply; the motion was seconded and the board approved the purchase unanimously.

All three motions were presented as purchase orders and recorded as carried without substantive discussion. The meeting record names Mr. Garrett as second for the first motion and Dan Garrick as second for the subsequent items, per the chair’s statements. The transcript contains inconsistent or unclear vendor spellings in places; the purchases were repeatedly described as being made under a current Connecticut state contract or cooperative purchasing source.

Next steps: the board approved the purchase orders and authorized administrative follow-through under the stated contracts. No further project timelines, delivery dates, or implementation details were provided in the meeting record.