Loading...
HomeMy WebLinkAbout6.j.-20160119 CC JPA Signal Management SystemG:\ENGPROJ\ENG 0175 - CSAHs 42 and 23 Congestion Mitigation and Air Quality Project\Council Items\20160119 CC Authorize Signatures JPA.docx E X E C U T I V E S U M M A R Y City Council Meeting: January 19, 2016 AGENDA ITEM: Joint Powers Agreement - CSAH 42 Signal Management System, City Project ENG175 AGENDA SECTION: Consent PREPARED BY: Patrick Wrase, PE, Director of Public Works/City Engineer AGENDA NO. 6.j. ATTACHMENTS: Location Map, Joint Powers Agreement for Engineering, Highway Construction and Signal Revisions APPROVED BY: ddj RECOMMENDED ACTION: Motion Authorizing the Execution of a Joint Powers Agreement between Dakota County and the City of Rosemount for the CSAH 42 Signal Management System ISSUE Attached for City Council review and approval is a Joint Powers Agreement for Engineering and Construction between the County of Dakota and the City of Rosemount for the installation of fiber optic cable and monitoring equipment and traffic signal revisions. BACKGROUND This project was included in the Dakota County’s 2015-19 Transportation Capital Improvement Plan for construction in 2015. Along CSAH 42, the project includes the installation of fiber optic cable, monitoring equipment and traffic signal revisions from the western boundary of Dakota County in Burnsville, through Apple Valley and to Chippendale Avenue in Rosemount. Similar upgrades are included with the project along Cedar Avenue from 140th Street in Apple Valley to Glacier Way in Lakeville. The goal of the project is to improve the flow of traffic in the CSAH 42 and CSAH 23 corridors. Within Rosemount, the project will include the installation of fiber optic cable from Diamond Path Road to Chippendale Avenue and signal upgrades at the intersections of CSAH 42 and Diamond Path Road, Shannon Parkway and Chippendale Avenue. The majority of the costs for this project are being funded with Federal funds. The remaining costs will be shared according to the Dakota county policy with 55% of the project funding coming from Dakota County and 45% from the local city. The city funding of the Diamond Path signal improvements will be 22.5% from each Rosemount and Apple Valley. The total estimated construction cost is $858,000. It is estimated that the total cost for the city of Rosemount contribution will be $25,500. The City’s funding requirements are eligible to be funded with Municipal State Aid funds. SUMMARY Staff recommends City Council approval of the Joint Powers Agreement and authorization to execute it. E 0 "' ,.., 0 L{) 0 N Minn . Proj. No . CMAQ 1915(182) PROJECT LOCATION DAKOTA COUNTY METRO DISTRICT MINNESOTA DEPARTMENT OF TRANSPORTATION DAKOTA COUNTY City City Off System :s R~ Numbers SP #·, From To Burnsville SP 179-020-039 CSAH5 Redwood . Dr.· Apple Valley SP 185-020-033 Redwood . Dr.:. Diamond Pa t h NOTE: CONSTRUCTION PLANS FOR FIBER OPTIC INTERCONNECT INSTALLATION. CCTV CAMERA INSTALLATION. & FLASHING YELLOW ARROW MODIFICATIONS TO SELECT SIGNALIZED INTERSECTIONS Rosemount SP 208-020-009 Diamond Pa t h Chippendale Ave THE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS UTILITY QUALITY LEVEL D. THIS QUALITY LEVEL WAS DETERMINED ACCORDING TO THE GUIDELINES OF CI/ASCE 38-2, ENTITLED "STANDARD GUIDELINES FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA". LOCATED ON: THE 2014 EDITION OF THE MINNESOTA DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR CONSTRUCTION" AND THE 2014 EDITION OF THE "MATERIALS LAB SUPPLEMENTAL SPECIFICATIONS FOR CONSTRUCTION" SHALL GOVERN . ALL TRAFFIC CONTROL DEVICES SHALL CONFORM TO THE MN MUTCD, INCLUDING FIELD MANUAL FOR TEMPORARY TRAFFIC CONTROL ZONE LAYOUTS. THE EXACT LOCATION OF UNDERGROUND UTILITIES SHOWN IN THIS PLAN SET ARE UNKNOWN . THE CONTRACTOR SHALL CONTACT GOPHER STATE ONE PRIOR TO STARTING ANY EXCAVATION. GOPHER STATE ONE CALL SYSTEM ......... 1-800-252-1166 LEGEND IN PLACE -o-POWER POLE PUSHBUTTON PEDESTAL LUMINAIRE o---SIG. POLE W/ MASTARM SIGNAL PEDESTAL SIGNAL FACE W/ BACKPLATE PEDESTRIAN SIGNALIZED HEAD PUSHBUTTON -{] EMERGENCY VEHICLE PREEMPTION (EVP) CONFIRMATORY LIGHT FURNISH & INSTALL ...... .-! -----* o--- B _. -4 ~ .... POWER POLE PUSHBUTTON PEDESTAL LUMINAIRE SIG . POLE W/ MASTARM SIGNAL PEDESTAL SIGNAL FACE W/ BACKPLATE EVP CONFIRMATORY LIGHT EVP DETECTOR' CCTV CAMERA ----11-7 EVP DETECTOR' • TRAFFIC SIGNAL CONTROLLER CABINET No. [](] D D D CCTV CAMERA TRAFFIC SIGNAL CONTROLLER CABINET FIBER OPTIC PULL VAULT TRAFFIC SIGNAL PULL VAULT • FIBER OPTIC PULL VAULT • TRAFFIC SIGNAL PULL VAULT • FIBER OI;'TIC SPLICE VAULT CONDUIT 0 FIBER OPTIC SPLICE VAULT CONDUIT F==l BORED CONDUIT Date BORED CONDUIT EQUIPMENT LABELS 0 SIGNAL BASE NO . 8 SIGNAL HEAD NO./FLASHER HEAD NO. ~ LUMINAIRE NO. @ CONTROLLER CABINET ® SIGNAL SERVICE CABINET 'DENOTES THAT THIS SYMBOL IS STANDARD THOUGH ALTERNATIVE REPRESENTATION OF THIS SYMBOL MAY BE OBSERVED Revisions App. DRAWING NAME DET-001.dwg DESIGNED BY: DRAWN BY: CHECKED BY: CRW CRW JLK DATE: 5/10/15 PROJECT NO. 160547017 K. ------~C~S~A~H~4~2 _______ mOM ______ ~c~s~A~H~5~T~O~CwH~IP~P.E~N~PgALwE~A~VE._ ____ ___ (SECTION 23, TOWNSHIP 115N, RANGE 21 W) (SECTION 9, TOWNSHIP 114N, RANGE 20W) ------~C~S~A~H~2~3 _______ ffiOM ______ ~G~LaAC~I~ER~W~A~Y~T0~1~4~0~JH~S~JR~EE~T~------ END CSAH 23, SP 019-623-029 BEGIN CSAH 42, SP 019-642-050 BEGIN CSAH 23, SP 019-623-029 L~~ ley>>> CSAH 23 FEDERAL PROJ. NO. ___ ·~C~M~A~Q~1~91l:l'5~(1~8~2),__ STATE PROJ. NO. --:::':"01:-':9:....--=:6::23~-'='0.::2...,9---=~ GROSS LENGTH 17600 FEET 3.4 BRIDGE LENGTH NA FEET EXCEPTION LENGTH 0 FEET NET LENGTH 17600 FEET I HEREBY CERnFY THAT THIS PLAN, SPECIFICAnON OR REPORT WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION AND THAT I AM A DULY ~rtlktL JONETTE L KUHNAU, P.E. DATE: 5/10/2015 IAN UC. NO. 44250 CSAH 42 FEDERAL PROJ. NO. STATE PROJ. NO. MILES GROSS LENGTH BRIDGE LENGTH EXCEPTION LENGTH NET LENGTH SCAUE IN FEET INDEX OF SHEETS CMAQ 1915(182} SHEET NO SHEET TYPE 019-642-050 COVER SHEET ~~Q FEET IU: MILES t:l6 FEET 2 SUMMARY OF WORK Q FEET ~J~Q FEET 3 GENERAL NOTES 4 SUMMARY OF QUANTITIES 5 -11 CONSTRUCTION DETAILS 12 -13 COMMUNICATIONS SCHEMATIC 14 -15 KEY MAP 16 -37 INTERCONNECT LAYOUT 38-50 LOCATION DETAIL 51 -73 INTERSECTION LAYOUT END CSAH 42, 74 -159 FOR INFORMATION ONLY SP 019-642-050 This Plan Contains 197 Sheets 160 -197 SPLICE DIAGRAMS APPROVED t1;1 ~ ~ 121h 2015 ~?~,, APPROVED CITY OF APPLE VALLEY ENGINEER D-.. c:; c;_L_ ----~/~w ~~~~~~~~~~~~~~~------2015 DISTRICT STATE AID ENGINEER: REVIEWED FOR COMPf.IANCE WITH STATE AND /OR FEDERAL AID RULES/POLICY ~~p.~~~-~-(.~~~~~~=~~~~2015 APPROVED FOR STATE AID AND FEDERAL AID FUNDING : STATE AID ENGINEER CITY PROJECT SHEET 1 OF 1 DAKOTA COUNTY CSAH 42 & 23 TMS CSAH 5 TO CHIPPENDALE AVE. COUNTY PROJECT S.P. 42-119 019-623-029 COVER SHEET S .P . 019-642-050 Dakota County Contract Nos-AV C0027045 Lakeville C0027046 Rosemount C0027047 JOINT POWERS AGREEMENT FOR ENGINEERING. HIGHWAY CONSTRUCTION AND SIGNAL REVISIONS BETWEEN THE COUNTY OF DAKOTA AND THE CITY OF APPLE VALLEY AN D THE CITY OF LAKEVILLE AND THE CITY OF ROSEMOUNT DAKOTA COUNTY PROJECT NO. 42-119 STATE PROJECT NUMBER: 019-642-050, 019-623-029 MINNESOTA PROJECT NUMBER: CMAQ 1915 (182) CITY OF LAKEVILLE PROJECT NO. 15-06 TRAFFIC SIGNAL AGREEMENT NO. 15-04 SYNOPSIS: Dakota County Transportation Department, City of Apple Valley, City of Lakeville, and City of Rosemount agree to install fiber optic cab/e for signal interconnect, traffic monitoring cameras, and revise the traffic control signal systems along County State Aid Highway (CSAH) 42 between Redwood Drive and Chippendale Avenue and along CSAH 23 (Cedar Avenue) between Glacier Way and 140rn Street in the cities of Apple Valley, Lakeville, and Rosemount, Dakota County. CP 42-119 November 13, 2015 THIS AGREEMENT, made and entered into by and between the County of Dakota, referred to in this Agreement as the"County", the City of Apple Valley, referred to in this Agreement as "Apple Valley", the City of Lakeville, referred to in this Agreement as "Lakeville", and the City of Rosemount, referred to in this Agreement as"RosemounY' (collectively the"Cities"); WHEREAS, under Minnesota Statutes Sections 162.17, subdivision 1 and 471.59, subdivision 1, two or more governmental units may enter into an Agreement to cooperatively exercise any power common to the contracting parties, and one of the participating governmental units may exercise one of its powers on behalf of the other governmental units; and WHEREAS, it is considered mutually desirable to install fiber optic cable for signal interconnection, install traffic monitoring cameras, and revise the existing traffic control signals at intersections along County State Aid Highway(CSAH)42 between Redwood Avenue in Apple Valley and Chippendale Avenue in Rosemount, Dakota County, and install traffic monitoring cameras, and revise the existing traffic control signals at intersections along County State Aid Highway(CSAH) 23 between Glacier Way in Lakeville and 140 h Street in Apple Valley, Dakota County in accordance with the plans and specifications for the above referenced Project, the"Project"; and WHEREAS, Federal funding has been programmed which will cover a portion of the costs for the traffic signal interconnect, monitoring equipment and signal revisions; and WHEREAS, this Agreement supplements the existing signal agreements which will remain in full force and effect after completion of the signal revisions; and WHEREAS, the County and Cities will share Project responsibilities; and after deducting Federal funding, will jointly participate in Project costs associated with engineering, installation of fiber optic cable and monitoring equipment and traffic signal revisions, and related activities as set forth in this Agreement. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1.Plans and Sqecifications. The County shall prepare the necessary plan sheets, specifications, and proposals, consistent with State Aid design standards and the Dakota County Transportation Plan. The Cities' approval of the plans and specifications is necessary prior to advertising for bids. The County Board will award the contract for construction to the lowest responsive and responsible bidder in accordance with state law. 2 CP 42-119 November 13, 2015 2.EnQineerinq and Inspection Costs. The County shall perform the engineering, contract administration, and inspection required to complete the items of work specified in this Agreement. The work described in this paragraph shall constitute "Engineering and Inspection"and shall be referred to as such in this Agreement. Engineering and Inspection costs of the installation of fiber optic signal interconnect, traffic monitoring cameras, signal system revisions, and all related incidental items shall be split shared on the County's and Cities' share of the final construction costs after deducting other County funding. 3.Construction Costs. The contract cost of the work and, if portions of the work are not contracted, the cost of all labor, materials, and equipment rental required to complete the work shall constitute the actual "Construction CosY'and shall be referred to as such in this Agreement. After deducting Federal and other County funding, the Construction Cost of the installation of fiber optic signal interconnect, traffic monitoring cameras, signal system revisions, and all related incidental items shall be shared, in the amount of fifty-five percent (55%) by the County and forty-five percent(45%) by each of the Cities for the portion of the Project constructed within its city limits except for the intersections as defined below. Costs shall be allocated based on improvements within each City and each City solely responsible for their respective share. CSAH 42 and CSAH 33(Diamond Path)—Dakota County 55% City of Apple Valley 22.5% City of Rosemount 22.5% CSAH 23 (Cedar Ave)and CSAH 46 (160''St)- Dakota County 55% City of Apple Valley 22.5% City of Lakeville 22.5% 4. Countv Furnished Materials and Labor. Upon completion of the work and computation of the cost of County furnished materials and labor, the County shall invoice each City for their respective share of the cost of materials furnished and labor by the County after deducting Federal and other County funding. 5.Traffic Siqnal and Interconnect Revisions. The County, by contract, shall install fiber optic cable for signal interconnection, install traffic monitoring cameras, and revise the existing traffic control signals at intersections along County State Aid Highway(CSAH)42 between Redwood Drive in Apple Valley and Chippendale Avenue in Rosemount, Dakota County, and install traffic monitoring cameras, and revise the existing traffic control signals at intersections along County State Aid Highway(CSAH) 23 between Glacier Way in Lakeville and 140th Street in Apple Valley, Dakota County. This agreement supplements 3 CP 42-119 November 13, 2015 the existing signal agreements which will remain in full force and effect after completion of the signal revisions provided for in this Agreement. 6.Traffic Monitorinq Camera Operation and Maintenance. After completion of the project, the County will be responsible for operating the cameras for traffic monitoring and for maintenance costs of the traffic monitoring cameras. The electrical power necessary for the operation of the traffic monitoring cameras will be shared between the County and Cities as defined for Signal Energy Costs within the existing traffic signal agreements. 7.Fiber Optic Conduit. The County will be responsible for all costs to install a separate fiber optic conduit(separate from the signal interconnection identified in paragraphs 3 and 5)along CSAH 42 as part of the Project. 8.Fiber Optic Cable. The County will be responsible for all costs to install fiber optic cable strands over the six strands designated for traffic signal interconnection along CSAH 42 as part of the Project. The County will be responsible for operation and maintenance of the fiber optic cable for traffic signal interconnection and the County's fiber optic cable network. 9.Proiect Cost Updates. The County will provide updated cost estimates to the City showing the County and City shares of Project costs annually at the time of Capital Improvement Program development. Updated cost estimates will also be provided by the County to the City at the following times: prior to approval of the appraised values for any necessary right of way acquisitions, prior to advertising a construction contract, after bid opening (prior to contract award), during construction if total contract changes exceed $100,000, once per year following the construction season until the Project is complete. Project cost estimate updates include actual and estimated costs for engineering, right of way acquisition, utility relocation and construction. 10. Pavment. The County will administer the contract and act as the paying agent for all payments to the contractor. Payments to the contractor will be made as the Project work progresses and when certified for payment by the County Engineer. The County, in turn, will bill each City for their respective share after deducting Federal and other County funding of the project costs. Upon presentation of an itemized claim by one agency to the other, the receiving agency will reimburse the invoicing agency for its share of the costs incurred under this Agreement within 35 days from the presentation of the claim. If any 4 CP 42-119 November 13, 2015 portion of an itemized claim is questioned by the receiving agency, the remainder of the claim shall be promptly paid and accompanied by a written explanation of the amounts in question. Payment of any amounts in dispute will be made following good faith negotiation and documentation of actual costs incurred in carrying out the work. 11. Operation. The geometric configuration of the intersection for both the main roadway and side streets including lane alignments and traffic assignments for all approaches, traffic signing, signal phasing and traffic operations will be determined by the County Engineer through the County Traffic Engineer. The Cities agree to make no changes to the intersection's operations through pavement marking, signing, or other construction measures beyond routine maintenance except with the written approval of the County. The Cities acknowledge that the County has the right to correct any changes made by the City to the signal and/or any intersection approach (including city street approaches)that are made without the prior review and approval of the County. Costs for correcting the unapproved changes will be paid for by the City. 11. Chanae Orders and Supplemental Aareements. Any change orders or supplemental agreements that affect the Project cost participation must be approved by appointed representatives of all Parties prior to execution of work. For the purposes of this section, the appointed representative for the City of Apple Valley is Brandon Anderson,Acting City Engineer; the appointed representative for the City of Lakeville is Zachary Johnson, City Engineer, the appointed representative for the City of Rosemount is Patrick Wrase, City Engineer and the County's appointed representative is Ross Beckwith, Construction Engineer, or their successors. All Parties shall endeavor to provide timely approval of change orders and supplemental agreements so as not to delay construction operations. 13. Amendments. Any amendment to this Agreement will be effective only after approval by all governing bodies and execution of a written amendment document by duly authorized officials of each body. 14. Effective Dates. This Agreement will be effective upon execution by duly authorized officials of each governing body and shall continue in effect until all work to be carried out in accordance with this Agreement has been completed. Except for on-going operation and maintenance activities including traffic signal interconnection and traffic monitoring cameras, in no event will this Agreement continue in effect after December 31, 2016, unless the parties mutually agree to an extension of the project term. 5 CP 42-119 November 13, 2015 15. Subsepuent Excavation. After completion of the Project regarding instatlation, and after expiration of the warranty period regarding repair, if excavation within the highway right of way is necessary to repair or install water, sewer, or other city utilities, each City will obtain a permit from the County for all work within County right of way and will be subject to all permit conditions. If any City fails to have the highway properly restored, the County Engineer may have the work done and the affected City shall pay for the work within 30 days following receipt of a written claim by the County. 16. Rules and Requlations. The County and the Cities shall abide by Minnesota Department of Transportation standard specifications, rules and contract administration procedures, and State statutes as applicable to carrying out the work contemplated in this Agreement unless amended by the contract specifications. 17. Indemnification. The County agrees to defend, indemnify, and hold harmless the Cities against any and all claims, liability, loss, damage, or expense arising under the provisions of this Agreement and caused by or resulting from negligent acts or omissions of the County and/or those of County employees or agents, including future operation and maintenance of facilities owned by the County and caused by or resulting from negligent acts or omissions of the County and/or those of County employees or agents. The Cities agree to defend, indemnify, and hold harmless the County against any and all claims, liability, loss, damage, or expense arising under the provisions of this Agreement for which the Cities are responsible, including future operation and maintenance of facilities owned by the Cities and caused by or resulting from negligent acts or omissions of the Cities and/or those of City employees or agents. All parties to this Agreement recognize that liability for any claims arising under this Agreement are subject to the provisions of the Minnesota Municipal Tort Claims Law; Minnesota Statutes, Chapter 466. In the event of any claims or actions filed against any party, nothing in this Agreement shall be construed to allow a claimant to obtain separate judgments or separate liability caps from the individual parties. 18. Waiver. Any and all persons engaged in the work to be performed by the County shall not be considered employees of the Cities and any and all claims that may or might arise out of said employment context on behalf of said employees while so engaged, and any and all claims made by any third party as a consequence of any act or omission on the part of said employees while so engaged on any of the work contemplated herein shall not be the obligation or responsibility of the Cities. Any and all persons engaged in the work to be performed by the Cities shall not be considered employees of the County for any purpose, including Worker's Compensation, or any and all claims that may or might arise out of said employment context on behalf of said employee while so engaged. Any and all claims made by any third party as a consequence of any act or omissions of the part of the Cities' employees while so 6 CP 42-119 November 13, 2015 engaged on any of the work contemplated herein shall not be the obligation or responsibility of the County. 19. Audit. Pursuant to Minn. Stat. Sec. 16C.05, Subd. 5, any books, records, documents, and accounting procedures and practices of the County and each City relevant to the Agreement are subject to examination by the County or the City and either the Legislative Auditor or the State Auditor as appropriate. The County and the Cities agree to maintain these records for a period of six years from the date of performance of all services covered under this Agreement. 20. Inteqration and Continuina Effect. The entire and integrated agreement of the parties contained in this Agreement shall supersede all prior negotiations, representations or agreements between the County and the Cities regarding the Project; whether written or oral. All agreements for future maintenance or cost responsibilities shall survive and continue in full force and effect after completion of the signal revisions provided for in this Agreement. 21. Authorized Representatives. The authorized representatives for the purpose of the administration of this Agreement are: Mark Krebsbach (or successor) Dakota County Engineer 14955 Galaxie Avenue, Apple Valley, MN 55124-8579 952)891-7102 Mark.Krebsbach(a co.dakota.mn.us Brandon Anderson (or successor) City of Apple Valley Acting City Engineer 7100 147th St W. Apple Valley, MN 55124 952)953-2490 banderson(a ci.apple-vallev.mn.us Zachary Johnson City of Lakeville Engineer(or successor) 20195 Holyoke Avenue Lakeville, MN 55044 952)985-4501 ziohnson(cr.lakevillemn.qov Patrick Wrase City of Rosemount Public Works Director/City Engineer(or successor) 2875 145 h Street West Rosemount, MN 55068 651)423-4411 Patrick.W rase(c ci.rosemount.m n.us 7 CP 42-119 November 13, 2015 All notices or communications required or permitted by this Agreement shall be either hand delivered or mailed by certified mail, return receipt requested, to the above addresses. Any party may change its address by written notice to the other parties. Mailed notice shall be deemed complete two business days after the date of mailing. 22. Data Practices. With respect to any data that it possesses regarding the Agreement, the County and City agree to comply with all applicable provisions of the Minnesota Data Practices Act contained in Minnesota Statutes Chapter 13, as the same may be amended from time to time. 23. Relationship of the Parties. Nothing contained in this Agreement is intended or should be construed as creating or establishing the relationship of co-partners or joint ventures between the County and the City, nor shall the County be considered or deemed to be an agent, representative, or employee of the City in the performance of this Agreement. While engaging in the performance of this Agreement, personnel of the City shall not be considered employees of the County, and are not entitled to any compensation, rights, or benefits of any kind whatsoever form or by the County, 24. Governinq Law, Jurisdiction, and Venue. Minnesota law, without regard to its choice-of-law provisions, governs this Agreement. Venue for all legal proceedings arising out of this Agreement, or its breach, are subject to the laws of the State of Minnesota, and shall be venued in Dakota County, Minnesota or the Federal Court in Ramsey County, as appropriate. SIGNATURE PAGE TO FOLLOW]_. 8 IN WITNESS THEREOF, the parties have caused this Agreement to be executed by their duly authorized officials. CITY OF APPLE VALLEY RE O M ED FOR APPROVAL: gy 1C ( Acting City Engineer or G APPROV S-TD FORM: SEAI; gy"%By i ac o' v ity Attorney City Clerk Date 0 2- • • CITY OF LAKEVILLE RECOMMENDED FOR APPROVAL: By City gine Mayor SEAL) BY ' t ' City Clerk Date ( CP 42-119 November 13, 2015 CITY OF ROSEMOUNT RECOMMENDED FOR APPROVAL: By Public Works Director/City Engineer Mayor APPRaV D AS TO FORM: SEAL) BY By City Attorney City Clerk Date DAKOTA COUNTY RECOMMENDED FOR APPROVAL: gy Physical Development Director Date County Engineer APPROVED AS TO FORM: Assistant County Attorney Date COUNTY BOARD RESOLUTION No. 14-456 Date: September 23, 2014 10