of 44
DIVISION OF THE HUMANITIES AND SOCIAL SCIENCES
CALIFORNIA INSTITUTE OF TECHNOLOGY
PASADENA, CALIFORNIA 91125
Using Theory, Markets and Experimental Methods to Improve a
Complex Administrative Decision
Process
: School
Transportation for
Disadvantaged Students
Charles R. Plott (California Institute of Technology)
Gary Stoneham (Centre for Market Design, University of Melbourne)
Hsing
-
Yang Lee (California Institute of Technology)
Travis Maron (California
Institute of Technology)
SOCIAL SCIENCE WORKING PAPER 144
8
February
202
1
2
Using Theory, Markets and Experimental Methods to Improve a Complex Administrative
Decision Process: School Transportation for Disadvantaged Students
1
Charles R. Plott
(
California Institute of Technology
)
Gary Stoneham
(
Centre for Market Design, University of
Melbourne
)
Hsing
-
Yang Lee (California Institute of Technology)
Travis Maron (California Institute of Technology)
Abstract
T
he paper
studie
s
structural inefficiencies
of administrative decisions
demonstrated
in an
example
from
the
growing government
service
sector
.
The provision of school transportation to
disadvantaged children
touches
social concern
s and
regulations
related to
classical conditions
of limited competition.
The
decision
p
rocess is partitioned into key economic functions
related
to
the challenges
faced by the government
when dealing with environments in which theory
predicts market failures.
T
heor
ies
drawn from publ
ic choice
theory
and
theories of
auctions
suggest
policy changes
that were
experimentally tested
in the challenging environment
. Field
data demonstrate the new processes produced
improved
allocations. Subsequent laboratory
tests demonstrate the success can be attributed to the
principles used in the
theory
and
demonstrate a robust link connecting
efficient
behaviors observed in laboratory experiments
and behaviors found in field events
.
1
The financial support of The Rising Tide Foundation and The John Templeton Foundation are gratefully
acknowledged. The tireless efforts of governmental and educational personnel who enthusiastically supplied their
vast knowledge of institutional details o
f the problems faced by children, families, and institutions dedicated to
improving the lives of disadvantaged students must be acknowledged and admired. Special acknowledgement is
extended to Han Seo for his contribution to the route logistics model. The
technical support of the Caltech
Laboratory for Experimental Economics and Political Science made the project possible as was the assistance of
Jacqueline Lodman. The auction implementation team consisting of David Brooks, Veronika Nemes and Amy
Corman fr
om the University of Melbourne are acknowledged for their assistance in preparing for and hosting the
auction event.
3
1. Introduction
Th
is
paper
explores
,
expands
and applies
a methodology for
implementing
market
-
based
replacements of administrative processes used
for
the
provision of governmental services
.
G
overnmental service
s
provision
is
one of the largest and fastest growing sectors of
governments
and
it is also
one of the most challenging
.
The a
llocation issues
often
span
multiple
economic
environments
that
t
heory suggest
s
are
incompatible
with
decentralized,
market
-
based
a
llocation
processes
.
With neither
theoretical
guidance
nor
examples of
market
successes
,
policy make
rs
implement
administrative processes
.
C
onsensus often holds that
administrative processes are
inefficient,
but
no one seems to know how
to
fix
the
problems
.
This paper explores the issue with a focus on a specific case and asks if and how it can be
done
.
Th
e
paper reflects a non
-
traditional approach
in which
the study of
a complex
administrative
process
reveals
that
there is no
implementable
, encompassing,
decentralized
, efficient
alternative.
The existing
administrative
process
is
examined in detail and
decomposed into
components
where key economically relevant decisions take place. The components
are then
examined
for features that might support
separate
market
-
based processes
.
The
examination
is structured around
natural
questions
: what are the inefficiencies or problems that
emerge
from the exiting administrative procedure; w
hich components of the problem
s
ca
n
markets be
crafted to solve
and which cannot; and how can components be recombined into an allocation
process
?
Each
component
confronts
an economic environment
traditional
theories hold will
lead to
market failure
.
The
environments
include public goo
ds
with the associated possibility of
free riding
, non
-
convexities
with the associated possibility of non
-
existence
, multiple equilibria
with
coordination
challenges
and thin markets
with the associated possibility of collusion
.
The
paper
focuse
s
on each of the
components
t
o
create
conditions that
might
support
market
-
based
process
es
designed to
avoid
the failure
suggested by theory.
The new processes are
designed,
studied experimentally
,
and then
implemented in the field.
The data from the
field
implementation
are c
ompared to the results of the original
administrative process.
The implemented policies produce results superior to the results of the
4
original, administrative
process. The study then explores the reliability of the model as the data
collection is moved between laboratory and field conditions.
Measurement taken from
the
field are implemented under laboratory conditions and thus laboratory
experimental methods
combined with field techniques are used as tests of robustness of background models. The
principles
at the foundation of
the economic models
are supported in al
l tests
and are thus
supported by both sets of data
.
The possible
lack of correspondence between laboratory
results and field data are often found in
methodological
discussion
of
“external validity” and
“internal validity”
. C
ases in which the corresponde
nce might fail are documented by
Harrison
and List (2004)
. The robustness approach used here avoids
some of the
philosophical issues
.
While the focus is on one example,
getting disadvanta
g
ed children to school and back home
,
t
he example
stands as
an exemplar of a class of cases
in which key allocation decisions are
made through administrative processes
in a large institutional setting
.
The economic
and the
implementation
problems
are broad
challenges
to
market
-
based
policies
.
Thus,
a
detailed
study of the special case
is more than a simple example. It
demonstrates
a
possible
methodology and
strategy for determining how appropriate markets might be
designed
,
implemented an
d
evaluated
as administrative process
replacements
that help
the
governmental
services recipients
and governments
.
Final e
valuation and
a
ssessment
s
of
the overall policy
design and
implementation are organized
through three
experimental testbed
questions
developed by Plott (1994)
:
(i)
proof of principle
-
did the system do what it was designed to do
;
(ii)
design consistency
-
did it do it for understandable reasons
the principle
s used in the
desig
n
as
opposed to
a lucky accident
;
and
(iii)
robustness
-
is the
real
-
world evidence
“robust” in the sense that
the results produced by
the system are
consistent with slight variations in
field and experimental
environment
s?
These
questions differ from typical analysis
related to theory testing
exercises
.
The first reflects
the goal orientation of the design and the second reflects the role of underlying science. The
third reflects the
generality of the underlying theory and the
f
ield environment in which neither
5
full control
nor
complete observations exist.
It
deals with
the
reliability and
robustness of
theory as
the application is changed
from
laboratory experimental
conditions to
naturally
occurring
applications
and
to
implementation
-
from one environment to another
where
possibly unobserved differences exist.
The issues are sometimes
discussed
as problems of
external and internal validity.
2. The
Background
Policy Challenge
While the study is an economic policy
re
levant
to real people with real problems the
perspective is on the
underlying
economic principles that drive the results.
The
public
service
to
be studied
is transport
ation
for children
with autism
to and from a specialized school
.
The
school
itself
is held in high regard
attracting students from a
large geographic region
. The
r
ationale
for a coordinated transport service for students to and from school is obvious but
there are many complexities that impede the efficiency and effectiveness of
such services.
C
onsensus
among
administrators,
th
e schools’
faculty and student’s
parents
hold that the
current system of transportation
is poorly optimized.
It is
fully
subsidized
2
but the service
provided
does not meet the “client focus”
criteria established as a core objective of th
e
sponsoring policy
.
The current
transportation
system
takes significant time out of the
children’s day
.
Each day
,
t
he children, who require supervision, spend up to
four
hours
a day
riding a
large
bus to
and from
school
(two hours each way)
, arriving lat
e at school and at home.
The
long bus ride tire
s
the
children,
and
they are required to catch a connecting service
that can
be a source of additional frustrations. The cost is
time that could otherwise be devoted to
classes and family.
It is no surprise that p
arents often claim that their most difficult
and
challenging
task is getting the children to school and back.
Many are single parents with
multiple children and
constrain
ing
job schedules.
A comment often heard is: “Nothing goes
right”.
A wide consensus holds that a transportation problem
exists,
but improvements are
difficult.
2
The subsidy is through the Australian National Disabilities Insurance Scheme (NDIS). Travel services are funded on
an in
-
kind basis under
the NDIS but are procured through the Students with Disabilities Transport Program
managed by the Victorian Department of Education and Training (DET).
6
T
ransport services are provided b
y private operators through service contracts that are
allocated by the responsible government agency. A standard government
procurement
framework including pre
-
qualification, sealed
-
bid tender
followed by
bilateral negotiation
is
used to allocate and pric
e transport service contracts. Th
is
standard
process
is
essentially a
“beauty contest”
resulting in open contract terms
. B
ecause the
information is
asymmetr
ic, t
he
bus company has information about costs
,
possible route
s
and times that are not available to
the school procurement process
. B
ecause the
re is no obvious allocation mechanism,
negotiation is time
-
consuming. This allocation process relies on
a
w
inning firm
to
design the
transport service offered to students
and
is,
effectively, an administrative and informal way of
addressing the network externalities and other transaction complexities that c
annot
not be
resolved through standardized public sector procurement process.
A key insight is that the d
elegation of rou
te design and vehicle specification decisions to bus
operators has resulted in the emergence of transport services that reflect
the
profit incentives
implicit in the underlying scale economies
at the expense of
service quality
.
Thus, a form of a
principle
-
agent issue seems to
have
emerge
d in which the
decision
-
making
agents
preferences
(the bus companies)
are not closely aligned with those of the principle
and the principle has
limited information
.
Superficially, p
roperly specified
regulations with clearly specified quality constraints might
appear to be a solution
. However,
asymmetric information between the service provider and
the policy administrators creates difficulties.
An information gap also exists between the
preferences
of the parents, who are the intended beneficiaries of the service and the
regulators. Even if t
h
e regulators
are endowed
with information about
the
preferences that
might be implemente
d
, the regulators
d
o not have
adequate
information
due to
limitations
i
mposed by costs or the realities of network complexity. On the other hand, those that know
costs
and can influence the costs do not know the preferences or have limited incentives to
implement them
if they did know them
. On the surface it might appear to b
e an unresponsive
7
bureaucratic process but at the base is an asymmetric information an
d
institutional design
problem
.
3
.
Project
Overview,
Design
Objectives
and
Development
The project
methodology
was motivated by a design and experimental testbed approach to
policy
.
The overall goal was to
improve
the
service without significantly increasing cos
t
. Service
improvement was interpreted as implementing a “customer” orientation
where the customers
are
the parents and the school
.
Different dimensions of service were considered as influenced
by different governments responsible for the use of public funds
or public
safety, especially
where children and educational institutions are involved
. The overlapp
ing responsibilities and
authorities
created organizational conflict that
necessitated the support of upper levels of
government. This
key
support
of upper levels of government
provided access to officials and an
understanding that procedures and policies
could be modified if needed.
It is important to
recognize that we found no “governmental utility function” that might be optimized.
Although broadly understood as a transport problem, busses (in contrast with trains or trams)
are
a
relatively unconstrained form of transport network. The advantage of busses is
flexibility
because routes
can be assembled from segments of the existing roa
d network
, rather than
fixed rail infrastructure. However, other considerations
including: the
number and location of
students
;
safety
and supervision requirements;
budget
limits;
reasonable travel times,
and
other non
-
negotiable policy constraints
will in
fluence the bus network provided
.
E
conomic theory suggests why
this allocation
environment contains many features that can
cause market failure at both theoretical and practical levels. For example, the
pickup locations
have the properties of public goods, both
in regard to
location and
timing
of pickups
.
C
onflict
s
that
exist among the “customers”
creates
a “preference aggregation” problem with theoretical
and “impossibility” issues well known in the soci
al choice literature
.
The classical competitive
model for price determination is challenged by economies of scale related to vehicle capacities
and the zero marginal cost caused by excess vehicle capacity (partial fills)
due to problem
causing non
-
convexit
ies
.
Thus, equilibrium of classical models need not exist.
Other non
-
8
convexities
related to
individual route configuration,
multiple possible routes and the need for
coordination
, competition
with
multiple possible equilibria, challenge equilibrium existen
ce or
uniqueness.
Transportation cost reduction is
also
challenged by possible collusion among bus
operators organized
through a
bus company association.
These complexities suggest that t
here is no obvious
, implementable,
decentralized allocation
mechanism
that solves all of the
problem
s
.
A reductionist methodology was used to explore
and develop
possible
process
improvements
applied in sequence
. For this approach, the
problem was
deconstructed
into three components: servic
e quality preference
(discussed in
Section 4)
, route design
(Section 5) and
route allocation
(Section 6)
.
The
outcomes from th
e
alternative
allocation process
, behavior and dynamics are discussed in Section
7
.
Section
8
examines
the
success of the underlyi
ng science
by assessing
deeper and methodological
question posed in Section 1
.
It examines outcomes achieved in the field in terms of
proof of
concept
,
design consistency
and
robustness
.
We examine whether the
policy
mechanism
developed
perform
ed
according to the basic economic principles
used to guide the design
. We
also
focus on the relationship between laboratory experiments and “naturally
occurring”
behaviors as encountered in field work
as an evaluation technique
.
A new technique is
developed in Section
9
and is applied to resolve the issue of robustness. Section
10
is a
summary of conclusions.
4.
Service
Q
uality
P
references
The first step
following
the establishment of
high
-
level
support
was to
formulate
and define
service
s to
be delivered.
Services took multiple forms with complex attributes
with different
implications for
market
-
based
provision
processes
.
Some quality attributes such as
:
vehicle
safety,
working with children accreditation and
supervision requirements
are
mandated by the
State
.
Supervision is provided by a
professional chaperone
whose task is to
attend to students’
needs
and maintain a safe and secure environment, particularly for younger students
and those
with severe disabili
ty
. These supervision requirements can only be achieved with vehicles that
have a center
aisle
,
but this
eliminate
s
smaller vehicles
(
below 20 seats)
from consideration in
9
route design.
Other
t
ransport service
qualities
relating to maximum travel time, timely arrival at
school and student collection stations
were de
veloped from
discussions
among
school
administrators, teachers, and parents.
A maximum travel
time of no more than one hour
(each
way)
was
defined
for any stud
ent using the bus service.
Timely a
rrival
of the bus service
prior
to the start of the school day
was also identified as a required service
quality attribute
since
late arrival of the bus service imposes a negative externality
on all
students and teachers
attending the Northern School for Autism
.
A third service quality defined the
locations where
students would be
collected and returned each school day. Considerations such as: parking
space and access for parents,
safety,
shelter and proximity are taken into account
by school
administrators
.
The service qualit
ies
determination
is a social choice problem
of
choosin
g
the public goods (the
service qualit
ies
)
supply to
a population of parents and teachers
among
which service quality
preferences differed. The complex problem of determining public goods supply
was largely
facilitated
through the Public Choice mechanisms
of
multiple,
small group meetings and
consultations
with parents organized
and structured
by school administrators
.
3
The quality of
service with respect to
pick
-
up/drop
-
off locations,
safety, duration of journey, removing the
second leg and timely
arrival at school were the primary motivation to reform the previous
service
.
Cost was also an issue, but it was considered to be of second order.
5
.
Route
Design
Route design is the second component of the proposed allocation process.
Seventy
-
nine
of the
children attend
ing the senior campus of the Norther
n
School for Autism participate
d
. These
students attend school
two hundred days
a year
.
As noted
earlier, the previous allocation
process delegated route design to bus operators
.
The routes established under this system
had
children picked up at predesignated collecting areas and transported to a central hub
(the
junior campus)
where they
would then
change buses before finally being transported to
the
3
Details of the meetings are not documented. Impressions from discussion with the school administrato
r suggests
that no formal voting rule was in place, but one participant had veto power (the school administrator).
10
senior campus
.
The
second leg
of the bus journey
led to
the
late arrival
of travelling students at
t
he senior campus
(by around 30 minutes)
,
but also disrupted class for other students.
Each child was assigned to a pickup location
.
The p
arents had the responsibility of
transporting
their child to the pickup location at the scheduled
time,
so parents
had preferences about
locations
. This
assi
gnment
was a public good
s
decision
problem
,
the solution of which was
determined by
a
school/parent decision process
.
4
The determination of pickup locations
included issues of safety, parking and shelter
,
and
eventually resul
ted
in 35
pickup
locations,
with one to
seven
individuals picked up per location.
D
ata
from the previous service
and
experience with school transportation suggested that a stop to pick
up children required about
90 seconds per child at the stop. The logistics
challenge was to determine the number of buses
and the route of each
bus needed to transport all students to and from school given the service
quality attributes required. In this context, a route is defined by a sequence of pickup stations.
Service qualit
y requirements were implemented through:
i
)
prequalification (
e.g.,
safety,
supervision, seating configuration, accreditation of drivers and chaperones)
;
ii
) pre
-
determined
(
e.g.,
pickup stations
and single leg service); and
iii
) constraints on the route f
ormation
methodology (e.g.
,
the one
-
hour maximum travel time, timely arrival and bus size
).
Factors
such as: traffic congestion, traffic light patterns, bus access to city streets and overhead
clearance
,
traffic management
arrangements
, on
-
bus disruptions
etc. had to be considered in
the route design process.
Technically, two large buses could be used to transport the 79 children
,
but that option was not
feasible
because of the
one
-
hour
maximum ride time, as the estimated time to stop for 40
children would be more than the maximum ride time.
The policy that the minimum size bus
would have a capacity of 20
(due to supervision requirements)
and
available supply of bus sizes
dictated that a
ll buses would be the same size. From an economic point of view, the
route
4
Exactly how this public choice process worked was not investigated. Available reports suggest that the school
administration met with sma
ll groups of parents and was vested with considerable authority of veto powers with
parents having direct input and voting. Accepted models and experiments suggest that the administrator’s most
preferred alternative would be in the core of the small group
decisions.
11
determination
objective became minimizing the number of buses used subject to the constraint
that all children were picked up and no child was on the bus for over an hour. Other cri
teria
such as minimizing the average time students were on the bus were considered
,
but
after
discussions with administrators
,
the other criteria
were not used. The distance between each of
the 1
190
pairs of pickup locations was determined
using street map
s and verified by Google
M
aps. Driving times between
the pairs of
pickup locations were based on traffic flow models
for the area and
sampled
though Google
M
aps.
Th
e
data
from the 1190 pairs of pickup
locat
i
ons
w
ere
used to compute candidate routes
that would have all children picked up
,
with
90 seconds per child allowed for loading and unloading at a pickup location. The fact that
excess capacity would exist on the bus and the small number of children at each pickup location
(typically one to
three
with only six stops with four or more and one with seven) suggested an
efficiency
-
based assumption that no more than one bus would visit a drop
-
off
location
.
The collection of assumptions resulted in an estimate that seven buses would be used and thus
se
ven routes needed to be determined. A constrained optimization was performed to partition
pickup locations
in
to seven routes subject to the constraints that no route took longer than an
hour. The routes were not unique but were further refined such that th
e pick
-
up was consistent
with the direction the vehicle was traveling.
Even with constraints
,
hundreds of
thousands of
possibilities existed.
Google
M
aps
sampled at different times of day
was used to estimate the
time a route would take during the time that the bus would be operating. The routes were then
driven by members of the research team
to
check
route feasibility with respect to
traffic flow,
road conditions, obstructions
and other p
ractical issues. Those calculations resulted in seven
routes
, characterized in terms of
the locations o
f
pickups and the children to be picked up at
each
, that defined the
bus services to be procured.
The routes are illustrated in Figure
1
. The
economic
modeling work predicted that no child
would be on the bus more than an hour.
The previous routes
that the school had used in the
past
are illustrated in Figure
2
.
As previously mentioned, t
he former rou
tes were based on a
hub and spoke design that had students transported to a location where they changed buses.
12
The old transportation system
illustrates the
tradeoff between
a
reduced
cost
to the bus
company
and an
increased cost to families in terms of th
e time on the bus.
Once created by the research team, t
he routes were verified by the school and b
y
companies
that would sell the needed transportation services.
Once defined, e
ach route could not be
changed by the bus company hired to provide
services.
The decomposition of the
procurement
from a
single supplier of all routes to a competitive procurement of multiple routes
and
multiple suppliers
(discussed in Section 6)
was a major departure from historically used
procurement
procedures.
A dai
ly log maintained by the drivers
allow
s
for
a comparison between the model predictions
and the actual
travel
time.
The comparisons are contained in Section
7
.
One model error
was
due to a mistaken address.
A
measure
ment
error
was
due to a
congested intersection that was
subsequently avoided by the driver.
Figure 1: Analytically Determined Routes
Used in the
Auction
Figure 2: Previously Used (the old) Routes
13
6
.
Route
A
llocation
-
Auction Design
T
he seven routes
identified above,
were allocated to private
transport operators through
a
new
form of (
computerized
)
auction.
The auction was designed as a decreasing price, continuous,
simultaneous, multiple item auction.
The theoretical model for the auction is based on the best
response, competitive model.
Bidders select items and place bids in real time. Whether or not
the bi
d becomes a leader on the item or if a bid was replaced as leader was quickly apparent
during the auction. A countdown clock reset with any new leader in any market. The auction
ended and all markets closed if the countdown clock reached zero. The performa
nce success of
the continuous multiple item auction is well established in field applications for scale (Plott,
1997) and complex variations (Plott, Lee and Maron,
AER
2014). The basic theoretical
properties are analogous to multiple
items
, ascending price
auctions see
Demange, Gale, and
Sotomayor (1986) or for models based on discrete rounds see
Milgram (2000) or Plott and
Salmon (2004). For analysis of multiple unit auctions see Kwasnica and Sherstyuk (2013).
T
he school routes auction
is a new form of auction that
had important, untested features
.
Furthermore, the auction
was to be applied to environments that had never been studied.
Probity
restrictions
-
imposed
auction features that are new to the auction liter
ature. Thus
,
the
application r
equired a testbed phase.
The prominent and special features included:
(i)
Starting prices and decrements
-
The auction was a decreasing price auction, reflecting
the fact that the auction was a procurement as opposed to a
sale.
5
The decreasing price
feature implied the need for starting prices
(
the maximum price that a bidder could
offer on an item
)
and a decrement requirement
defining
the minimum difference
between a current leading bid and a new bid.
(ii)
Thin market
A combination of factors
including onerous prequalification, short
-
term
contracts
6
, a tight procurement schedule and opposition to a competitive allocation
5
Decreasing price auctions are typically considered as following the same principles (inverted) as increasing price
auctions. For comparisons in a clock auction context see Deck, Servatka and Tucker (2019).
6
The standard contract term is 10
years,
but a three
-
year contract was offered in this instance to synchronize with
other bus contracts.
14
process by the bus industry
led to only three bidders in the auction.
The thin market
feature r
aised an obvious possibility of collusion.
(iii)
Probity imposed substantive
interventions
-
Although th
e
auction was designed
specifically to address
complexities relevant to the allocation problem,
it deviated
significantly from the standard
procurement process
. This
created a range of procedural
and probity issues that had to be resolved.
The open auction format
(
needed to
accommodate common values for combinations of routes
)
was argued by probity to
contravene the standard government procure
ment practice in which
a
sealed bid is
lodged
by each bidder, is
confidential and cannot be revised. A considerable investment
was also made to justify and demonstrate the advantage of the proposed auction
format in which participants
can
revise their bids (down) in light of the
combination of
routes
in each bidders’ portfolio and the
bids placed by others.
A second probity
requirement
restricted bidders’ participation to only those routes identified in their
expression of interest
” used
as part of the
state’s
traditional procurement bidder
screening process
.
Two bidders expressed interest in all seven
routes,
but one bidder
identified
interest in only three
routes
.
Last minute c
hanges to auction software were
needed to implement this
requirement
so that
no bidder was aware of possible
constraints on any other bidder.
Other s
tandard procurement procedures were in
implemented and the probity official was assigned special powers in the auction.
6.1 Bids,
S
tarting
P
rices and
D
ecrements
The role of the auction was to allocate commercial contracts
for each defined route
to private
bus operators. Bids in the auction were
defined
in terms of the daily payment needed to collect
students from each pickup station, provide on
-
route sup
ervision
,
deliver students to school
and
return them at the end of each school day.
As indicated above,
three
-
year
contracts
were
offered
in which there are
200 school days per year.
The starting bid was
set
substantially
above previous contract
prices
and
prices for bus hire available
on
line
.
Th
is information
provided
a crude and inaccurate guess about final auction prices
,
and thus how far prices would
fall during the auction.
A standardized decrement was set based
on
estimates about
the
15
number
of bids that would be tendered
,
guesses about bidding speed
, the financial impact
of
the decrement,
and
the impact of alternative decrement values on
how long the auction would
last. The resulting decrement chosen was
AU
$25. As it turns out
,
all
these guesses were
substantially wrong
, which provides some insight about the lack of information
available at the
auction design stage of the project
. The final prices were lower than expected and the speed of
bidding was faster.
Starting prices were set
at AU$1550 per day per route and the decrement
requirement was
AU
$25. Therefore, the starting value
of a contract
was
AU
$930,00
0
(200 days
per year x
3
-
year
contracts
x
AU
$1550
starting price)
and the decrement
value was
AU
$15,000
(
AU
$25 x 600
).
6
.2.
Testbeds and Auction Preparation
Prior to the auction
,
the timing of governmental decisions prevented any extensive use and
testing of the underlying theory.
That said, a long history of experimental auctions provided
important insights
and expectations re
garding auction performance and limitations
.
Tests were
primarily limited to software and instructions testing. However, the methods created for
testbed experiments proved useful for the more developed tests that will be addressed in
Section
s 7 and
8
,
w
h
ere the auction performance is discussed.
The multiple
items
, simultaneous
,
declining bids
auction
(as opposed to ascending) ha
ve
not
been studied in the literature. New experimental procedures were needed to deal with the
reversed direction on the aucti
on. Subjects in testbeds were allowed to sell “services” with
value created by opportunity costs imposed in the form of clearly stated “outside offers”. A
bidder allowed to provide a service (
e.g.,
transportation on a route) could sell the service in the
a
uction or sell to the outside offer
provided by the experimenter
. When the price fell to near
the outside offer, a strategically behaving, optimizing agent would stop bidding to sell in the
auction and sell at the outside offer instead.
The price at which
the bidder stopped bidding is
called the “dropout price”.
The situation is analogous to the induced preference method
typically used in seller experiments, in which sellers in the auction must buy the item from the
experimenter at a
pre
determined cost befo
re agreeing to sell the item in an ascending price
16
auction with
competing
buyers
. The cost plays the role of minimum price at which the seller
would accept in an ascending price auction
,
analogous to how
opportunity provided by the
outside offer dictates t
he minimum price that the bidder would sell in the descending price
auction.
The difference is that in the typical seller experiments the seller is exposed to an
out
-
of
-
pocket
loss if the selling price is below the cost while in an auction with an outside
offer, the
opportunity cost, an
out
-
of
-
pocket
loss is not possible.
Other
government policy
issues created uncertainties
in the design and test
-
bed phase of the
auction
.
The s
pecial
probity
rules
noted above (Section 6 (iii))
had not been studied
and n
either
the exact number of bidders nor the exact rules
dictated by probity
were known until just a few
days before the auction. Probity issues
also
prevented the auction team discussions with
potentia
l bidders
,
so such sources of information were not available.
Thus, direct information
about possible cost or
expectations
were unavailable.
Testbed parameters were estimates of
bus company cost inferred from bus prices posted on the web together with the
estimated
times and distances in route models derived from theory. The
refore,
numbers could be off by
orders of magnitude.
In this design environment,
given the timing of probity decisions and the
official date of the auction set by the
regulators, only
tw
o experimental sessions
consisting of
three experiments were
possible
and these
experimental sessions were dedicated to
the study
of the
two
bidding conditions
that might be
imposed
on the auction
by probity.
The probity
decision would be made at a date too late to do additional tests.
One
experimental
configuration restricted the bidder to winning no more than three routes and the second
configuration restricted the bidder to bidding on only three specific rou
tes.
Experimental parameters based on cost estimates were presented to subjects in the form of
opportunity costs
(See
Table
1
)
. The financial units are in terms of an artificial currency called
francs
,
worth $0.0015
/franc
.
Testbed
bidders were told that they had seven items to sell and
the money received was the subject’s to keep. The subjects could either sell at the auction with
winning bids or sell to a private offer
, where the private offer represented the subject’s
17
opportunity
cost in supplying the item. Private offers were
listed in
each subject’s
incentive
sheet
which was given to them before the start of the auction.
Table
1
. Testbed parameters: opportunity cost of four bidders
.
Item/ID
311
312
313
314
1
1167
1247
1327
1494
2
1332
1005
1085
1165
3
1324
1491
1164
1244
4
1013
1093
1260
933
5
912
992
1072
1239
6
1308
981
1061
1324
7
1109
1276
949
1029
Table
2
contains predictions conditioned on theory for both types of bidder constraints,
constraint 1 and constraint 2, considered by the government. Under
c
onstraint 1
,
bidder 311
could win no more than three items
,
and
under c
onstraint 2
,
bidder 311 could bid on
ly on items
2,
3 and 6. Bidders could view only their own bids
,
the minimum required to place a bid
, and
the current leading bid (but not who placed it)
. Restrictions on bidders were unknown except to
the restricted bidder
and the number of other bidders was unknown to a bidder
.
Of the t
hree
testbed experiments
that
were conducted
, o
ne experiment implemented “constraint 1” and
two experiments implemented
constraint 2
.
Each bidder kn
ows
own cost with certainty.
When pla
cing a bid on a route the bidder knows
with certainty the bid
amount needed for it to
become a “leading bid” and th
us
a winning bid
should the auction end.
In the absence of additional information,
a natural model of behavior
is
a
s a
“best response”. Set
the bid equal to the existing (leading) bid minus the decrement
requirement
if the resulting bid is above
the bidder’s
cost
; previous bid minus bid equals
minimal
decrement
.
T
able
2
lists the theoretical prediction for
the price of
each route and the
experimental outcomes
for the testbed exercises
.
The theory holds that the bidder with lowest
cost wins and pays a price approximately equal to the cost of the second lowest cost bidder
minus the decrement requirement. In these
testbed
s the decrement was only 1f. Experience
18
suggests that experimental
subjects will not
trade for zero and
will
require a small profit in
order to trade
,
so for the testbeds the predicted change in price due to bids is not precise
.
The numbers
were
to be compared to theory
and were not considered as any form of
prediction about the upcoming
auction
,
given
that
the field parameters were unknown
.
The
pooled results of the
pilot
experiments are statistically indistinguishable from theory
,
suggest
ing
theory reliability.
7
While testbed results were sufficiently close to theory to
prevent
alarm about the
basic principles
, the parameters that might exist in the field were
still
totally
unknown
.
O
pportunity costs, bidding speed and variance could
be sources of
problems.
Furth
ermore, the possible behavior of the bidders due to the
ir
business orientation
and
training
, the effects of monetary magnitudes and the propensity for collusion were also
unknown. The behavior of the experimental subjects seemed consistent with theory and
their
behavior indicated no recognition of the possibilities for collusion
by the bidders
.
In spite of
all
of the
unknowns, t
he key feature of dominant strategy seemed to work.
7
.
The
Auction
7
A regression of the experimental results on the theoretical predictions produces an intercept that is not
significantly different from zero and a
coefficient on the result of 0.96, standard error of 0.0074, t statistic of 13
and P
-
value of 6.32 E
-
11
, when expressed as an indicator of closeness of fit
.
Table
2
. Testbed Experiments: Theory and Experimental Results
experiment 20181125
.
Testbed 1
constraint 1
311 cannot win more than
three items
Testbed 2 and 3 constraint 2
311 can bid on only routes 2,3,6
item
theory
result1
item
theory
Result
2
Result
3
1
1247
1228
1
1327
1325
1311
2
1085
1150
2
1085
1075
1100
3
1244
1229
3
1244
1175
1176
4
1013
1019
4
1260
1275
1222
5
922
956
5
1072
1050
1094
6
1061
1054
6
1061
1050
975
7
1029
1023
7
1029
950
1022
19
The auction was conducted
in the Experimental
E
conomics
L
aboratory at the University of
Melbourne
, Australia with
auction software
that
was housed in California on a Caltech
computer connected to the internet. Programs, internet speed, web interface and machine
compatibilities were
proofed and tested several days in advance. All computer interfaces were
inspected by the probity officer for policy compatibility. Only the probity officer and the Caltech
team viewed the auction and the real time flow of bids.
T
he bids submitted by
the
transportation
compan
ies
competing for routes were tendered by a
team of two or three company employees.
While the identity of participants was strictly
confidential before, during and after the auction,
nevertheless,
it is
possible
that bidders knew
their competitors through informal channels.
A
range of measures were taken to maintain
experimental standards
and bidder confidentiality. Separate information and practice sessions
were held for each bidding company
by a separate member of the auction team referenced as
an auction “coach”
;
on auction day,
participa
nts
arrived at separate, predesignated times and
were escorted to a room where they met their coach
;
bidd
ers were
allocated
separate,
private
bidding room
s;
and
coach
es prevented i
ndividuals from using cell phones or wandering around
the facility, where they might see or learn the number of or learn the
identity of other teams
.
When the auction ended
,
separate administrators went to bidder rooms to verify the sale and
sign agreements. Bidders left
the auction
at separate times
with no information about prices
received by other bidders or other bidder identities. Bidders were asked about the number of
bidders and all suggested that the number was in the range of five to eight,
thus
the thin
market was not detectable.
7
.
1
Auctio
n Outcome
The final auction prices of routes and the auction winners are listed in Table
3
. Bus
transportation on all routes w
as
procured. One seller (ID 322) won five of the seven routes
(approx. 70%)
.
Another
seller (ID 321) won two of the routes
(approx. 30%)
and the constrained
seller (ID 323) participated aggressively but won none
(0%)
.
Prices were in terms of AU
$
payments per day for 200 days per year for three years.
20
Table
3
: Final Auction Prices (mea
n 6
84.8
)
.
Route
Auction final
(winning)
price
(
AU
$/day)
winning Seller
ID
Last dropout price
(second to last bid)
(
AU
$/day)
1
6
17
322
656
2
67
0
322
695
3
7
2
5
322
750
4
7
16
322
741
5
6
0
0
321
625
6
6
51
321
725
7
8
1
5
322
840
7
.
2
Auction
B
ehavior and
D
ynamics
The auction lasted just under 15 minutes with 2
31
bids submitted, an average speed of one
bid
every
four
seconds. The final bid prices
, the dropout
bids for
all
routes and all sellers
, are in
Table
4
.
D
ropout prices
should not be confused with the prices a route commanded in the
auction. The dropout prices of a bidder are
the final bid
s
on routes
submitted by a bidder and
are thus
the lowest price the seller revealed as acceptable
, interpreted as a seller’s revealed
o
pportunity cost for the route
.
Approximations of
dropout prices
are
used in
the post auction
analysis of
Section 6
to calibrate the
pattern of implied equilibria.
Theory
used to fashion the
auction design p
redicts the
actual
seller
of transportation service in the route
will be the bidder
with the lowest
opportunity cost
,
and
the sale price will be the dropout value of the bidder that
has the next to lowest
opportunity cost
value
(minus the decrement requirement)
. Note that
the lowe
st acceptable value of the winning bidder will be below the winning bid. For the
winning bidder
,
the lowest
acceptable
value
is
not revealed.
Table
4
: Seller dropout values and seller ID
(
AU
$/day)
.
21
Route
ID
321
ID
322
ID 323
Final (winning) prices
(mean 684, sd 73.8)
Winning seller ID: the
unknown minimum
value is below final bid
1
656
617
1335
617
322
2
695
670
745
670
322
3
900
725
750
725
322
4
741
716
1260
716
322
5
600
625
1310
600
321
6
651
725
800
651
321
7
840
815
1285
815
322
Figure 3 illustrates the time series of price decisions.
The dynamic structure of price formation
appears to be a series of price wars between a pair (the same pair, 321 and 322) of bidders that
continue bidding the price of a route down until one of the two drops out. During these wars,
bidder 323, the constrai
ned bidder, is the leading bidder on the three routes the bidder
was
able to (and constrained to) bid on. This bidder was unable to
participate in the “price wars”.
The waring pair, bidders 321 and 322, continue
to
focus on
a particular
route until one of
them
drops out and starts bidding on a different route. If the new bid is on one of the three items 323
can bid on
,
then 323 responds. Prices decrease until 321 or 322 shift attention to a different,
higher priced route where another price war begins
.
P
ric
es on th
e
three routes
323 can bid on
,
move at a similar rate of descent while prices remain high on other routes.
In brief, t
he high
-
priced routes attract bids from 321 and 322,
(possibly 323 if it is a route the bidder can bid on),
starting a new bidding
war
,
which continues until
all,
but one bidder
drops out
, then the
process
starts
again
on a new route.
22
Figure 3: Time Series of All Bids on All Routes by
A
ll
B
idders
N
o evidence
exists
of collusion or
the
strategic bid reduction that might be expected in such
thin markets.
Experiments have shown that c
olluding bidders typically recognize the fragility of
collusive arrangements and do not return to the market after having stopped bidding in a
seeming
ly
collu
sive agreement
(Li and Plott (2005) and Brown, Plott and Sullivan
(
2009)
)
.
Thereon, t
he pattern of repeatedly returning to a market to compete
in the routes
procurement auction
suggest
s
an absence of collusion. The time lag between a bid and a
responding bid (four seconds on average) is very short. The absence of any form of collusive
pattern suggests that the lack of information about the number of bidders, bidder identities or
bidding
patterns of any other bidder is a possibly effective design tool for thin markets. Bidders
in the route auction
have no information on which to condition collusion enforcing actions.
550
650
750
850
950
1050
1150
1250
1350
1450
1550
0
100
200
300
400
500
600
700
800
900
Price
Seconds since open
Rt1
Rt2
Rt3
Rt4
Rt5
Rt6
Rt7
321
322
323
23
8
.
Policy
Assessment
(
Proof of Concept
)
:
Did it
do what
it was supposed to do
?
The assessments turn on question
s posed in Section
1
.
The first
,
P
roof of
C
oncept
,
is
:
Did
t
he
a
uction
d
o
w
hat
i
t
w
as
s
upposed
t
o
d
o?
There are essentially three
measures
used to assess the
results for
policy objectives.
The first is the time required in the auction compared to the
experiences with
the government’s
sealed bids
process
. The second is related to cost and
efficiency. The third is the quality of the services provided
as measure by
the time
that the
children are on the bus.
8
.1 Auction and Administrative Process Time
The difference in
execution (as opposed to set up)
8
time required for the conduct of the
previously used,
sealed bid
process
as compared to the
continuously
decreasing price auction is
dramatic. The route auction lasted just under 15 minutes with more than 200 bids submitted,
on average one every
four
seconds. By contrast, the
time consuming,
previously used sealed bid
proce
ss consisted of a
process of bid sub
missions followed by months of negotiations
after
winners were selected
.
T
he route detail
was
the substance of
subsequent negotiations between
the government and the auction winner
. The combination
s
of
these
processes
used in the past
were
reported to be
major
time
-
consuming
factor
s
,
that
were
avoided with the
continuous,
decreasing
bid
auction
used in the route
auction
. The improved speed of the route auction
could
be attributed to the crafting and auction of well defined, individual routes as
opposed to
a packaging of all routes
for sale
to a single seller
of transportation services
with major features
left to a negotiation process.
8
.2 Relative Cost: Auction Outcome and
Previous
Contracts
A comparison between the cost of transport services from the auction and a sample of existing
commercial contracts for similar transport services is possible. Eleven existing contracts were
sampled from information available on
a g
overnment website. The au
ction outcomes were
8
The times devoted to background activities times required for the auction are not included in
the measures, i.e.,
meeting times for obtaining agreement on services, software development, route determination, testing, etc.
Similarly, time required by the background activities devoted to the administrative process are not included.
24
then standardi
z
ed to account for the duration of the different contracts
,
four years,
two
hundred days
per year for
the existing commercial contracts vs
.
three years
, 200 days per year
for
the route auction
contracts
.
The auction a
chieved at least equivalent contract rates compared with the sample of contracts
allocated by the previous procurement method.
As mentioned previously, Table
4
contains the
cost for each of the routes procured by the auction. Table
5
contains a sample of eleven
contracts drawn from the governmental website and standardized for comparison with the
route auction.
F
rom Table
s
4
and
5
,
it can be seen that the
average equivalent contract prices
achieved through the auction
,
AU
$695,
is slightly lower (about 1%) compared with the
commercial contracts reported
,
AU
$703
. There is no statistical difference between the sample
of commercial contracts and the prices of
the auction. However, as will be noted below
,
the
service quality outcomes (travel times for children) are better for the auction contracts. This is
an important observation because it suggests that the auction approach was able to produce a
better service
at no higher cost.
Table
5
. Sample of dollar value of daily rate of governmental school bus contracts posted on
the web transformed to match distance and terms of the seven routes auctioned: mean
AU
$703, sd 50.8
.
$807
$733
$666
$653
$745
$723
$665
$648
$743
$689
$661
8
.3 Routes and
Bus Travel Times (
Children
’s
Time Riding the Bus
)
Data
on the bus
travel
times
are available from the first semester of school operation. Three
questions are posed as assessments of the route determination models and methodology.
(1)
Were the models of transportation time accurate
?
(2)
Were the
goals met?
(3)
What were the
impacts
on individual students?
As stated previously, t
he
r
outes were designed to deliver the children to school
,
with ride
time
limited to one hour. A separate bus operated on each of the seven routes
collecting children
25
from the designated pickup stations
. Th
e structure
of the routes
was based on a purely
theoretical model. After the auction
,
the winners put buses into operation
and supplied
performance data
.
Each bus maintained a log of travel times and stops. The data from those logs are the basis of
the e
valuation reported here. Table
6
contains data for each of the seven routes collected from
the records of the bus drivers. The table also contains the predictions of the model used to
determine the routes and driving times.
Table
6
.
Route times in minutes: model and
actual for AM and P
M
.
Route
Route time in minutes (one way) for average
transportation to the school, return and total Daily
(minutes)
.
model
minutes
AM
A
ctual
PM
actual
Daily
actual
Daily error
of model
1
-
Fawkner
55
62
55
117
7
2
-
Heidelberg H
57
58
56
114
0.00
3
-
Whittlesea
59
65
62
127
9
4
-
Brunswick
57
47
50
97
-
17
5
-
Northcote
53
62
55
117
11
6
-
Eltham
46
65
41
106
14
7
-
Richmond
57
60
61
121
7
totals
384
419
380
799
31
Note:
error in route four reflects an incorrect address used in the model
.
The goal was to limit the time on the bus to one hour
both to and from school
. The model
predicted
that all routes would meet th
at
condition. The model predictions for
one
-
way
travel
are in the first column and as shown in Table
6
the predicted times are close to the constraint
(three or less minutes on four of the seven routes). The actual
travel
times
(both AM and PM)
are in
T
able
6
.
In terms of performance
,
the goal of no more than one hour on the bus was met.