Menu
Home
Why Public Notices
Contact Paper/Place Notice
Contact LPN
Sign Up for Text/Email Notifications
Search Tips & FAQ
Dark Theme
Language
ENES
User Agreement
LogoLogo
Last 30 DaysArchived Notices (Notices older than 30 days)
⏎ Press Enter to Search
⏎ Press Enter to Search

Navigate forward to interact with the calendar and select a date. Press the question mark key to get the keyboard shortcuts for changing dates.

Navigate backward to interact with the calendar and select a date. Press the question mark key to get the keyboard shortcuts for changing dates.

Showing 1 - 12 of 9440 results
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
PUBLIC NOTICE NOTICE is hereby given in compliance with La. R.S. 42:19.1, that School District No. 30 of the Parish of Calcasieu, Louisiana, (the District), will meet in open and public session on the 12th day of May, 2026, at 5:00 oclock p.m. at the offices of the Calcasieu Parish School Board, 3310 Broad Street, Lake Charles, Louisiana, to consider calling an election to be held in the District on November 3, 2026, to consider authorizing ad valorem property tax secured bonds for the purpose of acquiring and/or improving land and playgrounds, purchasing, erecting, enlarging and/or improving school buildings and other school related facilities within and for said District, and acquiring the necessary equipment and furnishings therefor, title to which shall be in the public for the purpose of operating and maintaining the Districts school facilities. Announced: April 14, 2026 Apr 21 1t 2114021 Notice Cost- $35.50
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
ADVERTISEMENT The Calcasieu Parish Police Jurys Purchasing Agent, on behalf of the Consolidated Gravity Drainage District No. Two - East Calcasieu (hereinafter referred to as District), does hereby advertise for sealed qualification statements and will open same on: 1. Wednesday, May 20, 2026. 2. At the Office of the Parish Purchasing Agent on the first floor of the Parish Government Building, 1015 Pithon Street, in the city of Lake Charles, Louisiana, 70601, at the hour of 2:00 P.M., Central Time Zone. 3. For Request for Qualifications for Engineering and Technical Services for the Pithon Pump Station Retrofit Project (RFQ-2026-GDD2-128), under the Federal Emergency Management Agency (FEMA) Hazard Mitigation Grant Program (HMGP). 4. Request for Qualification documents may be obtained in the Office of the Calcasieu Parish Police Jurys Purchasing Agent in the Government Building or requested via email at purchasing@calcasieu.gov. 5. A Non-Mandatory Pre-Proposal Conference will be held on Wednesday, May 6, 2026, at 10:30 a.m. Central Time Zone at the Pithon Pump Station, located at 1204 Lakeshore Drive, Lake Charles, Louisiana, 70601. 6. The District reserves the right to reject any and all qualification statements. 7. The procedures for the selection of this firm will be in accordance with the procurement requirements of the FEMA HMA program. All responses received will be evaluated in accordance with the selection criteria and corresponding point system that is identified in the request for qualifications package. That package also identifies the scope of services to be performed by the selected firm. 8. The District shall incur no obligation to the Contractor/Proposer until the Contract between the District and the Contractor/Proposer is fully executed. 9. The District is an Equal Opportunity Employer. 10. Minority owned firms and small businesses are encouraged to participate. Any person with disabilities requiring special accommodations must contact the Parish or District no later than seven (7) days prior to Request for Qualification opening. 11. All sealed qualification statements must be plainly marked and should contain the following on the outside of the envelope: QUALIFICATION STATEMENT FOR Engineering and Technical Services for the Pithon Pump Station Retrofit Project (RFQ-2026-GDD2-128) KRISTIE CUMBERLAND, CPPB, CPPO, NIGP-CPP, Calcasieu Parish Police Jurys Purchasing Agent Apr 21, 28 2t 2113864 Notice Cost- $148.00
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
PUBLIC NOTICE CITY OF LAKE CHARLES NOTICE OF VIOLATIONS 04/16/2026 Notice is hereby given that the following properties are in violation of the Lake Charles Code of Ordinances. The property owners listed below will have 5 (five) days to correct the issues noted, or Citys contractors will correct the issues at the owners expense. Sec. 23:3-5: High grass and/or weeds, Trash, rubbish, refuse, debris violations: Anita Marie Carter, 1512 Arkansas St, Assessment # 00448257 Jessica Bernard, 700 Blk. Beldon St Lot W of 712 Beldon St, Assessment # 00583138 Ingle Family Investments LLC, 500 Blk. Broad St, E of 517 Broad St, Assessment # 00569879 Amy Aline Janese ET AL, 3606 Center St, Assessment # 00347957 LC Homes LLC, 801 Cherrydale St, Assessment # 00442844 Rafe Elliott Ferguson, 805 Cherrydale St, Assessment # 00405566 Henry Davis, 2604 Demarest St, Assessment # 00412961 Leroy Hightower, 2506 Dietz St, Assessment # 00341134 James Young, 703 Drew St, Assessment # 00601276 Property Development Group LLC, 100 Blk. Eddy St - Lot E of 131 Eddy St, Assessment # 00445401 Robin T Strahan ET UX, 134 Eddy St, Assessment # 00372838 Alfredo Franco ET UX, 224 Eddy St, Assessment # 00456667 Jessica Bernard, C/O Debra Bernard, 307 Ford St, Assessment # 00579858 Henry Randle (Estate), 410 Ford St, Assessment # 00559326 Mark Shannon Cormie, 2500 Blk. Fruge St Lot NE Corner of Malcolm & Fruge St, Assessment # 01326386 Young Construction Co. LLC, 1700 Blk. S Gieffers St - Lot E of 1719 Gieffers, Assessment # 00606626 Walter Randolph ET UX, 1716 Gieffers St, Assessment # 00595810 Calvin Hilliard ET UX, 1901 Gieffers St, Assessment # 00573388 Herman Lazare Jr ET SL, 1904 Gieffers St, Assessment # 00581348 Jeffery Joseph Jr ET UX, 1316 N Grace St, Assessment # 00405892 S & S Properties of SWLA LLC, 217 W Hale St, Assessment # 00355224 Deo Volente Contracting LLC, 2600 Blk. Hayes St, - Lot S of 2613 Hayes St, Assessment # 00290483A Vivek Chandra, 340 Kirkman St, Assessment # 00581070A Lavern McDaniel, 608 E Lagrange St, Assessment # 00318132 Baldur Gate Properties LLC, 3030 Lake St, Assessment # 00362336 Bonnye Theriot Hebert (Estate), 3813 Lake St, Assessment # 00452971 Michael Lewis, 1914 Lincoln St, Assessment # 00299588 Mona Ann Dartez, 1918 N Lincoln St, Assessment # 00310458 Greene Properties LLC, 801 McCall St, Assessment # 00346713 Lonnie Lee Marquez ET UX, 900 McCall St, Assessment # 00318388 Gerald C Fraiser, 7008 McCall St, Assessment # 00427519 Charlie Blue Jr, Estate, 2102 Medora St, Assessment # 00284157 Steven Todd Toney, 3700 Ohio St, Assessment # 00452521 Russell Joel Cooley (Estate), 3120 Reidway St, Assessment # 00448885 Marcantel Rental Properties LLC, 3120 Reidway St, 00448885C Russell Joel Cooley (Estate), 3201 Reidway St, Assessment # 00448885 Ronald D Gifford, 2427 Rose St, Assessment # 00445754 Robert Earl Keys, 2451 Rose St, Assessment # 00404713 Felicita Cabrera OQuinn (NMN), 2459 Rose St, Assessment # 00402567 Garret M Shaw, 2464 Rose St, Assessment # 00402206 J & R M Inc., 509 W Sallier St, Assessment # 00450391 Michael Anthony Steele ET UX, 2514 Stanton St, Assessment # 0412961 TRP Inc., 2516 Stanton St, Assessment # 00456683 Kenneth Ray McManus Jr ET UX, 2837 Wingate St, Assessment # 00456179 Fredrick John Sr. & Eva Mae Matthews, 2101 Woodring St, Assessment # 00446424 Cynthia Marie Daniels ET AL, 2120 Woodring St, Assessment # 00430935 Vernessa Guillory ET AL, 4001 S Elton Ct, Assessment # 00431788 Judy Lynn Huffaker, 235 Overhill Dr. Assessment # 00269824 Cynthia Marie King, 1008 6th St, Assessment # 00592838 John Joseph Carista III ET UX, 2149 11th St, Assessment # 00400394 Five Lands Inc., 2414 11th St, Assessment # 00331600 Elliott Property Holdings LLC, 600 12th St, Assessment # 00474231 Konicnatel Inc., 2423 12th St, Assessment # 00294608 Anis Ahmen, 1829 6th Ave, Assessment # 00987743 Church at Lake Charles Teaching Center, 226 N Enterprise Blvd., Assessment # 00574422 Rena Garrison ET AL, 602 N Goos Blvd., Assessment # 00567000 Stephen Scott Soileau, 720 E Prien Lake Rd., Assessment # 00303585B Ryder & Ryder LTD, 720 E Prien Lake Rd., Assessment # 00303585 Marmag Interests ET AL, 2000 Gerstner Memorial Dr., Assessment # 00342890 Gregory D Brooks, 2016 Gerstner Memorial Dr., Assessment # 01336947 AFG SR RE III LLC. 1713 Hwy 14, Assessment # 00448907 MLK Furniture Outlet LLC, 1833 Hwy 14, Assessment # 00410632 Sec. 23:4: Trash & debris; piles and accumulations violation: David Dean Kibodeaux, 805 Alamo St, Assessment # 00327182 Glenda Rae Pattillo Smith (Estate) Et AL, 1810 Ethel St, Assessment # 0602566 James William Tarkington ET AL, 615 E Lagrange St, Assessment # 00424072 Harold Tillman Shellton, 500 Blk. Mill St Lot E of 515 Mill St (on Moss Side) Assessment # 01358904 James Phillip Gaharan Jr, 206 Richard St, Assessment # 00313815 Bank One Louisiana National Association, 1201 E Prien Lake Rd. Assessment # 00344222 Apr 21, 22 2t 2113862 Notice Cost- $301.00
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
ADVERTISEMENT The Parish Purchasing Agent, on behalf of the Police Jury of Calcasieu Parish, Louisiana, does hereby advertise for sealed bids and will open same on: 1. Tuesday, May 26, 2026. 2. At the Office of the Parish Purchasing Agent on the first floor of the Parish Government Building, 1015 Pithon Street, Lake Charles, Louisiana, 70601, at the hour of 2:00 p.m. Central Time Zone (CTZ). 3. For the Huey Miller Road Reconstruction and Overlay Project, in Calcasieu Parish, Louisiana, more particularly described as CALCASIEU PARISH PROJECT NO. 26-107-0007. 4. Plans and specifications are available for electronic bidding through www.calcasieu.gov. MANDATORY ELECTRONIC BIDS AND MANDATORY ELECTRONIC BID SUBMISSION: This project requires mandatory electronic bidding and mandatory electronic bid submittals. All specifications, whether Standard, Supplemental or Special Provisions, are hereby amended to delete any references regarding paper bids and the ability to submit paper bid forms. Electronic bidding requires the installation of the InfoTech Express Sign Tool and the generation of an InfoTech Digital ID for the business authorized signer. The bidder must submit request for Digital ID approval and activation prior to bid acceptance. The electronic bidding service offers customer support that may be reached at 888-352-2439 between the hours of 6:00 AM 7:00 PM (CTZ) or via email at support@bidexpress.com. The contractor is responsible for investigating and complying with electronic bid submission with and through the electronic bidding service. It is recommended that bidders navigate the service in advance to upcoming bid deadlines. All bids must be submitted electronically. No paper bids will be accepted. 5. Preference is given to materials, supplies, and provisions that are produced, manufactured, or grown in Louisiana, quality being equal to articles offered by competitors outside the State. 6. All bids must be accompanied by bid security equal to five percent (5%) of the sum of the base bid and all alternates, and must be in the form of an electronic bid bond as described in LSAR.S. 38:2212 E.(1) per the standards adopted by the office of the governor, division of administration and the office of the information technology as provided for in LAC 4:X.701. Bid security shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Bests Key Rating Guide to write individual bonds up to ten percent of policyholders surplus as shown in the A.M. Bests Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents, all in accordance with LSA--R.S. 38:2218. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable. The contractor is responsible for investigating and complying with electronic bid bond submission with and through the electronic bidding service. 7. The successful bidder shall be required to furnish a Performance and Payment Bond, each in an amount equal to 100% of the Contract amount, which shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Bests Key Rating Guide to write individual bonds up to ten percent of policyholders surplus as shown in the A.M. Bests Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents, all in accordance with LSA--R.S. 38:2219. The successful bidder shall be required to have 5% or 10% retainage withheld from all payments. 8. Bids shall be accepted only from contractors who are licensed under LSA--R.S. 37:2150-2163 for the classification of Highway, Street, and Bridge Construction. No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LSA--R.S. 38:2214. 9. The Owner reserves the right to reject any and all bids for just cause as permitted by LA R.S. 38:2214B. The ability of an Entity to reject any bid is applicable only when administered in accordance with the Public Bid Law. In accordance with LSA--R.S. 38:2212B.(1), the provisions and requirements of this Section, and those stated in the bidding documents shall not be waived by any entity. 10. The public shall incur no obligation to the Contractor until the Contract between the Parish and the Contractor is fully executed. 11. Official action on this bid will be taken within forty-five (45) days by the Calcasieu Parish Police Jury, except as may be extended by mutual written consent with the lowest responsible bidder. Brian Abshire, President Calcasieu Parish Police Jury Apr 21, 28, May 5 3t 2113776 Notice Cost- $424.00
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
PUBLIC NOTICE LOUISIANA DEPARTMENT OF ENVIRONMENTAL QUALITY (LDEQ) CECOS INTERNATIONAL, INC. ADMINISTRATIVE COMPLETENESS DETERMINATION The LDEQ, Office of Environmental Services, has reviewed a hazardous waste class III permit modification from CECOS International, Inc., 918 Willow Springs Rd., Sulphur, LA 70663 for the Calcasieu Facility and determined that it is administratively complete. The application was received on March 5, 2026. The facility is located at 918 Willow Springs Rd in Sulphur, LA, Calcasieu Parish. CECOS International, Inc. proposes to manage different commercial wastes and modify tank farm equipment and operations as more fully described in its permit modification application. Inquiries or requests for additional information regarding this application should be directed to Waste Permits Division, LDEQ, P.O. Box 4313, Baton Rouge, LA 70821-4313, phone (225) 2193043. Persons wishing to be included on the LDEQ permit public notice mailing list, wishing to receive the permit public notices via email by subscribing to the LDEQ permits public notice List Server, or for other public participation related questions should contact the Public Participation Group in writing at LDEQ, P.O. Box 4313, Baton Rouge, LA 70821-4313, by email at DEQ.PUBLICNOTICES@LA.GOV or contact the LDEQ Customer Service Center at (225) 219-LDEQ (219-5337). Permit public notices can be viewed at the LDEQ permits public notice webpage at http://www.deq.louisiana.gov/public-notices and general information related to the public participation in permitting activities can be viewed at http://www.deq.louisiana.gov/page/the-public-participation-group. All correspondence should specify AI Number 276, Permit Number LAD 000 618 256-OP-RN-2, and Activity Number PER20260001. Apr 21 1t 2113760 Ntoice Cost- $119.15
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
PUBLIC NOTICE The Town of Vinton declared the item referenced below as surplus at its February 24, 2026 meeting and has authorized the LPS Municipal Surplus Property Program to sell the property through online auction. Unless extended, bidding will end on Friday, May 8, 2026 at 5:00 p.m. Bidders must go to https://lamats.net/surplus and access the designated link to register and to place bids. The Town of Vinton reserves the right to review and approve all high bids and to relist or dispose of the item if not sold. 2022 Chevrolet Tahoe VIN: 1GNSCLEDXNR201461 2010 Ford Crown Victoria VIN: 2FABP7BV4X141782 2010 Ford Crown Victoria VIN: 2FAHP71V59X145587 Apr 21 1t 2113754 Notice Cost- $32.50
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
WHEREABOUTS Anyone knowing the whereabouts of any heirs/ successors of Lloyd C. Rowland, please contact Hillary L. Nixon, Attorney at Law, at (337) 419-5252. Apr 21, 22 2t 2113740 Notice Cost- $43.08
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
Town of New Llano, Louisiana NOTICE OF INTRODUCTION A meeting to introduce an ordinance will be held at 7:00 p.m. on April 28th, 2026, at the council room of New Llano Town Hall located at 109 Stanton in New Llano. The following ordinance will be introduced. ORDINANCE 3 OF 2026 AN ORDINANCE CONCERNING NOISE PREVENTION AND PROHIBITING THE PRACTICE KNOWN AS JAKE-BRAKING (MOTOR-BREAKING) AND PROVIDING FOR PENALTIES FOR SUCH Apr 21 1t 2113694 Notice Cost- $26.50
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
WHEREABOUTS Anyone knowing the whereabouts of Victor Jerome Nelson, please contact P. David Olney, Attorney at Law, Lake Charles, Louisiana, (337) 436-1644. Apr 21, 22, 23 3t 2113693 Notice Cost- $59.61
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
ADVERTISEMENT FOR BID SEALED BIDS for construction at the Chennault International Airport consisting of the Taxiways Bravo, Charlie, and Alpha South Rehabilitation (CWF Bid No. 2026-07) will be received by the Chennault International Airport Authority at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615, until 2:00 p.m. CST on Tuesday, May 19, 2026. Bids will then be publicly opened and read aloud. Bids received after the 2:00 p.m. deadline will be returned to the bidder unopened via certified mail. Received bids will be referred to the Chennault International Airport Authority (CIAA) for action and award. A Pre-Bid conference will be held on Wednesday, May 6, 2026, at 10:00 a.m. at the CIAA office, 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615. Representatives from the Owner and Engineer will be available to discuss the project. Although the conference is not mandatory, bidders are encouraged to attend and participate. If a bidder cannot attend, we encourage you to make arrangements to tour the project site. Contract Documents including bid proposal forms, plan sheets, and specifications for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project 72 hours prior to bid opening through www.civcastusa.com in the Q&A portal. Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever. An acceptable bid bond, cashiers check or certified check payable to the CIAA, in an amount equal to five percent (5%) of the bid price, shall be submitted with each bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required. On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Highway, Street and Bridge Construction. The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued. Title VI Solicitation Notice The Chennault International Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4), 28 CFR 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owners race, color, national origin, sex, creed, age, or disability in consideration for an award. Disadvantaged Business Enterprise The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the Chennault International Airport Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Federal Fair Labor Standards Act (Federal Minimum Wage) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor Wage and Hour Division. Trade Restriction Certification By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Prohibition of Covered Unmanned Aircraft Systems (UAS) The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. 44801 note). Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations. Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems. All Bidders and Proposers shall comply with the provisions of Buy American Preferences, Davis Bacon Requirements, Debarment and Suspension, Lobbying Federal Employees, and Recovered Materials. Bids may be held by the CIAA for a period of forty-five (45) calendar days after the date and hour set for the opening. The CIAA reserves the right to reject any or all Bids for just cause. W. Kevin Melton Executive Director Chennault International Airport Authority Apr 21, 28, May 5 3t
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
PROCEEDING OF THE COUNCIL OF THE CITY OF WESTLAKE, STATE OF LOUISIANA, TAKEN AT THE SPECIAL MEETING HELD APRIL 13, 2026. The Mayor and City Council met in Special Session on Monday, April 13, 2026 at 5:30 P.M., Mayor Hal McMillin presided with the following Council present: Peterson YES Cryer YES Rougeou YES Harrison YES Brown YES Absent: None Ms. Peterson gave the Invocation. Dr. Harrison led the Pledge of Allegiance. A motion was made by Mr. Brown and seconded by Dr. Harrison to approve Resolution No. 3796. A RESOLUTION AUTHORIZING THE PURCHASE OF NATURAL GAS FROM THE LOUISIANA MUNICIPAL NATURAL GAS PURCHASING AND DISTRIBUTION AUTHORITY, D/B/A LOUISIANA MUNICIPAL GAS AUTHORITY (LMGA); APPROVING THE EXECUTION AND DELIVERY OF A GAS SALES CONTRACT AND OTHER DOCUMENTS RELATING TO SAID PURCHASE; APPROVING THE EXECUTION AND DELIVERY OF A NORTH AMERICAN ENERGY STANDARDS BOARD CONTRACT FOR THE SALE AND PURCHASE OF NATURAL GAS (NAESB CONTRACT) FOR THE SALE OF SAID GAS; CONSENTING TO THE ASSIGNMENT OF CERTAIN RIGHTS AND OBLIGATIONS UNDER THE GAS SALES CONTRACT AND NAESB CONTRACT IN CONNECTION WITH THE ISSUANCE OF BONDS BY THE BLACK BELT ENERGY GAS DISTRICT; AND ADDRESSING RELATED MATTERS. (PHILLIPS 66) EXHIBIT A, EXHIBIT B. A motion was made by Mr. Rougeou and seconded by Mr. Cryer to approve Resolution No. 3797. A RESOLUTION AUTHORIZING THE PURCHASE OF NATURAL GAS FROM THE LOUISIANA MUNICIPAL NATURAL GAS PURCHASING AND DISTRIBUTION AUTHORITY, D/B/A LOUISIANA MUNICIPAL GAS AUTHORITY (LMGA); APPROVING THE EXECUTION AND DELIVERY OF A GAS SALES CONTRACT AND OTHER DOCUMENTS RELATING TO SAID PURCHASE; APPROVING THE EXECUTION AND DELIVERY OF A NORTH AMERICAN ENERGY STANDARDS BOARD CONTRACT FOR THE SALE AND PURCHASE OF NATURAL GAS (NAESB CONTRACT) FOR THE SALE OF SAID GAS; CONSENTING TO THE ASSIGNMENT OF CERTAIN RIGHTS AND OBLIGATIONS UNDER THE GAS SALES CONTRACT AND NAESB CONTRACT IN CONNECTION WITH THE ISSUANCE OF BONDS BY THE BLACK BELT ENERGY GAS DISTRICT; AND ADDRESSING RELATED MATTERS. (SASOL II) EXHIBIT A, EXHIBIT B. A motion to adjourn was made by Mr. Brown and seconded by Mr. Rougeou. The motion carried unanimously. HAL MCMILLIN, MAYOR ATTEST: ANDREA MAHFOUZ, CITY CLERK MEETING COMMENCED AT 5:32 P.M. MEETING ENDED AT 5:39 P.M. Also in attendance: Andrew Jarreau, Attorney Foley & Judell, LLP Citizens addressing the Council: None Apr 21 1t 2113567 Notice Cost- $94.00
Miscellaneous Notices
Lake Charles American Press
Lake Charles
April 21, 2026
Keywords:
SUCCESSION OF NO. 64,533 DIV. D TANYA KATHLEEN FLUITT FILED: Mar 26, 2026 14TH JUDICIAL DISTRICT COURT PARISH OF CALCASIEU STATE OF LOUISIANA //s// Sidney Broussard DEPUTY CLERK NOTICE OF APPLICATION FOR AUTHORITY TO SELL IMMOVABLE PROPERTY AT PRIVATE SALE NOTICE IS HEREBY GIVEN that CHARLES F. STENBECK, III, in his capacity as the Independent Executor of the Succession of Tanya Kathleen Fluitt, has, pursuant to the provisions of La. Civ. Code P. art. 3281, petitioned this Honorable Court for authority to sell the below described tract of immovable property at private sale, for the price of FIFTY THOUSAND and 00/100 Dollars ($50,000.00) to Charles F. Stenbeck, III, together with all buildings and other improvements situated thereon, to-wit: Two acres, more or less, in Section 17, Township 8 South, Range 9 West, Calcasieu Parish, Louisiana, described as beginning at a point 330 feet East of the center of said Section 17, thence South 200 feet, thence East 435.6 feet, thence North 200 feet, thence West 435.6 feet to point of beginning; and, Improvements located on land of Powell Lumbar Company of a portion of land in the Southwest Quarter of the Northeast Quarter of Section 17, Township 8 South, Range 9 West. NOW THEREFORE, in accordance with law, notice is hereby given that, Charles F. Stenbeck, III, Administratrix of the Succession of Tanya Kathleen Fluitt, proposes to sell the above-described tract of immovable property owned by the Succession of Succession of Tanya Kathleen Fluitt. The heirs, legatees, and/or creditors of Succession of Tanya Kathleen Fluitt and/or The Succession of Succession of Tanya Kathleen Fluitt are required to make opposition, if any they have or can, to such sale, within seven (7) days, including Sundays and holidays, from date whereon the last publication of this notice appears. //s// Kimberly Poullard DEPUTY CLERK Apr 21, May 12 2t 2113566 Notice Cost- $248.14
Miscellaneous Notices