BOARD OF CONTRACT APPEALS
   U.S. GOVERNMENT PRINTING OFFICE
   WASHINGTON, DC  20401

In the Matter of                )
                                )
the Appeal of                   )
                                )
BANTA COMPANY                   )   Docket No. GPO BCA 03-91
Jacket Nos. 245-004 and 245-006 )
Purchase Orders 82047 and 82137 )

   DECISION AND ORDER

   This appeal, timely filed by Banta Company, Curtis Reed Plaza,
   P. O. Box 60, Menasha, Wisconsin 54952 (hereinafter the
   Appellant or Contractor), is from the final decision, dated
   November 27, 1990, of Contracting Officer Jack G. Marken
   (hereinafter Contracting Officer), of the U.S. Government
   Printing Office, North Capitol and H Streets, NW., Washington,
   DC 20401 (hereinafter Respondent or GPO or Government),
   denying the Appellant's separate claims for additional
   compensation in the amounts of $103,025.13 on Purchase Order
   82047, Jacket No. 245-004, and $18,241.00 on Purchase Order
   82137, Jacket No. 245-006.  Instead, the Contracting Officer
   concluded that the Appellant owed the Government $54,505.00
   and 32,219.00, respectively, and he issued the appropriate
   contract modifications for the recovery of those amounts (R4
   File, Tabs UU and WW).1  For the reasons which follow, the
   Contracting Officer's decision is MODIFIED, and the
   Appellant's claim is ALLOWED to the fair and reasonable amount
   of $72,830.00.

   BACKGROUND

   The facts in this appeal are uncontroverted and are set forth
   here essentially as stipulated by the parties.  See, Banta
   Company, GPO BCA 03-91, Stipulation of Undisputed Facts, dated
   October 9, 1991 (hereinafter Joint Stipulation).2

   1.   On June 16, 1989, GPO awarded the Appellant Jacket No.
   245-004 under Purchase Order No. 82407 (R4 File, Tab E).  The
   contract covered by Jacket No. 245-004 required the Appellant
   to produce 4,701,000 copies of an 88-page Internal Revenue
   Service (hereinafter IRS) tax booklet at a contract price of
   $727,902.00, with an "added rate" to be paid for additional
   copies ordered.  Joint Stipulation, � 2, pp. 1-2.

   2.   On July 5, 1989, GPO awarded the Appellant Jacket No.
   245-006 under Purchase Order No. 82137 (R4 File, Tab J).  The
   contract covered by Jacket No. 245-006 required the Appellant
   to produce 911,000 copies of a 120-page IRS tax booklet at a
   contract price of $222,986.00, with an "added rate" to be paid
   for additional copies ordered.  Joint Stipulation, � 3, p. 2.

   3.   The pre-production samples of the tax booklets, which
   were required under the specifications in both Jacket No.
   245-004 and Jacket No. 245-006, were timely submitted to GPO
   by the Contractor in August 1989, and were fully approved by
   the Respondent in September 1989 (R4 File, Tabs N, P and R).3
   Joint Stipulation, �� 4, 5, p. 2.

   4.   On September 21, 1989, GPO issued a Printing
   Specification Change Order (PSCO) which directed the Appellant
   to reduce the number of pages per booklet to be printed under
   Jacket No. 245-006 from 120 pages to 112 (R4 File, Tab Q).4
   Joint Stipulation, � 6, p. 2.


   5.   On September 25, 1989, GPO issued another PSCO which
   directed the Appellant to reduce the number of pages per
   booklet to be printed under Jacket No. 245-004 from 88 pages
   to 80 (R4 File, Tab S).5  Joint Stipulation, � 7, p. 3.

   6.   The relevant contract documents-Jacket Nos. 245-004 and
   245-006, and Purchase Orders 82047 and 82137-incorporate the
   standard GPO "Changes" clause by reference.  Joint
   Stipulation, � 8, p. 3; Exhibit A.  See, GPO Contract Terms,
   Solicitation Provisions, Supplemental Specifications, and
   Contract Clauses, GPO Pub. 310.2, Effective December 1, 1987
   (Rev. 9-88), Contract Clauses, � 4 (hereinafter GPO Contract
   Terms).  The "Changes" clause provides:

      (a) The Contracting Officer may at any time, by written
      order, and without notice to the sureties, if any, make
      changes within the general scope of this contract in any
      one or more of the following:

            (1) Drawings, designs, or specifications when the
            supplies furnished are to be specially manufactured
            for the Government in accordance with the drawings,
            designs, or specifications.

           (2) Method of shipment or packing.

          (3) Place of delivery.

      (b)   If any change causes an increase or decrease in the
      cost of, or the time required for, performance of any part
      of the work, whether or not changed by the order, the
      Contracting Officer shall make an equitable adjustment in
      the contract price, the delivery schedule, or both, and
      shall modify the contract.

      (c)   The contractor must submit any "proposal for
      adjustment" (hereinafter referred to as proposal) under
      this article within 30 days from the date of receipt of the
      written order.  However, if the Contracting Officer decides
      that the facts justify it, the Contracting Officer may
      receive and act upon a proposal submitted anytime before
      final payment.

      (d)   If the contractor's proposal includes the cost of
      property made obsolete or excess by the change, the
      Contracting Officer shall have the right to prescribe the
      manner or the disposition of the property.

      (e)   Failure to agree to any adjustment shall be a dispute
      under article 5 "Disputes."  However, nothing in this
      article shall excuse the contractor from proceeding with
      the contract as changed.

   7.   After the Appellant received the PSCOs from the
   Respondent, it advised GPO that the changes in specifications
   under each Jacket and Purchase Order would require a change in
   press configuration and could require additional paper stock
   to be ordered, and as a result of these changes, the
   Contractor anticipated an increase in its costs (R4 File, Tabs
   U and V).6  Joint Stipulation, � 9, p. 3.

   8.   In response, the Respondent advised the Appellant to
   submit documentation of those costs to the Contracting
   Officer, so that GPO and the Contractor could negotiate an
   equitable adjustment in the contract prices (R4 File, Tabs X
   and Y).  Joint Stipulation, � 10, p. 3.

   9.   The Appellant printed the tax booklets required by Jacket
   Nos. 245-004 and 245-006 and Purchase Orders 82047 and 82137
   in conformity with the revised specifications.  The Contractor
   performed all of the work required under both contracts in a
   timely manner and to the complete satisfaction of GPO.  Joint
   Stipulation, � 11, pp. 3-4.  See, GPO Contract Terms, Contract
   Clauses, � 4.(e).

   10.      The changes in the specifications required by GPO
   under Jackets Nos. 245-004 and 245-006 and Purchase Orders
   82047 and 82137, resulted in additional expenses for the
   Appellant which it would not otherwise have incurred.  Because
   of these changes, approximately 50 percent of the paper stock
   which had already been manufactured for each Jacket Number
   would not fit the new press and forms configurations necessary
   to print booklets conforming to the revised specifications.
   In order to meet the changed specifications and complete the
   contract work in a timely and completely satisfactory manner,
   the Contractor revised its production plans and "slit" the
   already manufactured paper stock.7  The parties agree that the
   new press configurations required to print the tax booklets
   under each Jacket Number in conformity with the Government-
   revised specifications, increased the manufacturing costs of
   the Appellant.  Joint Stipulation, � 12, p. 4.

   11.    The Government-furnished camera copy for Jacket No.
   245-004 was delivered to the Appellant late.  The Contractor
   was without any fault or negligence for this late delivery of
   the camera copy.  Because of the late arrival of camera copy
   for Jacket No. 245-004, Appellant also incurred increased
   costs (R4 File, Tab W).8  Joint Stipulation, � 13, p. 4.

   12.      The Appellant submitted properly certified claims for
   an equitable pricing adjustment resulting from the changes in
   specifications under each Jacket, and the late arrival of
   camera copy under Jacket No. 245-004.  For Jacket No. 245-004,
   the Contractor certified an equitable pricing adjustment claim
   totaling $103,025.13 for the specification changes and the
   late delivery of the Government-furnished camera copy (R4
   File, Tabs U, W, and AA).  For Jacket No. 245-006, an
   equitable pricing adjustment of $18,241.00 was sought by the
   Appellant (R4 File, Tabs V and Z).  Joint Stipulation, � 14,
   pp. 4-5.9

   13.      On January 22, 1990, the Contracting Officer wrote to
   GPO's Office of the Inspector General (hereinafter OIG) and
   asked that an audit be conducted on both of the Appellant's
   claims (R4 File, Tab BB).  Joint Stipulation, � 15, p. 5.

   14.      As part of the Respondent's evaluation of the
   Appellant's two equitable pricing adjustment claims, GPO's
   Plant Planning Division (hereinafter the PPD) reviewed the
   Contractor's original and revised production plans under each
   Jacket.  The PPD confirmed that the actions taken by the
   Appellant to accommodate the changes in the specifications
   under both Jackets and the late arrival of camera copy under
   Jacket No. 245-004 were reasonable and necessary under the
   circumstances (R4 File, Tabs EE, FF, HH and KK).10  Joint
   Stipulation, � 16, p. 5.

   15.      On October 23, 1990, the OIG issued its audit report
   concerning both of the Appellant's equitable adjustment claims
   (R4 File, Tab PP) (hereinafter OIG Audit Report).  Among other
   things, the OIG Audit Report found the following:

      a.   The Appellant had submitted a revised claim of
      $112,106.00 under Jacket No. 245-004, including an
      equitable adjustment of $60,825.00 in costs for press
      changes due to the reduction in page count, and an
      equitable adjustment of $51,281.00 in the contract price
      because of excessive press downtime and lost paper sales
      when GPO furnished the camera copy late.  However, on April
      9, 1990 and June 11, 1990, respectively, the Contractor had
      written to the Contracting Officer and clarified that it
      actually claimed an equitable adjustment of $103,025.13
      under Jacket No. 245-004 (R4 File, Tabs CC and MM); and

      b.   The Appellant had submitted a revised equitable
      adjustment claim of $18,241.00 under Jacket No. 245-006,
      involving $6,732.00 in costs due to press changes-i.e., the
      cost of unusable paper stock when the paper roll sizes were
      changed to fit the new press and forms configuration-and
      $11,509.00 in costs for lost press sales.11  Joint
      Stipulation, � 17, pp. 5-6.

   16.      The OIG auditors used two methods to evaluate the
   Appellant's proposals and recommend equitable pricing
   adjustments in connection with Jackets Nos. 245-004 and
   245-006.  These methods were respectively called the "specific
   cost" ("actual cost") method and the "total cost" method.12
   Joint Stipulation, � 18, p. 6.

   17.      Under the "specific cost" method, the OIG auditors
   analyzed the specific items claimed by the Appellant to
   determine if they were allowable, reasonable, and allocable to
   the changes in the specifications for Jacket Nos. 245-004 and
   245-006, respectively, and to the late arrival of camera copy
   under Jacket 245-004.13  Joint Stipulation, � 19, p. 6.

   18.      Under the "specific cost" method, the OIG auditors:

      a.    "Questioned" $53,279.00 of the Appellant's revised
      claim of $112,106.00 under Jacket No. 245-004, and
      accordingly recommended that the Appellant be awarded an
      equitable price adjustment of $58,827.00; and

      b.   "Questioned" $7,365.00 of the Appellant's claim of
      $18,241.00 under Jacket No. 245-006, and accordingly
      recommended that the Appellant be granted an equitable
      pricing adjustment of $10,876.00.14  Joint Stipulation, �
      20, pp. 6-7.

   19.      Under the "total cost" method, the OIG auditors
   claimed to have compared the Appellant's anticipated financial
   position before the changes in specifications and the late
   arrival of camera copy to the Contractor's actual financial
   position after the contracts were performed, in order to
   determine the resulting financial impact.15  Joint
   Stipulation, � 21, p. 7.

   20.      Under the "total cost" method, the OIG auditors
   recommended that GPO award itself a credit totalling
   $86,724.00, reflecting equitable adjustments reducing the
   contract prices under Jacket Nos. 245-004 and 245-006.  Joint
   Stipulation, � 22, p. 7.

   21.      On November 27, 1990, the Contracting Officer issued
   his "Final Decision Notice" informing the Appellant that he
   would issue contract modifications for Jacket Nos. 245-004 and
   245-006 to recover the credits due GPO from the Contractor in
   the amounts of $54,505.00 and $32,219.00, respectively,16 as
   recommended by the OIG auditors under the "total cost method"
   (R4 File, Tab UU).17  Joint Stipulation, � 23, p. 7.

   22.      On December 18, 1990, the Contracting Officer issued
   the contract modifications for Jackets Nos. 245-004 and
   245-006, respectively (R4 File, Tab WW).  In addition, the
   Appellant received a notice from GPO, dated December 19, 1990,
   stating that the Respondent had deducted the $86,724.00 in
   credits due to GPO from an invoice submitted the Contractor on
   a different, undisputed contract-Jacket No. 265-209-printed
   approximately a year after Jacket Nos. 245-004 and 245-006.
   Joint Stipulation, � 24, p. 8; Exhibit B.

   ISSUES PRESENTED

   The ultimate question in this appeal is whether or not the
   Appellant is entitled to an equitable adjustment because of
   the changes ordered by the Respondent, and if so, how much?
   However, resolution of that issue depends on the answer to
   four other questions, namely:

      1.   Can two contracts which were originally bid at a loss
      be converted into a contract for profit, on the one hand,
      and a substantially reduced loss contract, on the other
      hand, by means of an equitable adjustment arising from
      deductive changes ordered by the Government?  Stated
      otherwise, what is the impact of the so-called "loss bid"
      rule on the Appellant's equitable adjustment claim?

      2.   Can the Appellant's claim for delay and downtime costs
      resulting from the Government's late delivery of camera
      copy for Jacket No. 245-004, be considered under the
      "Changes" clause?

      3.   Did the Contracting Officer apply the correct cost
      accounting method to the Appellant's equitable adjustment
      claim, or should some other approach have been used
      instead?

       4.   What is the appropriate amount of the Appellant's
       equitable adjustment or the Respondent's credit, as the
       case may be?

   POSITIONS OF THE PARTIES18

   The crux of the Appellant's position in this case is that the
   standard "Changes" clause entitles it to a full recovery of
   the cost increases flowing from the changes to the
   specifications.  App. Brf., p. 1.  First, the Appellant
   contends that equitable adjustment principles allow it to
   recover a reasonable profit on the changed work, regardless of
   whether or not the contract was originally bid at a loss.
   App. Brf., p. 3 (citing, Keco Industries, Inc., ASBCA Nos.
   15184, 15547, 72-2 BCA � 9,576, mot. for reconsid. denied,
   72-2 BCA � 9,633) (hereinafter Keco Industries).  Thus, the
   Contractor objects to the OIG auditors' comparison of the
   Appellant's "financial position" before the changes with its
   actual "financial position."19  App. Brf., p. 6.  The
   Appellant argues that their methodology is fatally defective
   because it assumes that any improvement in the Contractor's
   financial performance resulted from the changes to the two
   contracts.  Id.  Instead, the Appellant believes that because
   the auditors also recognized that the changes led to cost
   increases which would not otherwise have occurred, then the
   improvement in financial performance arose from other factors,
   and it is entitled to retain the benefit of its economies.20
   App. Brf., p. 7 (citing, Turner Affidavit, � 24); App. R.
   Brf., p. 4.

   Second, the Appellant contends that it is entitled to be
   reimbursed for the Government's delay in delivering the camera
   copy for Jacket No. 245-004.  App. Brf., p. 1.  Relying on
   language in the "Schedule" specification of the contract, the
   Contractor argues that the Government's delay is a "change,"
   and not a breach of contract.  App. R. Brf., p. 4.  See, R4
   File, Tab A, p. 4 (Schedule), Tab G, p. 4 (Schedule).  In the
   Appellant's opinion, this contract specification takes
   precedence over the general clause in GPO Contract Terms-the
   "Extension of Schedules" provision-which the Respondent relies
   upon.  App. R. Brf., p. 5.  See, GPO Contract Terms, Contract
   Clauses, � 12(c)(1).

   Third, the Appellant argues that the application of the "total
   cost" method to its claim was in error, and that the "specific
   cost" approach is the appropriate mechanism for determining
   the amount of its equitable adjustments.21  App. Brf., p. 2;
   App. R. Brf., p. 2.  The Contractor contends that the "total
   cost" method is not favored by the Courts, and should be used
   only in "extreme" cases where there is no other proof.22  App.
   Brf., p. 4 (citing, Turnbull Inc. v. United States, 180 Ct.Cl.
   1010, 389 F.2d 1007 (1967); F.H. McGraw & Co. v. United
   States, 130 F.Supp. 394 (Ct.Cl. 1955)); App. R. Brf., p. 2.
   The Appellant believes that "other proof" clearly existed in
   this case, since the OIG auditors first considered and
   calculated an equitable adjustment based on the "specific
   cost" method.  App. Brf., p. 4; App. R. Brf., pp. 3-4.
   Consequently, it was error for the OIG auditors to prefer the
   alternative "total cost" method in this case. App. Brf., p. 5
   (citing, Turner Affidavit, � 7); App. R. Brf., p. 3.
   Furthermore, the Appellant argues that because it cannot be
   determined with certainty what the total costs of the two
   disputed contracts would have been if the deductive changes
   not occurred, the OIG auditors' assumption that the total cost
   of performing the work was the same as the bid price based on
   the Contractor's standard estimates is fatal to the use of the
   "total cost" method.23  App. Brf., pp. 5-6 (citing, Turner
   Affidavit, � 23).  Accordingly, the Appellant believes that
   the "specific cost" technique is the appropriate method to
   determine the equitable pricing adjustments for the contracts
   in dispute.  App. Brf., p. 7; App. R. Brf., p. 4.

   Finally, the Appellant believes, for all of these reasons,
   that it is entitled to an equitable adjustment in this appeal.
   The Contractor says that the range of potential recovery could
   span from a maximum adjustment of approximately $120,000.00,
   if all additional direct and indirect costs which are
   associated with the changes are included, to a minimum
   adjustment of at least $68,496.00, considering only the direct
   costs allowed by the OIG auditors.  App. Brf., pp. 3-4
   (citing, Turner Affidavit, �� 10, 12-14).  However, the
   specific relief sought by the Appellant is: (1) a refund of
   the $86,724.00 taken from Jacket No. 265-209 as a Government
   credit; and (2) an equitable pricing adjustment of at least
   $68,946.00, plus a refund of the $15,200.00 in credits given
   to the Government by the Contractor because of reduced paper
   costs, or a total recovery of no less than $84,146.00.  App.
   Brf., p. 7.

   The Respondent, on the other hand, believes that the equitable
   adjustment process is not solely for the benefit of the
   Contractor, but the Government is also entitled to a fair
   result.  Res. Brf., p. 4.  Furthermore, the Respondent
   contends that the Appellant has not met its burden of proving
   that the page reductions resulted in additional compensable
   costs.  Id.

   On the first issue, the Respondent claims that the Appellant,
   contrary to well-established principles of law, seeks to
   convert a fixed-price contract which it bid at a loss into a
   total cost recovery contract simply because the Government
   reduced slightly the amount of work.  Res. Brf., p. 4.  The
   Respondent states that under the law, a contractor in a loss
   position on an entire contract cannot shift the burden of its
   losses to the Government just because a change order has been
   issued.24  Res. Brf., pp. 5-6 (citing, Pacific Architects &
   Engineers, Inc. v. United States, 203 Ct.Cl. 499, 491 F.2d 734
   (Ct.Cl. 1974); S. N. Nielson Company v. United States, supra,
   141 Ct.Cl. 793; Massman Construction Company, ENGBCA No. 3660,
   81-1 BCA � 15,049; Itek Corporation, ASBCA No. 13528, 71-1 BCA
   � 8,906); Res. R. Brf., p. 4.  As the Respondent sees this
   case, the change reducing the number of printed pages,25
   "undoubtedly" lowered the Appellant's level of production
   effort, and meant that less raw materials would be needed to
   perform the contracts.26  Res. Brf., p. 5.  Therefore, in
   order to keep the parties in the same relative financial
   position which existed before the changes, the Government was
   entitled to take a credit which would restore the Appellant's
   anticipated losses.27  Res. Brf., pp. 5-6.  In the
   Respondent's view, anything less would result in a "windfall"
   for the Appellant based on the fortuitous occurrence that the
   Government decided to make deductive changes in both
   contracts.28  Res. R. Brf., pp. 4, 6.

   Second, the Respondent admits that the Government was
   responsible for the delay in sending the camera copy to the
   Contractor, but argues that the Appellant's reimbursement
   demand is really a breach of contract claim which cannot be
   considered under the "Changes" clause.  R. Brf., p. 7.
   Furthermore, the Respondent reminds the Board that it is
   without jurisdiction to hear claims for breach of contract
   because GPO is a Legislative branch agency, and hence is not
   covered by the Contract Disputes Act, Pub. L. 95-563 (November
   1, 1978), 92 Stat. 2383, 41 U.S.C. �� 601, 606 (CDA).29  R.
   Brf., pp. 7-8 (citing,  United States v. Utah Construction and
   Mining Co., 384 U.S. 394 (1966); Harbor Printing & Copy
   Service, Inc., GPOCAB No. 77-5 (1977); Cloverleaf Enterprises,
   Inc., GPOCAB No. 79-12 (1980); and Information Systems, Inc.,
   GPOCAB No. 78-11 (1979)).30  Thus, the Respondent contends
   that the Appellant's sole remedy is to be found within the
   contract itself, namely, in the clause which provides for an
   automatic extension of the delivery schedule in the event of a
   delay caused by "any action" of the Government.  R. Brf., p. 8
   (citing, United States v. Rice, 317 U.S. 61 (1942)).  See, GPO
   Contract Terms, Contract Clauses, � 12(c)(1).  Since such an
   extension was granted to the Appellant in this case, it has
   received the full relief allowed by the contract.  R. Brf., p.
   8.
   Third, the Respondent believes that its use of the "total
   cost" approach here was fundamentally sound.31  Res. Brf., p.
   6.  It argues that employment of the "total cost" method was
   proper because of the difficulty in ascertaining the exact
   effect of the changes on the Contractor's costs with any
   accuracy.  Res. Brf., p. 7.  To the Respondent, the
   Appellant's "specific cost" approach is inadequate in this
   case because the Government-ordered changes completely altered
   the Appellant's production methods, namely, its press and
   forms configuration, thus " . . . making it difficult, if not
   impossible to determine the differences to cost elements
   attributable to the changes in production."32  Res. R. Brf.,
   p. 3 (citing, Declaration of Edwin L. Hawse, � 5).  See, R4
   File, Tabs U, V, AA and HH.  According to GPO, this change in
   production methods makes direct comparisons of pre-change and
   post-change costs using the "specific cost" method problematic
   and futile, and militates in favor of the "total cost"
   technique.33  Res. Brf., p. 7; Res. R. Brf., p. 3.  For all of
   these reasons, therefore, the Respondent believes that the
   Appellant's claim is without merit, and it urges the Board to
   deny the appeal and affirm the decision of the Contracting
   Officer.  Res. Brf., p. 9; Res. R. Brf., p. 6.

   DECISION34

   This appeal is unique in the annals of the Board.  The case
   not only involves the consideration of complex principles of
   cost accounting and the law of Government contracts, but the
   application of those rules is made even more difficult because
   the parties, for all practical purposes, have switched places
   with regard to the cost accounting methods they rely upon to
   support their respective positions.35  As a consequence, the
   Board candidly admits that it has struggled long and hard to
   reach a decision in this case because its exhaustive research
   has failed to disclose any precedents directly on point.36
   However, the Board has a responsibility to put an end to this
   controversy.  Lawrence D. Krause, AGBCA No. 76-118-4, 82-2 BCA
   � 16,129, at 80,073; Johnson, Drake & Piper, Inc., ASBCA No.
   9824, 65-2 BCA � 4868, at 23,073.  See also, Cibinic and Nash,
   p. 520.  In that undertaking, the Board is ever mindful of
   those basic equitable adjustment principles which are the
   philosophical compass for navigating a way through the shoals
   of this complex and difficult dispute.

      1.  Under settled principles, two contracts originally bid
      at a loss, cannot be converted into a contract for profit,
      on the one hand, and a substantially reduced loss contract,
      on the other, by means of an equitable adjustment arising
      from deductive changes ordered by the Government.  Rather,
      the relative financial positions of the parties must be
      maintained.



   The first issue for the Board is a question of law, not fact.
   Indeed, the question goes to the heart of the equitable
   adjustment process itself.  Simply stated, the issue is
   whether the standard "Changes" clause supersedes the so-called
   "loss bid" rule in situations where, as here, the Government
   orders changes which increase the contractor's costs for the
   work, so that the contractor, regardless of its negative bid,
   is entitled to an upward adjustment in the contract price?
   From its own research, the Board concludes that the "loss bid"
   rule cannot be ignored in the equitable adjustment process,
   and thus it agrees with the Respondent's position on this
   issue.

   An equitable adjustment is basically a corrective measure
   designed to keep a contractor whole when the Government
   modifies a contract.  J.F. Shea Company, Inc. v. United
   States, 10 Cl.Ct. 620, 627 (1986) (citing, Bruce Construction
   Corporation v. United States, 163 Ct.Cl. 97, 100, 324 F.2d
   516, 518 (1963)); Dick & Kirkman, Inc., VABCA Nos. 1545, 1581,
   84-3 BCA � 17,662, at 88,082;  CRF, A Joint Venture of CEMCO,
   Inc. and R.R. Communications, Inc., ASBCA No. 17340, 76-1 BCA
   � 11,857, at 56,805 (hereinafter CRF,
A Joint Venture).  Since the purpose of an equitable adjustment
is to place a contractor in the position it would have been in
had the change not occurred, then, as a general rule, the
adjustment also should not alter the contractor's profit or loss
position from what it was before the change occurred.37  J.F.
Shea Company, Inc. v. United States, supra, 10 Cl.Ct. at 627;
Pacific Architects & Engineers, Inc. v. United States, supra, 203
Ct.Cl. at 508, 491 F.2d at 739; Nager Electric Company, Inc. and
Keystone Engineering Corporation v. United States, 194 Ct.Cl.
835, 851-53, 442 F.2d 936, 945-46 (1971) (hereinafter Nager
Electric Company); Keco Industries, Inc. v. United States, 176
Ct.Cl. 983, 999-1002, 364 F.2d 838, 849-850 (1966), cert. denied,
386 U.S. 958 (1967); CRF, A Joint Venture, supra, 76-1 BCA �
11,857, at 56,804; Hensel Phelphs Construction Company, ASBCA No.
15142, 71-1 BCA � 8,796.   See also, Cibinic and Nash, pp.
544-45.


   The basic principle was succinctly stated by the Claims Court
   in Nager Electric Company-a deductive change case-when it
   said:

      The equitable adjustment, in other words, should not
      increase the [contractor's] loss nor decrease it at the
      expense of the Government.

194 Ct.Cl. at 853, 442 F.2d at 946.  In Pacific Architects &
Engineers, Inc., the Claims Court explained the rationale for
this doctrine:

      [An] equitable adjustment may not properly be used as an
      occasion for reducing or increasing the contractor's profit
      or loss, or for converting a loss to a profit or vice
      versa, for reasons unrelated to a change.  A contractor who
      has underestimated his bid or encountered unanticipated
      expense or ineffi- iciencies may not properly use a change
      order as an excuse to reform the contract or to shift his
      own risks or losses to the Govern- ment.38  [Citations
      omitted.] [Emphasis added.]

203 Ct.Cl. at 508, 491 F.2d at 739.  See also, Aoki Corporation,
supra, 91-2 BCA � 23,848, at 119,522; Dick & Kirkman, Inc.,
supra, 84-3 BCA � 17,662, at 88,082.  The Government, of course,
bears the burden of proving that the contract was in a loss
position.  Aoki Corporation, supra, 91-2 BCA � 23,848, at 119,522
(citing, Lisbon Contractors, Inc. v. United States, 828 F.2d 759,
769 (Fed. Cir. 1987); Arrow, Inc., ASBCA No. 39621, 90-3 BCA �
23,217).

   The Joint Stipulation is silent on whether the Contractor
   submitted loss bids on the two contracts in question.
   However, that fact is not seriously questioned by the
   Appellant.  Besides, the Board believes there is enough
   compelling evidence in the record to reach that conclusion.39
   Thus, the Board finds that the Appellant did bid both
   contracts involved in this appeal at a loss-i.e., at a
   negative gross margin-and that it did not intend to recover
   its real estimated costs.  See, R4 File, Tabs LL, MM and PP.
   Furthermore, the Board finds that the Appellant's bids were
   motivated by business reasons other than a desire to make a
   profit, namely, the twin aims of being competitive and having
   work for its employees to avoid potential layoffs during a
   slack period of its business cycle.  See, R4 File, Tab MM.
   Consequently, in deciding that instead of an equitable
   adjustment for the Appellant the Government was due a credit,
   the Contracting Officer was simply applying the "black letter"
   law which holds that the adjustment process should leave the
   parties in the same profit or loss position that existed
   before the changes were made in the contract.  See, R4 File,
   Tabs RR and UU, � 3.  See, e.g., J.F. Shea Company, Inc. v.
   United States, supra, 10 Cl.Ct. at 627 (1986); Pacific
   Architects & Engineers, Inc. v. United States, supra, 203
   Ct.Cl. at 508, 491 F.2d at 739; Nager Electric Company, Inc.,
   supra, 194 Ct.Cl. at 851-53, 442 F.2d at 945-46; S.N. Nielsen
   Company v. United States, supra, 141 Ct.Cl. at 796-797; CRF, A
   Joint Venture, supra, 76-1 BCA � 11,857, at 56,804.  See also,
   Cibinic and Nash, pp. 544-45.  In the context of this appeal,
   the Board is unable to say that the Contracting Officer's
   reliance on that basic rule is clearly erroneous.

      2.  The Appellant's claim for delay or downtime costs
      resulting from the Government's late delivery of camera
      copy for Jacket No. 245-004, is a proper matter for
      consideration under the "Changes" clause.

   The second issue before the Board finds the parties at odds
   over whether GPO's standard "Changes" clause allows the
   Appellant to recover its costs for the delay caused by the
   Government's late delivery of camera copy for Jacket No.
   245-004.  GPO Contract Terms, Contract Clauses, � 4.  This
   issue, like the preceding matter concerning the "loss bid"
   rule, is also a question of law, since it requires that the
   Board to interpret both the contract language and GPO's
   procurement regulations.  Cf., RD Printing Associates, Inc.,
   GPO BCA 02-92 (December 16, 1992), Sl. op. at 13; General
   Business Forms, Inc., GPO BCA 2-84 (December 3, 1985), Sl. op.
   at 16 (citing, John C. Grimberg Company v. United States, 7
   Ct.Cl. 452 (1985)).  In that regard, the Appellant believes
   that it is entitled to an equitable adjustment because, among
   other reasons, both contracts contain language which instruct
   the Government to negotiate supplemental agreements with the
   Contractor ". . . for the contract changes".  See, R4 File,
   Tab A, p. 4 (Schedule), Tab G, p. 4 (Schedule).  The
   Respondent, on the other hand, argues that the automatic
   extension of the delivery schedule, which the Contractor
   received by virtue of the "Extension of Schedules" clause in
   the contract, is the exclusive remedy for the delay.40  GPO
   Contract Terms, Contract Clauses, � 12(c)(1).  Under the
   circumstances of this case, the Board believes that the
   position advocated by the Appellant is sounder as a matter of
   law.

   The Board's examination of cases involving contractor claims
   for the recovery of delay and impact costs, teaches it that a
   vital consideration is the timing of the delay with respect to
   the Government-ordered change.  In the simplest situation,
   extra costs stemming from a "naked" delay, that is, a
   disruption of work resulting from some Government action which
   does not physically change the work under the contract, are
   usually not recoverable under the standard "Changes" clause.41
   See, Model Engineering & Manufacturing Corporation, ASBCA No.
   7490, 1962 BCA � 3,363; Weldfab, Inc., IBCA No. 268, 61-2 BCA
   � 3,121.  Also cf., Editors Press Incorporated, GPO BCA 03-90
   (September 4, 1991), Sl. op. at 18-19.  Instead, recovery for
   such delays-i.e., those which precede the issuance of a change
   order-must be pursued either as a breach of contract, or under
   the "Suspension of Work" or "Government Delay of Work"
   clauses, such as GPO's "Extension of Schedules" clause.  Cf.,
   Luria Brothers & Company. v. United States, 177 Ct.Cl. 676,
   369 F.2d 701 (1966).  See generally, Cibinic and Nash, p.
   522-24.  On the other hand, the cases hold that if a delay
   occurs from some Government action after a change order is
   issued, the contractor may recover delay and impact costs for
   both changed and unchanged work.  Thus, the ASBCA has ruled
   that:

      Where costs in a work item are increased as a direct result
      of a change in that item, the increased costs are
      compensable, including costs of delays in performance in
      the change order.  [Emphasis added.]

Power Equipment Corporation, ASBCA No. 5904, 1964 BCA � 4,025, at
19,815, mot. for reconsid. denied, 1964 BCA � 4,228.  See also,
Coastal Drydock and Repair Corporation, ASBCA No. 36754, 91-1 BCA
� 23,324, at 117, 002 (increased cost of disrupted unchanged work
flowing directly from the change is compensable under the
"Changes" clause); Merritt-Chapman and Scott v. United States,
192 Ct.Cl. 851, 429 F.2d 431 (1970); Paul Hardeman, Inc. v.
United States, 186 Ct.Cl. 743, 752, 406 F.2d 1357 (1969)
(concurring opinion of Judge Davis).42  See generally, Cibinic
and Nash, pp. 525-26.  In other words, recovery is allowed if
there is a clear nexus between the change ordered by the
Government and the delay experienced by the contractor.

   The reason why recovery is allowed for the contractor's delay
   and disruption costs which are the direct and necessary result
   of the Government's change order, can be found in the language
   of the "Changes" clause itself.  See, Cibinic and Nash, p.
   524.  In that regard, the standard "Changes" clause for fixed-
   priced contracts provides, in pertinent part:

      (b)   If any change causes an increase or decrease in the
      cost of, or the time required for, performance of any part
      of the work, whether or not changed by the order, the
      Contracting Officer shall make an equitable adjustment in
      the contract price, the delivery schedule, or both, and
      shall modify the contract.

See, FAR � 52.243-1 (Changes-Fixed-Price).  The drafters of the
clause, which first appeared in the 1967 revision to the FAR,
stated that under this language:

      [A]n equitable adjustment clearly encompasses the effect of
      a change order upon any part of the work, including delay
      expense, provided, of course, that such effect was the
      necessary, reasonable, and foreseeable result of the
      change.  [Emphasis added.]

See, 32 Fed. Reg. 16269 (1967).

   Even a cursory examination of GPO's "Changes" clause, which
   was incorporated by reference in both contracts here,
   discloses that the language is identical to the wording of the
   FAR "Changes" clause.  GPO Contract Terms, Contract Clauses, �
   4(b).  Under settled rules of construction, the Board must
   presume that when the drafters of GPO's "Changes" clause
   adopted the FAR language verbatim, they also accepted the
   uniform interpretation given to those words by the 1967
   revision committee, Executive branch contract appeals boards,
   and the courts.  Cf., United States v. Aguon, 851 F.2d 1158
   (9th Cir. 1988); Van Cleef v. Aeroflex Corporation, 657 F.2d
   1094 (9th Cir. 1981); L.B. Foster v. Railroad Service, Inc.,
   734 F.Supp. 818 (N.D. Ill. 1990).  Furthermore, the cost
   accounting principles governing GPO contracts reenforce the
   Board's belief that GPO's "Changes" clause is intended to
   apply to a contractor's delay and disruption costs flowing
   from Government changes to the contract.  In that regard, the
   applicable accounting rules provide that payment for equipment
   downtime is allowable if, inter alia, the machinery was
   necessary when acquired and is now idle because of changes in
   requirements, production economies, reorganization,
   termination, or other causes which could not have been
   foreseen.43  See, GPO Procurement Directive 306.2, Subject:
   Contract Cost Principles and Procedures, dated April 1, 1988,
   p. 22, � 25(b)(2) (Idle facilities and idle capacity costs)
   (hereinafter GPO Contract Cost Principles).  Therefore, the
   Board concludes that GPO's standard "Changes" clause, like the
   parallel provision in the FAR, allows a contractor to recover
   compensation for delay expenses stemming from a change order
   upon any part of the work as part of an equitable
   adjustment.44

   All the relevant facts necessary to decide this issue on the
   merits have been stipulated by the parties.  Thus, the
   Appellant was awarded the contract for Jacket No. 245-004 on
   June 16, 1989.  Joint Stipulation, � 2, pp. 1-2.  Thereafter,
   on September 25, 1989, GPO issued a PSCO for Jacket No.
   245-004 which reduced the number of pages per booklet from 88
   pages to 80.  Joint Stipulation, � 7, p. 3.  The delay
   occurred when the camera copy for Jacket No. 245-004 failed to
   arrive on the morning of October 10, 1989, as expected, and
   was not delivered until October 12, 1989 (R4 File, Tab W).
   The parties agree that the Government was solely to blame for
   the delay, and that the late arrival of the camera copy caused
   the Appellant to incur increased costs.45  Joint Stipulation,
   � 13, p. 4.  It is clear from these facts that the Appellant's
   delay costs were incurred after the Respondent issued the
   change order for Jacket No. 245-004 and were a direct result
   of that change.  Therefore, the Board believes that the
   Contractor's claim for its increased costs stemming from the
   Government's late delivery of camera copy for Jacket No.
   245-004 is a proper matter for consideration under the
   "Changes" clause.  Power Equipment Corporation, supra, 1964
   BCA � 4,025.  Accordingly, it will allow the claim to the
   extent indicated in Appendix I of this opinion.46

         3.   Neither the Appellant's "actual cost" method of
         cost accounting, nor the Respondent's "total cost"
         formula, is appropriate under the circumstances of this
         case.  Instead, the Board believes that the best method
         for determining a fair and reasonable equitable
         adjustment is the "jury verdict" technique.

   The penultimate question in this appeal concerns the parties'
   dispute over the relative merits of two totally different cost
   accounting methods as the vehicle for determining the
   Appellant's equitable adjustment or the Respondent's credit,
   as the case may be.  The Appellant urges the Board to adopt
   the "actual cost" method, while the Respondent contends that
   only the "total cost" approach is appropriate.47  In the
   Board's view, however, neither method is entirely adequate in
   the circumstances of this case.

   The Appellant correctly argues that the preferred method for
   establishing the amount of an equitable adjustment is through
   the introduction of actual cost data.48  See, e.g., Dawco
   Construction, Inc. v. United States, supra, 930 F.2d at 882;
   Cen-Vi-Ro of Texas v. United States, 210 Ct.Cl. 684 (1976);
   Buck Brown Contracting Co., IBCA No. 1119-7-76, 78-2 BCA �
   13,360; Engineered Systems, Inc., DOTCAB No. 75-5, 76-2 BCA �
   12,211; Bregman Construction Corporation, ASBCA No. 15020,
   72-1 BCA � 9,411.  As a rule, actual costs are proved through
   the introduction of the contractor's accounting records, which
   will be accepted if they had been audited by the Government
   and are unrebutted.  Celesco Industries, ASBCA No. 22251, 79-1
   BCA � 13,604.  If the accounting records are not available due
   to no fault of the contractor, the costs may be established on
   the basis of estimates,49  see, e.g., Bailey Specialized
   Buildings, Inc., ASBCA No. 10576, 71-1 BCA � 8,699, if they
   are supported by detailed, substantiating data.50  See, e.g.,
   R. G. Robbins & Company, ASBCA No. 27,516, 83-1 BCA � 16,420;
   Leopold Construction Company, ASBCA No. 23705, 81-2 BCA �
   15,277; Paccon, Inc., supra, 65-2 BCA � 4,996.

   The "total cost" method, on the other hand, is a formula for
   determining a price adjustment by deducting the bid estimate
   from the actual costs incurred and holding the Government
   responsible for the difference.  See, Wunderlich Contracting
   Company v. United States, 173 Ct.Cl. 180, 351 F.2d 956 (1965);
   Akon, Inc., supra, 90-3 BCA � 23,250; Santa Fe Engineers,
   Inc., ASBCA No. 36682, 90-3 BCA � 23,020, at 115,567; R.C.
   Hedreen Company, GSBCA No. 4841, 78-2 BCA � 13,475.  As
   indicated by the Appellant, the "total cost" method is not
   favored by the boards and courts.  See, e.g., Joseph
   Sternberger v. United States, 185 Ct.Cl. 528, 401 F.2d 1012
   (1968); WRB Corporation v. United States, supra, 183 Ct.Cl.
   409 (1968); S.W. Electronics & Manufacturing Corporation,
   ASBCA No. 20698, 77-2 BCA � 12,631, aff'd, 228 Ct.Cl. 333, 655
   F.2d 1078 (1981).  However, the "total cost" approach is not
   prohibited per se, but it generally is not used if another,
   more reliable, method is available to establish the
   contractor's actual costs.51  See, e.g., Servidone
   Construction Corporation v. United States, supra, 931 F.2d at
   862 (citing, Great Lakes Dredge & Dock Co. v. United States,
   119 Ct.Cl. 504, 559, 96 F.Supp. 923, 926 (1951), cert. denied,
   342 U.S. 953 (1952)); Dawco Construction, Inc. v. United
   States, supra, 930 F.2d at 881, fn. 3 (citing, G.M. Shupe,
   Inc. v. United States, 5 Cl.Ct. 662, 676 (1984)); Boyajian v.
   United States, 191 Ct.Cl. 233, 423 F.2d 1231 (1970);
   Wunderlich Contracting Company v. United States, supra, 351
   F.2d 956, 965;    Robert McMullen & Son, Inc., ASBCA No.
   19129, 76-2 BCA � 12,072.  See generally, Cibinic and Nash,
   pp. 514-19.

   Because the "total cost" method is generally suspect, the
   presence of four safeguards is required in order for its use
   to be endorsed by the boards and courts, namely:

      . . . (1) the nature of the particular losses make it
      impossible or highly impracticable to determine them with a
      reasonable degree of accuracy; (2) the [contractor's] bid
      or estimate was realistic; (3) its actual costs were
      reasonable; and (4) it was not responsible for the added
      expenses.  [Citations omitted.] [Emphasis added.]

WRB Corporation v. United States, supra, 183 Ct.Cl. at 426.  See
also, Servidone Construction Corporation v. United States, supra,
931 F.2d at 861; Santa Fe Engineers, Inc., supra, 90-3 BCA �
23,020, at 115,566-67; Wilbur Smith & Associates, Inc., ASBCA No.
35301, 89-3 BCA � 22,025, at 110,782.  Whether all four
safeguards must be proved, or whether a "total cost" adjustment
may still be made even if one criterion is not met, is not
settled in the cases.  See, Cibinic and Nash, p. 515.  However,
the ASBCA is clearly of the opinion that the evidence must
satisfy all four elements of the test, and that the failure to
prove just one of the criteria will prevent a "total cost"
recovery.  See, e.g., Michael, Inc., ASBCA No. 35653, 92-1 BCA �
24,412, at 121,863; Santa Fe Engineers, Inc., supra, 90-3 BCA �
23,020, at 115,567; Tagoroli Corporation, ASBCA Nos. 32995,
32996, 89-2 BCA � 21,864, at 109,974.  In light of the fact that
the four WRB Corporation safeguards are expressed in the
conjunctive-by use of the word "and"-the Board believes that the
view espoused by the ASBCA is sound, and is fully in accord with
the intention of the Claims Court.  Cf., Bruce v. First Federal
Savings and Loan Association of Conroe, Inc., 837 F.2d 712, 715
(5th Cir. 1988); Comtech, Inc. v. National Technical Schools, 711
F.Supp. 522, 524 (D.Ariz. 1989) (citing, New Hampshire Automobile
Dealers Association, Inc. v. General Motors Corporation, 620
F.Supp. 1150, 1157-58 (D.N.H. 1985)).  See generally, 1A Sands,
Sutherland Stat. Const. � 21.14 (4th ed. 1985).  Therefore, the
Board adopts that interpretation for cases in this forum.

   The plain meaning of the applicable law   requires that the
   Board reject the Respondent's use of the "total cost" method.
   Specifically, the Board finds that the second element in the
   WRB Corporation test-that the Contractor's bid or estimate was
   realistic-simply cannot be fulfilled under the facts of this
   case.52  WRB Corporation v. United States, supra, 183 Ct.Cl.
   at 426.  [Emphasis added.]  See, R.C. Hedreen Company, supra,
   78-2 BCA � 13,475, at 65,926.  See also, Cibinic and Nash, p.
   517.  The common dictionary definition of the word "realistic"
   is "tending to face facts," or, as a derivative of the word
   "real," it describes something which is "factual," "actual,"
   or "true."  WEBSTER'S NEW WORLD DICTIONARY, p. 1118 (4th ed.
   1988).  Therefore, as the Board understands the second test of
   WRB Corporation, the evidence must show that the Contractor's
   bid bore some reasonable approximation to the costs it
   expected to incur on the contract.  The evidence in this case
   shows just the opposite.  In that regard, the Board has
   already found that: (1) the Appellant lowered its cost
   estimates and submitted loss bids on both contracts; (2) the
   loss bids were an intentional act by the Contractor motivated
   by sound business reasons; and (3) the Appellant never
   intended to recover its actual estimated costs at the time it
   submitted its bids.  The cases establish that where, as here,
   a contractor submits a bid which is too low for the work, the
   trier of fact cannot find that the bid estimates were
   reasonable for the purposes of the "total cost" method.
   Tagoroli Corporation, supra, 89-2 BCA � 21,864, at 109,971-72,
   109,974.  Consequently, because the Appellant submitted bids
   which were artificially lower than the cost estimates it
   calculated, the bids cannot be said to be a true reflection of
   the Appellant's anticipated costs on the two contracts.
   Accordingly, on the basis of this record, the Board must
   conclude that the Contractor's bid estimates were unrealistic
   per se, thus negating the use of the "total cost" technique
   because WRB Corporation's second safeguard is not satisfied.

   However, rejection of the Respondent's "total cost" method
   does not mean, ipso facto, that the Board adopts the
   Appellant's "actual cost" technique.  As the Board sees it,
   the same circumstance which nullifies the "total cost"
   approach-the fact that the Appellant purposely bid both
   contracts at a loss-also undermines the use of the "actual
   cost" method in this case.  Among other things, in order to
   prevail on its "actual cost" theory, the Appellant must prove
   that its costs were reasonable.53  See, Celesco Industries,
   supra, 79-1 BCA � 13,604; Triple "A" Machine Shop, Inc., ASBCA
   No. 21561, 78-1 BCA � 13,065 (1978); Cal Constructors, ASBCA
   No. 21179, 78-1 BCA � 12,992 (1977).  This is so because the
   touchstone for determining the amount of an equitable
   adjustment is the difference between what it reasonably would
   have cost to perform the work as originally required and what
   it reasonably cost to perform the work as changed.  General
   Builders Supply Co. v. United States, 187 Ct.Cl. 477 (1969);
   Zurfluh Enterprises, Inc., VABCA No. 1941, 85-1 BCA � 17,789;
   Dick & Kirkman, Inc., supra, 84-3 BCA � 17,662; Lawrence D.
   Krause, supra, 82-2 BCA � 16,129; Celesco Industries, supra,
   79-1 BCA � 13,604; Jack Picoult, VACAB No. 1221, 78-1 BCA �
   13,024.  Whether a contractor's costs are reasonable is a
   question of fact depending on the circumstances.54  Nager
   Electric Company, Inc., supra, 194 Ct.Cl. at 851-53, 442 F.2d
   at 945-46.

   In this case, the Appellant submitted bids which were
   artificially lower than the real cost of the work, as forecast
   by its basically sound formal cost estimating system, and
   never intended to recover its actual costs on these
   contracts.55    Because the Contractor's bids were not meant
   to be a true reflection of its projected job costs, the Board
   has no benchmark by which to determine the reasonableness of
   the costs for performing the work as originally required and
   as subsequently changed by the Government.  Zurfluh
   Enterprises, Inc., VABCA No. 1941, 85-1 BCA � 17,789; Dick &
   Kirkman, Inc., supra, 84-3 BCA � 17,662; Lawrence D. Krause,
   supra, 82-2 BCA � 16,129; Jack Picoult, supra, 78-1 BCA �
   13,024.  Therefore, the Board is unable to say that the
   Appellant has sustained its burden of showing that its costs
   were reasonable under the circumstances in this case.56  Cf.,
   Michael, Inc., supra, 92-1 BCA � 24,412, at 121,863.
   Moreover, the Board agrees with the Respondent, albeit for
   different reasons, that the bifurcated cost accounting
   approach taken by the Appellant -intentionally lowering its
   job estimates for the purposes of bidding, but seeking an
   equitable adjustment on the basis of actual job costs-makes it
   difficult to accurately gauge the effect of the Government's
   changes on the Contractor's costs.  Without such proof,
   establishing a causal connection between the Appellant's
   increased costs and the changes ordered by the Government
   becomes a herculean task.57  Since the Board is unable to
   determine the reasonableness of the Appellant's costs on the
   basis of this record, it must also conclude that the
   Contractor has failed to support its use of the "actual cost"
   method.  Accordingly, the Board also rejects the Appellant's
   contention that its unfiltered costs after the Government-
   ordered changes should be the basis of an equitable
   adjustment.  Cf., Dick & Kirkman, Inc., supra, 84-3 BCA �
   17,662.

   Having found that both the "actual cost" method and the "total
   cost" approach are inappropriate, the Board now finds itself
   on the horns of a dilemma.  On the one hand, the Board cannot
   ignore the undisputed fact in this case that the Government's
   changes caused the Appellant to alter its methods of
   production; i.e., its press and forms configuration.  On the
   other hand, the Board knows that while there is no standard by
   which to measure the reasonableness of the Contractor's costs,
   it is nonetheless inescapable that the contract changes
   ordered by the Respondent had some cost impact.  Furthermore,
   the Board's quandary is complicated by the rule which
   prohibits converting a loss contract into one for profit or
   vice versa-about as close to an immutable principle as one can
   find in Government contract law-which is also involved in this
   case.  The law, however, provides a way out this conundrum.

   Under the so-called "jury verdict" method, where a board or
   court finds an entitlement to an equitable adjustment but the
   evidence is incomplete, or the amount cannot be determined
   with any degree of mathematical precision, it may exercise its
   discretion to resolve conflicting evidence concerning the
   claim and arrive at a fair amount of compensation.58  See,
   e.g., Assurance Company v. United States, 813 F.2d 1202, 1205
   (Fed. Cir. 1987); S.W. Electronics & Manufacturing Corporation
   v. United States, 228 Ct.Cl. 333, 655 F.2d 1078 (1981), aff'g
   ASBCA No. 20698, 77-2 BCA � 12,631; Electronic & Missile
   Facilities, Inc. v. United States, 189 Ct.Cl. 237, 416 F.2d
   1345, 1358 (1969); Dawco Construction, Inc., ASBCA No. 42120,
   92-2 BCA � 24,915; Gricoski Detective Agency, GSBCA Nos.
   8901(7823), 8922(7824), 8923(7825), 8924(7826), 8925(7827),
   8926(7828), 90-3 BCA � 23,131; E.W. Eldridge, Inc., ENGBCA No.
   5269, 90-3 BCA � 23,080;  Harvey C. Jones, Inc., IBCA Nos.
   2070, 2150, 2151, 2152, 2153, 2467, 90-2 BCA � 22,762.  See
   generally, Cibinic and Nash, pp. 519-22.  The key to the use
   of the "jury verdict" method is the presence of sufficient
   evidence to permit the determination of a fair and reasonable
   approximation of damages.59  J.E.T.S. Incorporated, ASBCA No.
   28083, 88-2 BCA � 20,540, at 103,859 (citing, Schuster
   Engineering, Inc., ASBCA Nos. 28760, 29306, 30683, 87-3 BCA �
   20,105).  While the "jury verdict" technique is generally not
   favored, like the "total cost" method it  also is not
   prohibited per se.60  Dawco Construction, Inc. v. United
   States, supra, 930 F.2d at 880; Specialty Assembling & Packing
   Company v. United States, 174 Ct.Cl. 153, 355 F.2d 554, 572
   (1966).  Thus, a trier of fact may allow recovery if it
   determines that: (1) clear proof of injury exists; (2) there
   is no more reliable method for computing damages; and (3)
   there is sufficient evidence to make a fair and reasonable
   approximation of damages.61  See, Dawco Construction, Inc. v.
   United States, supra, 930 F.2d at 880 (citing, WRB Corporation
   v. United States, supra, 183 Ct.Cl. at 425); Gricoski
   Detective Agency, supra, 90-3 BCA � 23,131; Harvey C. Jones,
   Inc., supra, 90-2 BCA � 22,762; J.E.T.S. Incorporated, supra,
   88-2 BCA � 20,540; Lawrence D. Krause, supra, 82-2 BCA �
   16,129.  In the Board's judgment, all of the elements
   necessary for use of the "jury verdict" method are present in
   this case, and it is appropriate to resolve this dispute by
   that approach.

      4.   Applying the "jury verdict" method, the Board
      concludes that the Respondent took too large a credit for
      the page deletions on both contracts, and that the
      Appellant is entitled to a total refund of $72,830.00 as a
      reasonable equitable adjustment in this case.

   The central question in this dispute concerns the quantum of
   relief; i.e., how much of an equitable adjustment is due the
   Appellant or, in the alternative, how much of a credit is the
   Government entitled to?  Since this case is before the Board
   because the Appellant objects to the Government taking a
   credit for the deleted work instead of allowing the
   Contractor's claim for an equitable recovery, the Respondent
   was obligated to prove how much downward adjustment should be
   made.62  Nager Electric Company, Inc., supra, 194 Ct.Cl. at
   853, 442 F.2d at 946; Jackson Engineering Company, Inc., ASBCA
   No. 27104, 85-3 BCA � 18,418; R & E Electronics, Inc., VABCA
   Nos. 2227, 2299, 2300, 85-3 BCA � 18,316; Globe Construction
   Co., ASBCA No. 21069, 78-2 BCA � 13,337; G.L. Cory, Inc.,
   GSBCA No. 4383, 77-2 BCA � 12,824.  As a rule, the
   Government's credit for deleted work in a fixed-price contract
   is measured by the net cost savings to the contractor.63  S.N.
   Nielsen Company v. United States, supra, 141 Ct.Cl. at 793;
   Jackson Engineering Company, Inc., supra, 85-3 BCA � 18,418;
   Unicom Systems, Inc., ASBCA No. 29468; 84-3 BCA � 17, 675;
   N.G. Adair, Inc., ASBCA No. 25961, 83-2 BCA � 16,887; Fordel
   Films West, ASBCA No. 23071, 79-2 BCA � 13,913; Celesco
   Industries, supra, 79-1 BCA � 13,604.  See also, Cibinic and
   Nash, pp. 483, 496.  Consequently, to sustain its burden of
   proof in this case, the Respondent must show: (1) the extent
   to which the contract requirements were reduced; (2) the
   savings which resulted therefrom; (3) that the Contractor's
   effort was, in fact, reduced by the contract change; and (4)
   that the amount of downward price adjustment was reasonable.64
   R & E Electronics, Inc., supra, 85-3 BCA � 18,316; Zurfluh
   Enterprises, Inc., supra, 85-1 BCA � 17,789; Celesco
   Industries, supra, 79-1 BCA � 13,604; Southeastern Services,
   Inc., ASBCA No. 21278, 78-2 BCA � 13,239; Industrial Textile
   Mills, Inc., ASBCA No. 18163, 73-2 BCA � 10,232.

   From its analysis of the record, the Board concludes that the
   Respondent has not sustained its burden of proof.
   Specifically, the Government has failed to show that the
   Appellant's effort was, in fact, reduced by the contract
   change.  Cf., ACS Construction Company, Inc. of Mississippi,
   supra, 87-1 BCA � 19,660.  As indicated previously, the key to
   the Respondent's argument is its assumption that the changes
   which reduced the number of printed pages under each contract
   "undoubtedly" lowered the level of production effort, meant
   that less raw materials would be needed to perform the
   contracts, and were the cause of the "dramatic" reduction in
   the Appellant's potential losses under the contracts.  Res.
   Brf., p. 5.  However, GPO has offered no evidence to support
   this premise beyond these mere allegations and self-serving
   and conclusory statements, which are insufficient to carry its
   burden of proof on the "level of effort" issue.  Cf., Fry
   Communications, Inc./InfoConversion Joint Venture, GPO BCA
   9-85, Decision on Remand (August 5, 1991) Sl. op. 32-33, fn.
   31 (citing, Fry Communications, Inc./InfoConversion Joint
   Venture v. United States, 22 Cl.Ct. 497, 510 (1991)); Tri-
   State Services of Texas, Inc., ASBCA No. 38010, 89-3 BCA �
   22,064; Gemini Services, Inc., ASBCA No. 30247, 86-1 BCA �
   18,736).  To the contrary, the Respondent has stipulated to
   facts which tend to show that the Appellant's level of effort
   was increased because of the changes.  Thus, the parties agree
   that in order to satisfactorily perform the contracts as
   modified, the Contractor revised its production plans under
   each contract, slit the rolls of paper on hand which had
   already been procured for the work instead of ordering new
   stock, and reconfigured its presses.  Joint Stipulation, � 12,
   p. 4.  The parties also concur that when these steps were
   reviewed by the Respondent's PPD, they were found to be
   reasonable and necessary under the circumstances.  See, Joint
   Stipulation, � 16, p. 5.  As a rule, a party is bound by its
   stipulations, Morelock v. NCR Corporation, 586 F.2d 1096, 1107
   (6th Cir. 1978), cert. denied, 441 U.S. 906, 99 S.Ct. 1995
   (1979), and such evidentiary agreements freely entered into
   are controlling and conclusive on all issues of fact.65
   Bromley Contracting Company, Inc. v. United States, supra, 14
   Cl.Ct. at 74 (citing, Gersham & Company v. United States, 200
   Ct.Cl. 97, 112, 470 F.2d 542, 551 (1972)).  FED. R. CIV. P.
   16.  While a court or board may reject a factual stipulation
   if it is "demonstrably false" or contrary to the facts in the
   record, Dillon, Read & Company, Inc. v. United States, 875
   F.2d 293 (Fed. Cir. 1989); Bromley Contracting Company, Inc.
   v. United States, supra, 14 Cl.Ct. at 74 (citing, Kaminer
   Construction Corporation v. United States, 203 Ct.Cl. 182,
   197, 488 F.2d 980, 988 (1973)), the record here fails to
   disclose any evidence which would contradict the stipulation
   in this case.66       But for the fact that the Contractor
   intentionally submitted loss bids on both contracts, the
   matter might have ended here.  However, since GPO awarded the
   two contracts on the basis of those loss bids, the Board
   cannot ignore the rule which prevents an equitable adjustment
   from being used as a vehicle for altering the relative
   financial positions of the parties following Government-
   ordered changes.  Nager Electric Company, 194 Ct.Cl. at 853,
   442 F.2d at 946; Pacific Architects & Engineers, Inc., 203
   Ct.Cl. at 508, 491 F.2d at 739;  Aoki Corporation, supra, 91-2
   BCA � 23,848; CRF, A Joint Venture, supra, 76-1 BCA � 11,857.
   The Appellant seeks to avoid the consequences of that
   principle by arguing that the case law-specifically Keco
   Industries-sufficiently modifies the basic doctrine to allow
   payment of its claim regardless of the fact that it submitted
   loss bids.67  App. Brf., p. 3.  Keco Industries, Inc., supra,
   72-2 BCA � 9,576.  The Board believes, however, that insofar
   as the Contractor's theory implies that notwithstanding a loss
   bid, all Government-ordered changes which result in increased
   costs must, of necessity, lead to reformation of the contract,
   that view is clearly contrary to the unambiguous requirements
   of the law prohibiting such a windfall result.68  Pacific
   Architects & Engineers, Inc. v. United States, supra, 203
   Ct.Cl. at 508, 491 F.2d at 739; Aoki Corporation, supra, 91-2
   BCA � 23,848, at 119,522; Dick & Kirkman, Inc., supra, 84-3
   BCA � 17,662, at 88,082.
   On the other hand, although the Board thinks the Appellant is
   seeking to prove too much through Keco Industries, that case
   is not without some relevance to the facts in this dispute.
   The clear teaching of Keco Industries is that a contractor who
   bids a job at no profit may still be entitled to recover a
   fair profit on additional work which results from Government
   changes.69  See, Cibinic and Nash, p. 547.  Thus, it is
   noteworthy that both contracts in this dispute treat increases
   or decreases to the bid quantities of tax booklets as
   Government "changes" entitling the Contractor to reimbursement
   at an "Added Rate," which is different from the bid rate.
   See, R4 File, Tab A, p. 3 (Changes in Quantity), Tab G, p. 3
   (Changes in Quantity).  Obviously, since no bidder at the time
   bids were submitted, could possibly know if changes to the
   quantities specified would ever occur, it appears to the Board
   that subsequent Government orders for additional copies of the
   pamphlets fall within the ambit of the Keco Industries
   exception to the "loss bid" rule.  Indeed, it also seems that
   when GPO included the payments made to the Appellant for those
   additional copies in its calculations of the Government credit
   on both contracts (R4 File, Tab PP, Appendix V, p. 12, fn. 3;
   Appendix VI, p. 14, fn. 2), it was nibbling at the margins of
   the principle established in CRF, A Joint Venture, which
   forbids the Government from adding to a contractor's loss.
   CRF, A Joint Venture, supra, 76-1 BCA � 11,857, at 56,804.
   Thus, the record discloses that the Contractor reduced the
   "Added Rate" when the Government ordered the page reductions
   to each contract, and was paid for the additional work at the
   lower figure (R4 File, Tabs U and V).70  Consequently, the
   Government's credit magnified the Appellant's loss even
   further by subjecting those payments to an additional
   reduction, and effectively added to the loss the Contractor
   would have experienced if there had been no change order. Cf.,
   CRF, A Joint Venture, supra, 76-1 BCA � 11,857, at 56,804-05.
   See also, Langoma Industries, Inc., supra, 57-2 BCA � 1370.

   As the Board has already stated, the "jury verdict" method
   needs sufficient evidence in the record to permit the
   determination of a fair and reasonable approximation of
   damages.  See, Assurance Company v. United States, supra, 813
   F.2d 1202; S.W. Electronics & Manufacturing Corporation v.
   United States, supra, 228 Ct.Cl. 333, 655 F.2d at 1088;
   Electronic & Missile Facilities, Inc. v. United States, supra,
   189 Ct.Cl. 237, 416 F.2d 1345; Gricoski Detective Agency,
   supra, 90-3 BCA � 23,131; E.W. Eldridge, Inc., supra, 90-3 BCA
   � 23,080;  J.E.T.S. Incorporated, supra, 88-2 BCA � 20,540;
   Lawrence D. Krause, supra, 82-2 BCA � 16, 129.  In this case,
   the Board finds that the Appellant's evidence, as audited by
   GPO, provides enough of a basis upon which to predicate a
   "jury verdict" award.  Cf., E.W. Eldridge, Inc., supra, 90-3
   BCA � 23,080, at 115,901 (citing, Bruno Lan v. United States,
   195 Ct.Cl. 370 (1971)); Celesco Industries, supra, 79-1 BCA �
   13,604.  That is, even though the Respondent's overall "total
   cost" approach has been rejected, the information contained in
   that portion of the OIG Audit Report is the best available in
   the record for the Board's use in determining a "jury
   verdict."  Cf., S.W. Electronics & Manufacturing Corporation
   v. United States, supra, 228 Ct.Cl. 333, 655 F.2d at 1078;
   E.W. Eldridge, Inc., supra, 90-3 BCA � 23,080, at 115,901;
   Schuster Engineering Inc., supra, 87-3 BCA � 20,105; Celesco
   Industries, supra, 79-1 BCA � 13,604.  Also cf., Pavement
   Specialists, Inc., ASBCA No. 17410, 73-2 BCA � 10,082.  In
   essence, of the two accounting methods presented in the OIG
   Audit Report, the Board believes that the gross "total cost"
   figures, which use the Contractor's loss bid estimates as the
   starting point for an examination of the costs flowing from
   the changes, are an appropriate basis for determining the
   equitable adjustment by a "jury verdict" technique.  Cf., E.W.
   Eldridge, Inc., supra, 90-3 BCA � 23,080, at 115,901 (citing,
   J.D. Abrams, ENGBCA No. 4332, 89-1 BCA � 21,379; Parkdale
   Building Maintenance, ENGBCA No. 5232, 90-1 BCA � 22,319);
   State Mechanical Corporation, VABCA No. 2797, 91-2 BCA �
   23,830 at 119,440 (citing, Zurfluh Enterprises, Inc., supra,
   85-1 BCA � 17,789).

   The Board's specific cost analyses regarding Jacket Nos.
   245-004 and 245-006 are set forth in Appendix I and Appendix
   II to this opinion, respectively.  Appendix III summarizes the
   Board's calculations relating to the appropriate Government
   credit and the refund due the Appellant.  In that regard, it
   is well-settled that a board of contract appeals has the
   authority to recalculate the amount of a deduction taken by
   the Government.  See, Mit-Con, Inc., ASBCA No. 43021, 92-1 BCA
   � 24,632; Arctic Corner, supra, 86-3 � 19,304; R & E
   Electronics, Inc., supra, 85-3 BCA � 18,316; Steve P. Rados,
   Inc., supra, 82-1 BCA � 15,624; Varo, Inc., supra, 72-2 BCA �
   9,717.  Essentially, the Board finds that: (1) the Government
   was only entitled to a total credit of $32,748.00 for both
   contracts; (2) the Respondent mistakenly included the
   Appellant's delay and downtime costs as part of its overall
   calculations instead of treating them separately; and (3) the
   Contractor is entitled to a refund of $72,830.00 as an
   equitable adjustment in this case.71    In the final analysis,
   the Board concludes that although the Respondent was entitled
   to some credit for the page deletions, it overestimated the
   impact of the deductive changes and took too much of a
   reduction in the price of both contracts.  R & E Electronics,
   Inc., supra, 85-3 BCA � 18,316; Zurfluh Enterprises, Inc.,
   supra, 85-1 BCA � 17,789; Celesco Industries, supra, 79-1 BCA
   � 13,604.
   Although this decision allows the Government less of a credit
   for the deleted work than it took, the Board believes that its
   cost analysis represents a fair and reasonable proximation of
   the Contractor's costs resulting from the Government page-
   reduction changes in both contracts.  Cf., E.W. Eldridge,
   Inc., supra, 90-3 BCA � 23,080; Arctic Corner, supra, 86-3 BCA
   � 19,304.  The Board has reached this conclusion for the
   following reasons:

   1.   The main purpose of an equitable adjustment is to keep a
   contractor whole when the Government modifies a contract by
   limiting the repricing of the agreement to the effect of the
   change alone.  See, J.F. Shea Company, Inc. v. United States,
   supra, 10 Cl.Ct. at 627; Dick & Kirkman, Inc., supra, 84-3 BCA
   � 17,662, at 88,082; Lawrence D. Krause, supra, 82-2 BCA �
   16,129, at 80,073.  Consequently, the Board believes,
   consistent with this underlying philosophy, that the equitable
   adjustment rules should be liberally construed and applied
   where possible.  E.W. Eldridge, Inc., supra, 90-3 BCA �
   23,080, at 115,901.

   2.   The Board's computations give full effect to the rule
   which requires that an equitable adjustment not alter a
   contractor's profit or loss position from what it was before
   the change occurred, see, J.F. Shea Company, Inc. v. United
   States, supra, 10 Cl.Ct. at 627; Pacific Architects &
   Engineers, Inc. v. United States, supra, 203 Ct.Cl. at 508,
   491 F.2d at 739; Nager Electric Company, Inc., supra, 194
   Ct.Cl. at 853, 442 F.2d at 946, and isolates impact costs to
   the changes alone.  See, Cibinic and Nash, p. 482.  On the
   other hand, the Board's decision also recognizes the
   ameliorating effect of Keco Industries, by excluding payment
   for the work performed in producing additional quantities of
   the tax booklets from the impact of the "loss bid" rule.  Keco
   Industries, Inc., supra, 72-2 BCA � 9,576, mot. for reconsid.
   denied, 72-2 BCA � 9,633.  Cf., CRF, A Joint Venture, supra,
   76-1 BCA � 11,857; Langoma Industries, Inc., supra, 57-2 BCA �
   1370.

   3.   The information contained in the Respondent's audit of
   the Contractor's records reasonably supports the Board's
   calculations of the amount approximating the impact of the
   change on the Appellant.  S.W. Electronics & Manufacturing
   Corporation v. United States, supra, 228 Ct.Cl. 333, 655 F.2d
   at 1078; E.W. Eldridge, Inc., supra, 90-3 BCA � 23,080;
   Schuster Engineering Inc., supra, 87-3 BCA � 20,105; Celesco
   Industries, supra, 79-1 BCA � 13,604.

   4.   The Board's approach harmonizes the conflicting positions
   advanced by the parties with respect to the appropriate cost
   accounting method to be applied in this case.  Cf., Condor
   Reliability Services, Inc., supra, 90-3 BCA � 23,254; E.W.
   Eldridge, Inc., supra, 90-3 BCA � 23,080; J.E.T.S.
   Incorporated, supra, 88-2 BCA � 20,540; Arctic Corner, supra,
   86-3 BCA � 19,304.

   5.   The Board's determination that the Appellant's claim for
   recovery of its increased costs resulting from the
   Government's failure to timely deliver the camera copy for
   Jacket No. 245-004, should be considered under the "Changes"
   clause, is fully consistent with the case law and GPO's own
   procurement and cost accounting regulations.  See, Paul
   Hardeman, Inc. v. United States, supra, 186 Ct.Cl. at 752, 406
   F.2d 1357; Power Equipment Corporation, supra, 1964 BCA �
   4,025,  See also, GPO Contract Terms, Contract Clauses, � 4(b)
   (Changes); GPO Contract Cost Principles, � 25(b)(2) (Idle
   facilities and idle capacity costs).
   Therefore, when the Board considers the quantum of relief
   issue in light of the evidence, cases, authorities, and
   applicable regulations, it will ALLOW the Appellant's claim to
   the fair and reasonable amount of $72,830.00.  The Contracting
   Officer's decision is MODIFIED, accordingly.

   ORDER

   From the foregoing analysis, the Board finds and concludes
   that: (a) the Appellant's claim is subject to the rule that an
   equitable adjustment may not properly be used to reduce or
   increase a contractor's profit or loss, or convert a loss to a
   profit or vice versa; (b) the Contractor's claim for delay and
   downtime costs is a proper matter for consideration under the
   "Changes" clause; (c) the "jury verdict" technique, rather
   than the "actual cost" method or "total cost" formula,
   furnishes the best approach for determining a fair and
   reasonable equitable adjustment in this case; and (d) under
   the "jury verdict" method, the Appellant is entitled to a
   total refund of $72,830 as a reasonable equitable adjustment.
   THEREFORE, the Board MODIFIES the Contracting Officer's
   decision and REMANDS the case with instructions that
   appropriate arrangements be made to pay the Contractor in
   accordance with this opinion.  RD Printing Associates, Inc.,
   supra, Sl. op. at 37; General Business Forms, Inc., supra, Sl.
   op. at 23.

It is so Ordered.

November 15, 1993            STUART M. FOSS
                           Administrative Judge

_______________

    1 The Contracting Officer's appeal file, assembled pursuant
    to Rule 4 of the Board's Rules of Practice and Procedure, was
    delivered to the Board on March 26, 1991.  GPO Instruction
    110.12, Subject: Board of Contract Appeals Rules of Practice
    and Procedure (GPO Instruction 110.12), dated September 17,
    1984 (Board Rules), Rule 4.  It will be referred to hereafter
    as R4 File, with an appropriate tab letter(s) also indicated.
    The R4 File consists of documents identified as Tabs A
    through YY.
    2 The Joint Stipulation was accepted by the Board on October
    10, 1991.  See, Banta Company, GPO BCA 03-91, Order Accepting
    Joint Stipulation of Undisputed Facts, dated October 10,
    1991.
    3 The Joint Stipulation erroneously shows the relevant dates
    as 1991 not 1989.  See also, Joint Stipulation �� 6 and 7,
    pp. 2-3.  This is an obvious typographical error which is
    corrected herein.
    4 Both contracts here contain the same "CHANGES IN QUANTITY"
    clause, which provides: "The Government may submit increases
    or decreases of up to 15% of the pamphlet and envelope
    quantities shown in Exhibit 1 until the date specified in the
    schedule.  These quantity adjustments may be made via
    successive updates of Exhibit 1 or by telephone.  Billing
    adjustments for scheduled quantity changes will be at the
    contractor's quoted 'ADDED RATE'.  (See Offers Section)  If
    no changes have been received by the scheduled date for final
    quantity adjustments, the bid quantities will stand as the
    contract quantity.  Any further adjustments, due to
    extenuating circumstances, will be negotiated with the
    contractor."  See, R4 File, Tab A, p. 3, and Tab G, p. 3.
    The Appellant contends that the GPO "Printing Specification
    Change Order" was not issued in accordance with this "CHANGES
    IN QUANTITY" clause.  Complaint of Banta Company (undated but
    received by the Board on April 29, 1991), � 6, pp. 2-3
    (hereinafter Complaint).  In any event, according to the
    Contractor, the clause only allows changes in the total
    number of booklets ordered, not in the number of page's per
    booklet.  Id.
    5  See, note 4 supra.  Complaint, � 7, pp. 3-4.
    6 On October 3, 1989, the Appellant wrote to the Contracting
    Officer concerning the additional costs resulting from the 8-
    page reduction in the tax booklet covered by Jacket No.
    245-004 (R4 File, Tab U).  A similar letter was sent to the
    Contracting Officer on October 5, 1989, with respect to the
    8-page reduction in the tax booklet covered by Jacket No.
    245-006 (R4 File, Tabs V).  Both letters are essentially the
    same, and told GPO that: (a) the page adjustment occurred
    when all of the paper stock had been ordered and a large
    number of booklets already manufactured; (b) the page count
    adjustment forced the Contractor to change production methods
    due to press delivery capabilities; and (c) approximately 50%
    of the paper stock already manufactured would not fit the new
    press and forms configuration (R4 File, Tabs U and V).  The
    Appellant's October 3, 1989, letter told the Respondent that
    the additional costs on Jacket No. 245-004 amounted to a
    total of $63,647.00, consisting of the following items: (a)
    slitting 382,000 pounds of stock into new (smaller) roll
    sizes-$26,358.00; (b) the value of the paper from slitting
    the stock into smaller rolls- $27,169.00; (c) round-trip
    freight charges from the Contractor's facility to the
    slitting subcontractor-$1,780.00; and (d) additional press
    crews needed to handle excessive roll changes due to use of
    smaller rolls-$8,340.00 (R4 File, Tab U).  As for Jacket No.
    245-006, the Appellant's October 5, 1989, letter said that
    additional costs incurred would amount to $18,366.00,
    consisting of: (a) 26,500 pounds of paper stock ordered but
    not usable because of the change in the number of
    pages-$6,857.00; and (b) 30 hours of lost press
    time-$11,509.00 (R4 File, Tab V).  By separate letters to the
    Contracting Officer on January 5, 1990, the Appellant made
    certain minor adjustments to its cost calculations on each of
    the disputed Jacket numbers (R4 File, Tabs Z and AA).  Thus,
    for Jacket No. 245-006, the Contractor figured its cost of
    unusable paper stock as $6,732.00, and its lost press time as
    34 hours (R4 File, Tab Z).  On Jacket No. 245-004, the
    Appellant told GPO that the cost of slitting was $21,422.00,
    that the charge for the paper tonnage lost in slitting was
    $27,114.00,and that round-trip freight charges were now
    $1,204.00; there was no change in its calculation of crew
    charges (R4 File, Tab AA).  By letter dated April 9, 1990,
    the Appellant adjusted its calculations on Jacket No.
    245-004; i.e., the cost of slitting was $21,943.00, the
    tonnage lost in the slitting process was $20,898.00, and the
    round-trip freight charges were $1,116.00 (R4 File, Tab CC).
    7 See, note 6 supra.
    8 On October 17, 1989, the Appellant wrote to the Contracting
    Officer concerning its additional costs resulting from the
    late arrival of the Government-furnished camera copy under
    Jacket No. 245-004, which caused the Contractor to experience
    ". . . excessive down time on our presses along with
    anticipated lost paper sales (R4 File, Tab W).  As indicated
    in the Appellant's letter, the camera copy was expected to
    arrive the morning of October 10, 1989, and the Contractor
    hoped to have it on one of its presses (Press No. 22) by noon
    that day, and on another (Press No. 6) early on October 12,
    1989.  However, the camera copy did not arrive until late on
    October 12, 1989.  Because of this, the Appellant claimed a
    combined loss for both presses of $51,281.00; i.e., a loss on
    Press No. 22 of $44,892.00 ($27,550.00 for 58 hours of
    downtime plus $17,342.00 in lost paper profit) and a loss on
    Press No. 6 of $6,389.00 ($3,893.00 for 11-1/2 hours of
    downtime plus $2,496.00 in lost paper profit, as corrected by
    the Appellant's letter of January 5, 1990) (R4 File, Tabs W
    and AA).
    9 Jacket No. 245-006 is incorrectly shown as Jacket No.
    245-046 in the Joint Stipulation.  This is an obvious
    typographical error which the Board corrects herein.
    10 The PPD review concerned the Appellant's revised press
    layouts in light of the changes to the contracts under both
    Jackets (R4 File, Tabs EE, FF and  HH).  The record shows
    that after reviewing the Contractor's adjustments, the PPD
    staff not only agreed that the Appellant's revised press
    layout plan was reasonable, but they could not suggest a
    better plan (R4 File, Tabs HH and KK).
    11 See, OIG Audit Report, Basis of Claim-Jacket Number
    245-004 and Basis of Claim-Jacket Number 245-006, p. 1.  As
    indicated in the OIG Audit Report, the premise behind the
    Appellant's claim under Jacket No. 245-004 was that the
    Government (a) made a constructive change to the contract
    when it reduced the number of pages in the tax booklet, and
    (b) caused a disruption to the Contractor's operations by
    providing camera copy late.  As for its Jacket No. 245-006
    claim, the Appellant's comparable premise was that the
    Government caused a change in the Contractor's production
    methods by reducing the number of pages in the tax booklet.
    12  As indicated in the Joint Stipulation, the OIG auditors
    called one of the costing accounting methods they employed
    the "specific cost" method.  See, OIG Audit Report, Results
    of Audit, p. 2.  In Government contract law parlance, the
    "specific cost" method is usually called the "actual" cost
    method.  See, John Cibinic, Jr. & Ralph C. Nash, Jr.,
    Administration of Government Contracts 2d ed., (The George
    Washington University, 1986), p. 508 (hereinafter Cibinic and
    Nash).  Accordingly, except for citations to the Joint
    Stipulation, the OIG Audit Report, or other references to the
    R4 File where the term "specific cost" is used, such as in
    briefs, the Board prefers, and will employ the common
    Government contract law name for this cost accounting
    technique-the "actual" cost method-in this opinion.
    13 See, OIG Audit Report, Results of Audit, � 1, p. 2.
    14 See, OIG Audit Report, Specific Cost Method, p. 2 and
    Appendix IV.
    15 See, OIG Audit Report, Results of Audit, � 2, p. 2.  The
    OIG auditors believed that the "total cost" method" was
    preferable for evaluating the Appellant's claims, since the
    Contractor changed planned production methods to accommodate
    the page reductions by the Government.  OIG Audit Report,
    Results of Audit, p. 2.  Furthermore, the "total cost" method
    restored the Appellant to the same financial position-i.e.,
    profit and loss position-that the Contractor planned to have
    before the changes and delays by the Respondent.  Id.  In
    that regard, the OIG auditors found that the Appellant had
    bid these jobs at a loss, that it did not intend to recover
    its estimated costs, and that it had sought these contracts
    to be competitive and to have work for its employees to
    "avoid potential layoff's [sic] during a somewhat slack
    period of [its] business cycle."  See, R4 File, Tabs LL and
    MM.  Also see, OIG Audit Report, Total Cost Method, p. 3.
    Moreover, the OIG auditors thought that the "total cost"
    method was more appropriate in this case ". . . because the
    net impact of the various changes made by the Government was
    to benefit the [C]ontractor by reducing the [C]ontractor's
    anticipated losses by $54,505.00 (from $154,598.00 to
    $100,093.00) on Jacket [No.] 245-004 and by $37,219.00 (from
    a $26,356.00 loss to a $10,863.00 profit) on Jacket [No.]
    245-006."  See, OIG Audit Report, Total Cost Method, p. 2.
    Thus, they concluded that ". . . when the Government reduced
    the work (i.e. page count) to be performed by the [C]
    ontractor, a smaller loss was realized on Jacket Number
    245-004, and a profit was realized on Jacket Number 245-006."
    See, OIG Audit Report, Total Cost Method, p. 3.
    16 The Contracting Officer based his decision on the
    Appellant's admission that it had bid both jobs at a loss.
    As explained in the "Final Decision Notice," the rationale
    for the decision was: "The basic theory to an equitable
    adjustment is to leave the parties in the same position
    costwise and profitwise as they were had there been no
    change.  The basic profit or loss position of the parties is
    a result of the original contract formation process and
    changes should not be allowed to alter that position."  See,
    R4 File, Tab UU, � 3.
    17 Actually, the OIG auditors recommended Government credits
    of $54,505.00 and $37,219.00 on Jacket Nos. 245-004 and
    245-006, respectively.  See, OIG Audit Report, Total Cost
    Method, p. 2.    Thus, there is a $5,000.00 difference
    between the actual credit taken by the Government and the
    credit recommended by the OIG auditors for Jacket No.
    245-006.  The record discloses that the $37,219.00 figure was
    adopted by the Contracting Officer in directing the
    preparation of a contract modification for Jacket No. 245-006
    (R4 File, Tabs PP and VV).  However, when the Respondent
    issued a contract modification for Jacket No. 245-006 only
    $32,219.00 was claimed as a credit (R4 File, Tab WW).
    Therefore, the total actual credit claimed by the Government
    and subtracted from another contract awarded to the Appellant
    was $86,724.00 (R4 File, Tab XX).
    18 Both parties submitted briefs setting forth their
    respective positions on the issues in this appeal.  The Brief
    of Appellant Banta Corporation was filed with the Board on
    November 7, 1991 (hereinafter App. Brf.).  The Respondent's
    Brief was also submitted to the Board on November 7, 1991
    (hereinafter Res. Brf.).  In addition, both parties submitted
    reply briefs on November 22, 1991 (hereinafter App. R. Brf.
    and Res. R. Brf., respectively).  The Board's understanding
    of the positions of the parties is based on the Appellant's
    Complaint, the Respondent's Answer, the formal briefs filed
    by the parties, and the discussions at the prehearing
    conference on July 23, 1991.
    19 In making this argument, the Appellant challenges the OIG
    auditors' reliance on the Contractor's own standard estimates
    for comparison purposes.  App. Brf., p. 6.  The Appellant
    argues that the use of such standard estimates is not favored
    by the courts or contract appeals boards and may not be used
    unless they are shown to be accurate.  App. Brf., pp. 5, 6
    (citing, S. N. Nielsen Company v. United States, 141 Ct.Cl.
    793 (1958); Air-A-Plane Corporation, ASBCA No. 3842, 60-1 BCA
    � 2,547 (1960) at p. 12,229; McBride, Government Contracts
    (Mathew Bender & Co. 1987), at 28-557 (McBride).  In that
    regard, the Appellant relies on its own auditing expert,
    Jerry L. Turner, to explain that the Contractor's actual
    total costs deviated substantially from standard estimates on
    all of its 1989 GPO contracts, including the two involved in
    this appeal.  App. Brf., p. 6 (citing, Affidavit of Jerry L.
    Turner, �� 21-22) (Turner Affidavit).  See also, Affidavit of
    Allan J. Williamson, �� 4-7 (Williamson Affidavit).
    Furthermore, the Appellant believes that notwithstanding any
    other shortcomings with the "total cost" approach, the
    Respondent's use of the standard estimates for the purposes
    of the audit had only "marginal relevance," particularly
    since the actual contract costs deviated substantially from
    those estimates.  App. R. Brf, p. 3.  Therefore, the
    Appellant also contends that as the Respondent failed to
    develop any reliable evidence of what the Contractor's actual
    costs on the two contracts would have been without the
    changes, the "total cost" method cannot be used in this case,
    ". . . even if it was appropriate to do so as a matter of
    contract law."  Id.
    20 The Appellant rejects the Respondent's argument that the
    page reductions in the two tax booklets also reduced the
    level of effort involved in the performance of the contracts.
    App. R. Brf., p. 1.  To the contrary, the Contractor contends
    that the undisputed evidence shows that the reduced page
    counts substantially increased the level of effort.  Id.
    (citing, Williamson Affidavit, � 9).  As for GPO's argument
    that it is entitled to a credit for the changes that reduced
    the contractor's cost of performance, the Appellant says that
    it gave the Government such a credit, but insists that it
    should be allowed to recover its increased costs to the
    extent that they exceed the costs avoided.  App. Brf., p. 3;
    App. R. Brf., p. 2.
    21 According to the Appellant, the "specific cost" method
    would result in an equitable adjustment which considered the
    reasonable cost of the extra labor and materials plus
    appropriate overhead markups, plus profit, based on the
    actual costs incurred by a contractor.  App. Brf., p. 2
    (citing, McBride, note 19 supra, at 28-555; Ocean Technology,
    ASBCA No. 21363, 78-1 BCA � 13,204).
    22 The Appellant notes that the Claims Court has stated that
    the "total cost" method is ". . . tolerated only when no
    other mode . . . [is] available. . .".  App. Brf., p. 4
    (citing, WRB Corp. v. United States, 183 Ct.Cl. 409 (1968)).
    The reason behind the hostility of the Court to the "total
    cost" approach is that it involves speculation, and hence is
    not as reliable as the "specific cost" method.  App. Brf. p.
    5.
    23 The Appellant contends that the purpose of an equitable
    adjustment is to compensate a contractor for the difference
    between the total cost of performing the work as bid and the
    total cost performing the work as required.  App. Brf., p. 5.
    (citing, Air-A-Plane Corporation, supra, 60-1 BCA � 2,547;
    McBride, note 19 supra, at 28-556-57).  Therefore, as the
    Appellant sees it, the failure of the OIG auditors to
    determine the Contractor's actual total cost of the contracts
    as bid, defeats the recognized purpose of an equitable
    pricing adjustment.  Id.
    24 The Respondent also notes that the concept of retaining a
    contractor's loss position is not unique to claims filed
    under the "Changes" clause.  Res. Brf., p. 7.  Thus, the
    Federal Acquisition Regulation (FAR) provisions governing
    termination for convenience of fixed-price contracts states
    that any settlement ". . . shall not allow a profit if it
    appears that the contractor would have incurred a loss had
    the entire contract been completed."  See, FAR � 49.203
    (Adjustment for loss).
    25 The Government-ordered changes to Jacket Nos. 245-004 and
    245-006 required the Appellant to print 37,608,000 fewer
    pages and 7,288,000 fewer pages, respectively.  According to
    the OIG audit, the page reduction on Jacket No. 245-004
    reduced the amount of the Appellant's loss from $154,589.00
    to $100,093.00.  As for Jacket No. 245-006, the Contractor's
    estimated loss of $26,356.00 was converted into a $10,863.00
    profit after the change.  Res. Brf., p. 5.  See, R4 File, Tab
    PP, p. 2.
    26 The Respondent points to the Appellant's billings to show
    that the Contractor accepted this concept.  Res. Brf., p. 5.,
    fn. 2 (citing, R4 File, Tab PP, pp. 12, 14).  Indeed, the
    Respondent believes that the reduction in the Appellant's
    potential losses under the contracts because of the changes
    was "dramatic".  Res. Brf., p. 5.  See, note 25 supra.
    27 The Respondent observes that the deletion of work or items
    under a firm fixed-price supply contract usually reduces the
    contractor's performance costs, gives it an advantage over
    other bidders who competed for the contract, and entitles the
    Government to a concomitant price reduction.  Res. Brf., p. 4
    (citing, Plaza Maya Limited Partnership, GSBCA No. 9086, 91-1
    BCA � 23,425; Goetz Demolition Company, ASBCA No. 39129, 90-3
    BCA � 23,241; Art Cap Company, Inc., ASBCA No. 3793, 58-1 BCA
    � 1,623).  When work is deleted, the general practice is for
    the Government to lower the contract price by the amount of
    costs saved by the contractor because of the changes.  Res.
    Brf., p. 5.  Also, under the standard Government "Changes"
    clause, the Government does not have to expressly reserve a
    right to take credit for contract changes.  Res. Brf., p. 4
    (citing, Madison Park Clothes, Inc., ASBCA Nos. 4155, 4166,
    4200, 61-1 BCA � 2,966).
    28 The Respondent dismisses the Appellant's claim that
    factors other than the Government-ordered changes were
    responsible for its improved financial performance, by
    arguing that the Contractor has failed to identify any such
    factors.  Res. R. Brf., p. 4.  Furthermore, the Respondent
    contends that the Appellant's reliance on Keco Industries for
    the proposition that Government changes can convert a loss
    contract into one for profit, is misplaced.  Keco Industries,
    Inc., supra, 72-2 BCA � 9,576.  Res. R. Brf., p. 5.  The
    Respondent believes that Keco Industries stands for nothing
    more than the principle that ". . . evidence developed during
    the bidding process is probative of the amount of recovery,
    if any, available following a Government change."  Id.
    29 Specifically, the Board is without jurisdiction to
    consider "pure" breach of contract claims-i.e., breach claims
    not redressable under a specific contract provision.  The
    Wessel Company, Inc., GPO BCA 8-90 (February 28, 1992), Sl.
    op. at 46 (hereinafter Wessel Company).  In that regard, it
    was understood by the parties in Wessel Company that the CDA
    did not apply GPO contracts.  See, The Wessel Company, Inc.,
    supra, Sl. op. at 17, fn. 18 (citing, Tatelbaum v. United
    States, 749 F.2d 729, 730 (Fed. Cir. 1984)).
    30 The Board was established by the Public Printer in 1984.
    GPO Instruction 110.10C, Subject: Establishment of the Board
    of Contract Appeals, dated September 17, 1984.  Prior to the
    Board's creation, appeals from decisions of GPO Contracting
    Officers were considered by ad hoc contract appeals boards.
    R.C. Swanson Printing and Typesetting Company, GPO BCA 15-90
    (March 6, 1992), Sl. op. at 28, fn. 30.  The opinions of
    these ad hoc boards are cited herein as "GPOCAB" in order to
    differentiate them from the decisions the Board.  It is the
    Board's policy to follow the decisions of the ad hoc boards
    where applicable and appropriate.  See, e.g., Chavis and
    Chavis Printing, GPO BCA 20-90 (February 6, 1991), Sl. op. at
    9, fn. 9; Stephenson, Inc., GPO BCA 02-88 (December 20,
    1991), Sl. op. at 18, fn. 20.
    31 According to the Respondent, under the "total cost"
    method, costs incurred following a change are measured by
    computing the total cost of performance of the entire job and
    subtracting the original estimate of the work in question
    made during the bidding process.  The difference between the
    total cost of the work and the bid estimate is the proper
    cost to be included in the equitable adjustment.  The
    Respondent contends that this computation method resolves all
    doubts about performance costs in favor of the Appellant by
    assuming that all such costs exceeding the original estimate
    resulted from the change.  Res. Brf., p. 6.  In that regard,
    the Respondent believes that the Appellant's reliance on
    Turnbull Inc. v. United States, supra, 389 F.2d 1007, and
    F.H. McGraw & Co. v. United States, supra, 130 F.Supp. 394,
    is misplaced.  The Respondent states that the reason the
    "total cost" method is not favored by the courts is that,
    under normal circumstances, it is seen as biased in favor of
    the equitable adjustment claimant.  Res. R. Brf., p. 1.  As
    indicated by the Claims Court in McGraw, the "total cost"
    method can be unsatisfactory because ". . . it assumes
    plaintiff's costs were reasonable and that plaintiff was not
    responsible for any increase in cost, and because it assumes
    that plaintiff's bid was accurately computed. . .".  Id.
    (citing, F.H. McGraw & Co. v. United States, supra, 130
    F.Supp. at 400).  The Respondent argues that such assumptions
    are not present in this case.  Id.
    32 The Respondent also believes that using the "specific
    cost" method would be wholly inappropriate in this case
    because it would allow a result which is contrary to well-
    established equitable adjustment principles, namely
    converting a firm fixed-price contract originally bid at a
    loss into a cost reimbursement contract.  Res. Brf., pp. 4,
    7.  See also, Res. R. Brf., p. 4.
    33 In the Respondent's view, when the impact of the changes
    is coupled with the Appellant's "sophisticated" cost
    estimating system, the conclusion is warranted that the
    "total cost" method is both reliable and appropriate in this
    case.  Res. R. Brf., p. 3.  Consequently, the Respondent also
    concludes that it was not error for the Contracting Officer
    to rely on the methodology used by the audit team, as shown
    in the OIG Audit Report, in reaching his final decision in
    this case.  Res. Brf., p. 8.  Although he awarded the
    Respondent a credit on both contracts, the pre-change loss
    position of the Appellant was maintained, and thus the result
    was consistent with Government contract law and regulations.
    Res. Brf., p. 9; Res. R. Brf., pp. 5-6.  Furthermore, the
    Respondent finds it "curious" that the Appellant is
    attempting to undermine its own bid estimates.  Res. R. Brf.,
    p. 2.  See, note 19 supra.  Regardless, the Respondent
    believes that the two bids prepared by the Appellant's
    Estimating Manager using the company's formal cost estimating
    system were an accurate representation of the historical
    costs for such work, as reflected in the Contractor's job
    cost system.  Id.  Since the OIG auditors also concluded that
    the Appellant's costs were, for the most part, reasonable,
    the Respondent argues that the Appellant's bid based on the
    company's standard estimates was an accurate one, and that
    the application of the "total cost" method in this case was
    appropriate.  Id.
    34 The record on which the Board's decision is based consists
    of: (1) the Pleadings (Appellant's Complaint; Respondent's
    Answer); (2) the R4 File (Tabs A-YY); (3) the Prehearing
    Conference Report; (4) the Stipulation of Undisputed Facts
    signed by both parties; and (5) the briefs submitted by the
    parties pursuant to the Board's Briefing Order (the
    Appellant's Brief, the Appellant's Reply Brief, the
    Respondent's Brief, and the Respondent's Reply Brief).
    35 In a typical equitable adjustment situation involving
    deleted work, it is generally the Government which seeks a
    decision on the basis of "actual cost," while the contractor
    usually advances the "total cost" method of calculation.
    See, e.g., McMillan Brothers Constructors, Inc., EBCA No.
    328-10-84, 91-1 BCA � 23,351; Akon, Inc., ENGBCA No. 5593,
    90-3 BCA � 23,250; Ordnance Materials, Inc., ASBCA No. 32371,
    88-3 BCA � 20,910.  See also, Cibinic and Nash, p. 483.  But
    see, E.W. Eldridge, Inc., ENGBCA No. 5269, 90-3 BCA � 23,080
    (the board used the highest "total cost" approach figure
    presented by the Government).
    36 The Board regrets that it has taken almost two years to
    issue a decision in this case.  However, apart from the
    complex nature of the appeal, an additional obstacle to a
    quick resolution was the state of this record.  On occasion,
    an appeal is filed which should not proceed without a formal
    hearing.  See, D.M. Summers, Inc., VACA No. 2750, 89-3 BCA �
    22,123, at 111,274.  In retrospect, this was such a case.
    The appeal record shows that the Appellant initially asked
    for a hearing in this matter.  See, Complaint, Fourth Claim
    for Relief, � a), p. 18.  Board Rules, Rule 8.  Yet, at the
    conclusion of the prehearing conference on July 23, 1991, the
    parties agreed with the Board that except for one telephone
    conversation, all other material facts were fairly well
    understood and no hearing was necessary.  See, Prehearing
    Conference Report, dated August 20, 1991, p. 7 (hereinafter
    PCR).  Consequently, a hearing in this appeal was waived.
    Id.  Instead, the matter was submitted to the Board for
    resolution on the record, as supplemented by the Joint
    Stipulation and the parties' briefs and reply briefs,
    including affidavits.  See, PCR, pp. 7-8.  Board Rules, Rule
    11.  After wrestling with this record for almost two years,
    the Board is now ready to admit that even though there is
    enough undisputed evidence to decide the issues, it may have
    been a mistake not to conduct a hearing in this matter.
    Among other things, the record contains certain evidentiary
    conflicts which perhaps could have been resolved by a
    hearing.  See, note 39 infra.  Furthermore, the Board is
    confronted with "dueling affidavits"; i.e., affidavits from
    the party opponents contradicting each other on essential
    points, which as the Armed Services Board of Contract Appeals
    (hereinafter ASBCA) noted is "not the stuff of which positive
    findings are made."  COPE, Inc. d/b/a L.D. Copenhagen
    Mechanical Contractor, ASBCA No. 30,418, 87-1 BCA � 19,420.
    Perhaps the problem is endemic to Rule 11 proceedings,
    because it is undeniable that "[a]ffidavits permit artfully
    drawn statements and convenient omissions which are not
    subject to the persistent and probing questions of an
    examiner . . .", D.M. Summers, Inc., supra, 89-3 BCA �
    22,123, at 111,274, and may "reflect a conscious attempt to
    achieve a specific result."  See, Shumate Constructors, Inc.,
    VABCA No. 2772, 90-3 BCA � 22,946, at 115,192.  See also,
    Schoenfeld Associates, VABCA Nos. 2104, 2510-2517, 87-2 BCA �
    19,648; ACS Construction Company, Inc., ASBCS Nos. 28193 and
    28666, 86-1 BCA � 18,627; Bruce-Anderson, Inc., ASBCA No.
    28099, 84-1 BCA � 17,177.  Nonetheless, it is well-settled
    that an appellant in a Rule 11 proceeding is responsible for
    providing adequate evidence to allow the board to make a
    finding in its favor.  Shumate Constructors, Inc., supra,
    90-3 BCA � 22,946, at 115,192 (citing, Jan-Beck Associates,
    VABCA Nos. 2107, et al., 87-2 BCA � 19,831; Schoenfeld
    Associates, supra, 87-2 BCA � 19,648).  See also, Dawson
    Construction Company, Inc., VABCA Nos. 2000, 2016, 86-3 BCA �
    19,322, at 97,723 ("[T]he 'essential burden of establishing
    the fundamental facts of liability, causation and resultant
    injury' remains with the Contractor.  [Citation omitted.]");
    J.C. Edwards Contracting and Engineering, Inc., VABCA Nos.
    1947, 1969, 85-2 BCA � 18,068, at 90,690 ("Where an appeal
    presents an affirmative claim by a contractor against the
    Government, the ultimate burden of proof or persuasion is
    upon the claimant and the final evidentiary question is
    whether the claim is supported by substantial evidence and
    proved by a preponderance of the evidence. [Citation
    omitted.]").  The Board cannot avoid its responsibility
    either, and we make our decision on the record as we find it.
    Shumate Constructors, Inc., supra, 90-3 BCA � 22,946, at
    115,192.
    37 The reason for this approach was stated in Bruce
    Construction Corporation: "Since the purpose underlying such
    adjustments is to safeguard the contractor against increased
    costs engendered by the modification, it appears patent that
    the measure of damages cannot be the value received by the
    Government, but must be more closely related to and
    contingent upon the altered position in which the contractor
    finds himself by reason of the modification."  Bruce
    Construction Corporation v. United States, supra, 163 Ct.Cl.
    at 100, 324 F.2d at 518.
    38 Although the Claims Court speaks of ". . . converting a
    loss to a profit or vice versa, for reasons unrelated to a
    change[.]", this is not to say that a loss can be transformed
    into a profit for reasons related to a change.  Instead, the
    cases tell us that the financial balance must be maintained,
    and indeed, the underscored language appears to be
    extraneous.  See, Aoki Corporation, ENGBCA No. PCC-62, 91-2
    BCA � 23,848, at 119,522 (quoting, Pacific Architects and
    Engineers, Inc. v. United States, supra, 203 Ct.Cl. 499, 491
    F.2d 734, without the underscored words).  Indeed, the ASBCA
    has held that it is improper for the Government to add profit
    to a deductive change because, on a losing contract, the
    price adjustment should not add to the loss the contractor
    would have experienced if there had been no change order.
    CRF, A Joint Venture, supra, 76-1 BCA � 11,857, at 56,804
    (citing, Keco Industries, Inc. v. United States, supra, 176
    Ct.Cl. 983, 364 F.2d 838).  The reason for this rule is that:
    ". . . elimination of a profit factor on deleted items [under
    a loss contract] is necessary in order to avoid [increasing
    the] loss to [the contractor] resulting from the deletion."
    Id., at 56,804-05.  Furthermore, the purpose of this
    equitable adjustment principle in loss situations is: ". . .
    to safeguard the contractor against increased costs
    engendered by the modification," thereby ". . . keeping the
    contractor whole."  Id., at 56,805.  See also, Langoma
    Industries, Inc., ASBCA No. 3890 et al., 57-2 BCA � 1370.
    39 In reaching this conclusion, the Board recognizes that
    there is a conflict in the record on this point, and that the
    Appellant is the source of the confusion.  Thus, the record
    shows that on June 11, 1990, the Appellant's Estimating
    Manager, James A. Liebhauser, wrote to the OIG's Supervisory
    Auditor, Edwin L. Hawse, supplying certain information
    related to the Contractor's equitable adjustment claims.
    Among other things in that letter, Liebhauser stated with
    respect to Jacket No. 245-004: "Please refer to the attached
    Estimate Workup Sheet (Exhibit A) showing our manufacturing
    cost workup with a (-171/2 percent GM) applied in order to
    match unrealistic bids in effect in 1989.  As stated by Mr.
    Williamson our intent in taking on GPO work in this time
    frame, at low margins, is to avoid potential layoff's [sic]
    during a somewhat slack period of our business cycle."  See,
    Letter from James A. Liebhauser to Mr. Edwin Hawse, dated
    June 11, 1990, � I. General (1), p. 1 (R4 File, Tab MM).
    [Emphasis added.]  Similarly, for Jacket No. 245-006,
    Liebhauser said: "Please refer to the attached Estimate
    Workup Sheet (Exhibit A) showing our manufacturing cost
    workup with a (-10.6 percent GM) applied.  Again the same
    background applies as on Jacket [Number] 245-004."  Id., � I.
    General (1), p. 3 (R4 File, Tab MM). [Emphasis added.]
    Indeed, at the prehearing conference on July 23, 1991,
    Counsel for the Appellant admitted that the Contractor had
    anticipated a loss when it bid on the contract.  PCR, p. 5.
    However, the record also shows that on November 12, 1990,
    after the Appellant had been informed of the results of the
    OIG's audit, Liebhauser wrote to the Contracting Officer and
    stated, in pertinent part: "Although 1989 was a very
    competitive bid year, the [Appellant] in no way planned on
    taking work with a 17-1/2 percent paper and manufacturing
    loss.  The numbers you refer to on our 'estimate' are just
    numbers used as a basis to determine on a year-in and year-
    out method where pricing levels are going. . . . I would
    wonder why any of your auditing staff would realistically
    assume that any bidder would sell paper, which is at least 50
    percent of the job cost, for less money than they are pay for
    the material."  See, Letter dated November 12, 1990 from
    James A. Liebhauser to Mr. Jack G. Marken, dated November 12,
    1990, � 4, p. 1 (R4 File, Tab SS).  [Emphasis added.]  In the
    Board's view, the Appellant's second letter is a self-serving
    an unpersuasive effort to explain away its low bid
    "estimates," which the Respondent had relied on in awarding
    the two contracts.  Cf., Singleton Contracting Corporation,
    GSBCA No. 8548, 90-2 BCA � 22,748.  Accordingly, when the
    second letter is also considered in light of the Contractor's
    subsequent prehearing conference admission, the Board has no
    trouble believing that the Appellant's earlier communication
    with GPO is factually closer to the truth.  See, e.g., Gulf
    Contracting, Inc., ASBCA Nos. 30195, 32839, 33867, 90-1 BCA �
    22,393; Metroplex Industrial Constructors, Inc., EBCA Nos.
    397-6-87, 402-12-87 through 404-12-87, 89-3 BCA � 22,174.
    40 As already mentioned, the Respondent also contends that
    the Appellant's demand for reimbursement is really a
    disguised breach of contract claim which cannot be considered
    under the "Changes" clause.  R. Brf., p. 7.  As a rule,
    breach of contract damages are not recoverable if the
    contract itself provides a remedy.  See, Triax-Pacific, A
    Joint Venture, ASBCA No. 36353, 91-2 BCA � 23,724.  However,
    even though the Board has no jurisdiction to hear breach of
    contract claims, see, note 29 supra, it has stated that
    breach of contract damages and contract provisions for
    extensions of time are not mutually exclusive; i.e., in the
    appropriate forum, the fact that the contract includes a
    provision for extension of time to perform does not exclude
    the possibility that recovery may also be had in the form of
    damages for breach of contract.  The Wessel Company, Inc.,
    supra, Sl. op. at 27, fn. 29 (citing, The Kehm Corporation v.
    United States, 93 F.Supp. 620, 624-25 (Ct.Cl. 1950)).  The
    simple holding of Wessel Company, another case involving the
    impact of Government delays, is that the Board is not an
    appropriate forum to resolve "pure" breach of contract
    claims.
    41 One exception to this rule are delays resulting from
    defective specifications.  See, J.W. Hurst & Son Awnings,
    Inc., ASBCA No. 4167, 59-1 BCA � 2,095.  See also, Donald R.
    Stewart and Associates, AGBCA Nos. 84-226-1, 84-227-1,
    84-228-1, 84-239-1, 84-240-1, 84-241-1, 85-168-1, 89-222-1.
    89-223-1, 89-224-1, 89-225-1, 92-1 BCA � 23,705 (Government
    delay in approving a seasonal shutdown request allowed the
    contractor to recoup idle equipment costs); Smith-Cothran,
    Inc., DOTBCA Nos. 1931, 2022, 89-1 BCA � 21,554 (contractor
    only entitled to compensable costs which would not otherwise
    have been incurred); E. Patti & Sons, Inc., PSBCA Nos. 1024,
    1100, 85-2 BCA � 18,144.
    42 Judge Davis joined in the court's opinion because he
    understood it to " . . . lay down and apply the same standard
    as has been used by the Boards of Contract Appeals in cases
    such as Ivey Bros. Construction Co., Inc., ENGBCA No. 1764
    (1960) (unreported decision); Gust K. Newberg Construction
    Co., ENGBCA No. 2754, 67-2 BCA� 6,490, at 30,116-18; I.K.
    Construction Co., ENGBCA No. 10987, 67-1 BCA � 6,271, at
    29,027; Eastridge Excavating Contractors, Inc., ENGBCA No.
    2683, 67-1 BCA � 6,379, at 29,534-35; A.L. Harding, Inc.,
    DCAB No. PR-44, 65-2 BCA � 5,261, at 24,777, aff'd on
    reconsid., 66-1 BCA � 5,463, at 25,590-91, and Power City
    Construction & Equipment, Inc., IBCA No. 490-4-65, 68-1 BCA �
    7,126, at 33,024-26.  That rule permits an equitable
    adjustment to cover increased costs which were the direct and
    necessary result of the change or changed conditions, where
    the condition or the change directly leads to disruption,
    extra work, or new procedures.  [Emphasis added.]" Paul
    Hardeman, Inc. v. United States, 186 Ct.Cl. at 752, 406 F.2d
    1357.
    43 This accounting principle basically adopts the "standby
    ownership expense" rule which allows reimbursement for idle
    equipment which was reasonably and necessarily set aside and
    awaiting use in performing the contract.  Cf., J.D. Shotwell
    Company, ASBCA No. 8961, 65-2 BCA � 5,243 (If the board
    concludes that a contractor would prudently have held the
    idle equipment in readiness to perform the Government
    contract rather than making some other disposition of it, the
    Government will be charged for that equipment).  See also,
    Wardroup & Associates, ASBCA No. 23433, 79-1 BCA � 13,693.
    It should be noted, however, that profit is not included in
    any adjustment made for increases in cost of performance
    caused by the delay or interruption of contract work.  See,
    Cibinic and Nash, p. 481 (citing, FAR � 52.212-15).
    44 The contractor, of course, has the burden of proving a
    causal connection between the delay and its costs.  Cooper
    Mechanical Contractors and Continental Engineering, IBCA Nos.
    2744-2749, 2692, 2706-2713, 2714, 92-2 BCA � 24,821; Gerald
    Miller Construction Company, IBCA No. 2292, 91-2 BCA �
    23,829.
    45 The Appellant's claim for delay costs for Jacket No.
    245-004 is detailed in note 8 supra.  Briefly, the Contractor
    believes that the Government owes it a total of $51,281.00
    for downtime and ancillary lost paper profits for two presses
    (R4 File, Tabs W and AA).
    46 The Appellant also claims that equipment downtime costs
    resulted from the changes on Jacket No. 245-006.  As
    explained in the OIG Audit Report, these downtime costs were
    incurred because the press originally scheduled for Jacket
    No. 245-006 could not be used for other printing work (R4
    File, Tab PP, p. 4).  In that regard, the record shows that
    the changes left the Contractor with insufficient time to
    find other work for the press, because jobs are usually
    scheduled 3-4 months in advance (R4 File, Tab Z, p. 1).
    Since the Board agrees that the changes were directly
    responsible for the equipment downtime experienced by the
    Appellant, it sustains the claim to the extent recommended by
    the OIG auditors, which it finds reasonable.  Accordingly,
    the downtime claim for Jacket No. 245-006 is allowed in the
    amount indicated in Appendix II of this decision.
    47 As previously indicated, the "specific cost" method
    referred to in the Joint Stipulation, the OIG Audit Report,
    and in the parties' posthearing briefs, is usually called the
    "actual" cost method.  See, note 12 supra.  Accordingly, the
    Board will hereinafter use the term "actual cost" method when
    referring to this cost accounting technique in this opinion.
    48 The reason for this bias was clearly stated by the Federal
    Circuit in Dawco Construction, Inc. v. United States, when it
    said: ". . . the 'actual cost method' is preferred because it
    provides the court, or contracting officer, with documented
    underlying expenses, ensuring that the final amount of the
    equitable adjustment will be just that-equitable-and not a
    windfall for either the [G]overnment or the contractor."
    Dawco Construction, Inc. v. United States, 930 F.2d 872, 882
    (Fed.Cir. 1991), rev'g, 18 Cl.Ct. 682 (1990).
    49 While the contractor's original or bid estimate can be
    used to determine the cost of the work, later evidence, such
    as purchase order prices or vendor quotations, are normally
    better evidence of the costs that the contractor would have
    incurred.  See, e.g., Atlantic Electric Company, GSBCA No.
    6016, 83-1 BCA � 16,484.  If there is no such evidence,
    however, the bid estimate may be considered the best
    available proof of this amount.  Select Contractors, Inc.,
    ENGBCA No. 3919, 82-2 BCA � 15,869; Dawson Construction
    Company, Inc., GSBCA No. 5672(5308)-Rein, 81-2 BCA � 15,387,
    aff'd on reconsid., 82-2 BCA � 15,914; Onetta Boat Works,
    Inc., ENGBCA No. 3733, 81-2 BCA � 15,279; Pruitt, Inc., ASBCA
    No. 18344, 73-2 BCA � 10,213.  But see, Ordnance Materials,
    Inc., supra, 88-3 BCA � 29,910.
    50 Even if estimates are used, the contractor still has the
    burden of proof.  Cf., Lagarelli Brothers Construction
    Company, Inc., ASBCA No. 34793, 88-1 BCA � 20,363; Clary
    Corporation, ASBCA No. 19,274, 74-2 BCA � 10,947.  In that
    regard, expert testimony is often helpful in the presentation
    of estimates, see, e.g., Turnbull, Inc. v. United States,
    supra, 389 F.2d 1007 (1967); Sovereign Construction Company,
    ASBCA No. 17792, 75-1 BCA � 11,251, and in verifying the
    validity of the statistical methods and estimating techniques
    used as well as demonstrating that they are properly applied.
    See, e.g., Rohr Industries, Inc., ENGBCA No. 4094, 82-2 BCA �
    15,867.  See generally, Cibinic and Nash, pp. 485-86, 508-13.
    Perhaps the best use of expert testimony is to show the
    relationship of actual and estimated cost data to the
    circumstances giving rise to the adjustment.  See, e.g.,
    Coastal Drydock and Repair Corporation, supra, 91-1 BCA �
    23,324, at 117,002 (citing, Luria Brothers & Co. v. United
    States, supra, 369 F.2d 701; Paccon, Inc., ASBCA No. 7890,
    65-2 BCA � 4,996, mot. for reconsid. denied, 65-2 BCA �
    5227).
    51 As the Federal Circuit indicated in Servidone Construction
    Corporation v. United States, "[a] trial court must use the
    total cost method with caution and as a last resort."
    Servidone Construction Corporation v. United States, 931 F.2d
    860, 861 (Fed. Cir. 1991), aff'g, 19 Cl.Ct. 346 (1990).
    Similarly, the ASBCA has stated that: "[The] total cost
    [method] . . .  has only been tolerated when no other mode of
    proof was available and when the reliability of the
    supporting evidence was fully substantiated."  Santa Fe
    Engineers, Inc., supra, 90-3 BCA � 23,020, at 115,556.  The
    reason for this mistrust of the "total cost" method is found
    in the potential for bidding inaccuracies to unjustifiably
    reduce the contractor's estimated costs, and for performance
    inefficiencies to inflate a contractor's costs, thus skewing
    an accurate computation of damages.  Servidone Construction
    Corporation v. United States, supra, 931 F.2d at 861-62.
    Consequently, before a board or a court will approve the
    "total cost" method, it must be satisfied that: (1) the
    Government is not charged with the difference between actual
    cost incurred and the bid merely because the difference
    exists; (2) proper safeguards exist; (3) there is no better
    method of proving costs; and (4) there is some basis of
    reaching a determination of a reasonable amount related to
    the entitlement found.  WRB Corporation v. United States,
    supra, 183 Ct.Cl. 409; Ingalls Shipbuilding Division, Litton
    Systems, Inc., ASBCA No. 17579, 78-1 BCA � 13,038; Fermont
    Division, Dynamics Corporation of American, ASBCA No. 15806,
    75-1 BCA � 11,139.
    52 It also seems to the Board that the nature of the evidence
    in this case clearly refutes the first safeguard as well;
    i.e., that it is impossible or highly impracticable to
    determine the Contractor's losses with any reasonable degree
    of accuracy.  However, since the failure to prove even one
    criterion defeats the WRB Corporation test, it is unnecessary
    for the Board to explain the reasons for its belief.
    53 In addition, a contractor must also show the total amount
    of money to which it is entitled, Lawrence D. Krause, supra,
    82-2 BCA � 16,129, at 80,073; Onetta Boat Works, Inc., supra,
    81-2 BCA � 15,279; Click Company, Inc., GSBCA No. 3007, 70-1
    BCA � 8335; Campbell Company, General Contractor, Inc., IBCA
    No. 722, 69-1 BCA � 7574, and the causal connection between
    its increased costs and the changes ordered by the
    Government, S.W. Electronics & Manufacturing Corporation,
    supra, 77-2 BCA � 12,631, aff'd, 228 Ct.Cl. 333, 655 F.2d
    1078.  See generally, Cibinic and Nash, pp. 504-05.
    54 As explained by the Claims Court: "The search for
    'reasonability,'. . ., is not limited to inquiry of such
    factors as 'fair market value' or 'historical cost.' . . .
    The reasonable cost concept includes both 'objective' and
    'subjective' elements . . . The objective focus is on the
    costs that would have been incurred by a prudent businessman
    placed in a similar overall competitive situation . . .
    However, unless it also takes into account the subjective
    situation of the contractor, a test of 'reasonable cost' is
    incomplete. . . ."  Nager Electric Company, Inc., supra, 194
    Ct.Cl. at 851-53, 442 F.2d at 945-46.
    55 Indeed, the record shows that the Appellant's bid on
    Jacket No. 245-004 deviated enough from the range of the
    other 10 responsive bids that GPO asked the Contractor
    confirm it before awarding the contract (R4 File, Tab C).
    56 As mentioned previously, the Claims Court's guidelines for
    resolving equitable adjustment disputes instruct us to look
    at a contractor's subjective situation in our "reasonable
    cost" analysis.  See, note 54 supra.    Nager Electric
    Company, Inc., supra, 194 Ct.Cl. at 851-53, 442 F.2d at
    945-46.  In that regard, the Board recognizes that the
    Appellant may have felt that it had sound business reasons
    for bidding both contracts at a loss here; e.g., remaining
    competitive and having work for its employees during a slack
    period.  Nonetheless, the Board believes that those
    subjective reasons, no matter how valid, do not overcome the
    results of our objective examination of the Appellant's costs
    under the "prudent businessman" test.
    57 See, note 54 supra.
    58 The reason the "jury verdict" technique is usually viewed
    as an evidentiary tool, rather than as a method of proof of
    the amount itself, is simple enough.  As explained by the
    ASBCA: "There is neither a single nor a precise method of
    arriving at the dollar amount of an equitable adjustment.  In
    general we seek to reach a figure as an equitable adjustment
    which represents the cost to a reasonably efficient
    contract[or] of performing the changed work under his
    contract.  Evidence of this amount may be found in the actual
    costs of the particular contract, to the extent that those
    costs are not shown to be other than reasonable, and in
    engineering estimates of reasonable cost made by experts who
    bring into play their experience and knowledge to attempt to
    visualize the price at which that reasonably efficient
    contractor could perform.  Neither estimating nor accounting
    are such exact arts that either can produce figures which
    will be agreed to by all parties without legitimate argument.
    We recognize that often, despite protestations to the
    contrary, extreme positions on monetary entitlement are taken
    during litigation. . . . [We must determine] . . . a figure
    as the amount of an equitable adjustment . . . [which] . . .
    ordinarily is . . . some place between the amount contended
    for by each party to the litigation. . . .  This is a figure
    which in the view of the trier of the facts is fair in light
    of all the facts of the case, or, put another way, is
    supported by consideration of the entire record."  See,
    Johnson, Drake & Piper, Inc., supra, 65-2 BCA � 4868, at
    23,073.  Similarly, the Agriculture Board of Contract Appeals
    has observed that: "It is not essential that the amount be
    ascertainable with absolute exactness or mathematical
    precision.  [Citations omitted.]  It is enough if the
    testimony and evidence adduced is sufficient to enable the
    court or board (acting as the jury) to make a fair and
    reasonable approximation of the amount recoverable.
    [Citations omitted.]"  See, Lawrence D. Krause, supra, 82-2
    BCA � 16,129, at 80,073.  See also, Greenwood Construction
    Corporation, Inc., AGBCA No. 75-127, 78-1 BCA � 12,893.
    59 In essence, notwithstanding the requirement for proof of
    costs, the cases disclose a hesitancy to completely deny
    recovery in cases where it is reasonably certain that an
    injury did, in fact, occur.  See, e.g., Meva Corp. v. United
    States, 206 Ct.Cl. 203, 220-21, 511 F.2d 548 (1975) (where
    the court allowed a "jury verdict" recovery because it was
    "equally clear" that the contractor suffered substantial
    monetary damage in direct consequence of the Government's
    breach of contract).  See also, e.g., Harold Benson, AGBCA
    No. 384, 77-1 BCA � 12,490 (where the evidence did not
    support the amount claimed by the contractor but did indicate
    that the amount allowed by the contracting officer was too
    low); Custom Roofing Company, ASBCA No. 19164, 74-2 BCA �
    10,925 (where the board granted a "jury verdict" recovery
    based on "rough estimates"); and Rocky Mountain Construction
    Company, IBCA No. 1091-12-75, 77-2 BCA � 12,692 (where the
    board applied the "jury verdict" to an item whose cost was
    "totally unclear").  Indeed, under the "jury verdict"
    technique, a board may even go so far as to make its own
    calculations of an equitable adjustment if it is not
    satisfied with the computations of either the contractor or
    the Government.  See, e.g., Steve P. Rados, Inc., AGBCA No.
    77-130-4, 82-1 BCA � 15,624; Varo, Inc., ASBCA No. 15000,
    72-2 BCA � 9,717.  In short, the teaching of the cases is
    that it is error for a trier of fact to totally deny a
    contractor's claim when entitlement is clear and there is
    some evidence upon which to base a "jury verdict" recovery.
    See, e.g., Assurance Company v. United States, supra, 813
    F.2d at 1205; S.W. Electronics & Manufacturing Corporation v.
    United States, supra, 228 Ct.Cl. 333, 655 F.2d at 1088;
    Electronic & Missile Facilities, Inc. v. United States,
    supra, 189 Ct.Cl. 237, 416 F.2d at 1358; Eagle Paving, AGBCA
    No. 75-156, 78-1 BCA � 13,107.  Thus, the "jury verdict"
    method works in harmony with two purposes of the equitable
    adjustment procedure in general, namely to recognize and give
    appropriate consideration to the special circumstances of
    each case, and to avoid blind computations of additional
    costs or cost savings.  G.M. Company Manufacturing Inc.,
    ASBCA No. 2883, 57-2 BCA � 1505, at 5,234.
    60 The reason that the courts and boards distrust the "jury
    verdict" method is because of its primary danger, namely: " .
    . . the risk that unrealistic assumptions will be adopted and
    extrapolated, greatly multiplying an award beyond reason, and
    rewarding preparers of imprecise claims based on undocumented
    costs with unjustified windfalls."  Dawco Construction, Inc.
    v. United States, supra, 930 F.2d at 882.
    61 Even when proof of causation is not fully demonstrated, a
    board may use the "jury verdict" approach to reduce the
    amount claimed.  See, e.g., Steve P. Rados, Inc., supra, 82-1
    BCA � 15,624, where the contractor had provided detailed
    evidence of the events that had occurred and of the costs
    which had been incurred, the board made its own computations
    of the amount of claimed costs that were attributable to
    Government action.  Compare, Joseph Pickard's Sons Company v.
    United States, 209 Ct.Cl. 643, 532 F.2d 739, 742 (1976)
    (where the Claims Court refused to use the "jury verdict"
    method to prove causation).
    62 As a rule, the burden of proof in establishing the total
    amount of an equitable adjustment falls on the party who is
    claiming the benefit of the adjustment.  See, Cibinic and
    Nash, p. 504.  Thus, a  contractor has the affirmative burden
    of proving the amount of money to which it is entitled.
    Lawrence D. Krause, supra, 82-2 BCA � 16,129; Onetta Boat
    Works, Inc., supra, 81-2 BCA � 15,279; Globe Construction
    Co., supra, 78-2 BCA � 13,337.  Meanwhile, the Government
    must establish the amount of the credit it took.  Zurfluh
    Enterprises, Inc., supra, 85-1 BCA � 17,789; CRF, A Joint
    Venture, supra, 76-1 BCA � 11,857; Hudson Garment Company,
    Inc., ASBCA No. 4645, 60-1 BCA � 2628.  Whether that burden
    has been met is determined by the "preponderance of the
    evidence" test. Teledyne McCormick-Selph v. United States,
    214 Ct.Cl. 672, 558 F.2d 1000 (1977); Wilbur Smith &
    Associates, Inc., ASBCA No. 35301, 89-3 BCA � 22,025.  See,
    Cibinic and Nash, p. 504.
    63 As explained by the ASBCA: " When a change deletes work,
    the Government is entitled to an amount equal to what it
    would have reasonably cost the contractor to have performed
    the work.  In other words, the price reduction for the
    deletion should leave the contractor in the same financial
    condition as it would have been the change order had not been
    issued.  [Citation omitted.]  While the proper measure of the
    price reduction is what it would have cost [the contractor]
    to perform the deleted work, the ascertainment of this figure
    is not always easy since by definition the 'actual costs' of
    deleted work are not available."  ACS Construction Company,
    Inc. of Mississippi, ASBCA No. 33550, 87-1 BCA � 19,660, at
    99,550.  Also see, Condor Reliability Services, Inc., ASBCA
    No. 40538, 90-3 BCA � 23,254, at 116,675-76.  Obviously, if
    the contractor realized no savings from a change, the
    Government will not be awarded a price reduction.  See, e.g.,
    L.G. Lefler, Inc. v. United States, 6 Cl.Ct. 514 (1984).
    64 As indicated in note 63 supra, sustaining this evidentiary
    burden may not be an easy task for the Government because
    deleted work is not actually performed.  ACS Construction
    Company, Inc. of Mississippi, supra, 87-1 BCA � 19,660, at
    99,550.  Consequently, a board may have to find the requisite
    proof in the "comparative reasonableness" of the estimates
    presented by the respective parties.  Jackson Engineering
    Company, Inc., supra, 85-3 BCA � 18,418, at 92,492.  Indeed,
    it has been noted that estimates are used almost exclusively
    to establish the cost of deleted work.  Cibinic and Nash, p.
    510.  See, Arctic Corner, ASBCA No. 29545, 86-3 � 19,304.

    65 The Respondent also stipulated that the Government-ordered
    changes resulted in additional expenses and increased
    manufacturing costs for the Appellant, and that the
    Contractor incurred increased costs because of the Government
    delay in furnishing the camera copy under Jacket No. 245-004.
    Joint Stipulation, �� 12, 13, p. 4.  These stipulations
    represent conclusions of law which are not binding on the
    boards or courts.  See, Bromley Contracting Company, Inc. v.
    United States, 14 Cl.Ct. 69, 74 (1987), aff'd, 861 F.2d 729
    (Fed. Cir. 1988) (citing, Swift & Company v. Hocking Valley
    Railroad, 243 U.S. 281, 289, 37 S.Ct, 287, 289-90, 61 L.Ed.
    722 (1917); Hegeman-Harris & Company v. United States, 194
    Ct.Cl. 574, 581, 440 F.2d 1009, 1012 (1971); Sac and Fox
    Tribe of Indians v. United States, 161 Ct.Cl. 189, 198, 315
    F.2d 896, 901, cert. denied, 375 U.S. 921, 84 S.Ct. 266, 11
    L.Ed.2d 165 (1963)); Reynolds Construction, Inc., ASBCA No.
    32047, 89-3 BCA � 22,126.  Also cf., Sinicropi v. Milone, 915
    F.2d 66 (2nd Cir. 1990); National Labor Relations Board
    Union, Local 6 v. Federal Labor Relations Authority, 842 F.2d
    483 (D.C. Cir. 1988).
    66 To hold that the Respondent has failed to show a reduction
    in the Appellant's contractual effort because of the
    Government-ordered changes is not the same as saying that
    there was no lessening of the requirements on the Contractor
    whatsoever.  That there was some reduction in the contract
    here is beyond cavil.  However, what the record demonstrates
    is a reduction in the number of pages per copy, not the
    number of copies which had to be produced under each
    contract.  See, note 25 supra.  Thus, while the page
    reduction for Jacket No. 245-004 required 37,608,000 fewer
    total pages, the Appellant nonetheless still had to produce
    4,701,000 copies of the tax booklet.  Similarly, the
    Government change to Jacket No. 245-006 subtracted 7,288,000
    total pages, but the Contractor was still responsible for
    producing 911,000 copies of the tax pamphlet.  Furthermore,
    the record shows that GPO solicited bids for these contracts
    on the basis of the complete job-i.e., the total number of
    tax booklets to be produced plus ancillary work-not "per
    page"; indeed, even quotes for additional quantities were to
    be submitted "per 1,000" copies of the pamphlet.  R4 File,
    Tab A, pp. 22-23, and Tab G, pp. 20-21.  The Respondent
    assumes that because the Government required less pages,
    ergo, less effort was required by the Contractor.  To the
    contrary, in the Board's view, the reduction in the amount of
    paper required to perform the contract is offset by the
    increased activity on the part of the Contractor which was
    necessary to conform existing paper stocks to the contract
    changes, and which the Respondent itself found reasonable and
    necessary.  Cf., Celesco Industries, supra, 79-1 BCA �
    13,604.
    67 It should be noted that notwithstanding its holding in
    Keco Industries, the ASBCA expressly found that contractor,
    in fact, bid the work expecting a profit, not a loss.  See,
    Keco Industries, Inc., supra, 72-2 BCA � 9,576, at 44,733
    ("Even if appellant based its bid on the original contract on
    performance without a profit (and the Board finds appellant
    did not) it would not follow that work required by changes
    that increased appellant's costs should therefore be
    performed without a profit." [Emphasis added.]).  Hence, no
    matter how sound the rule is in other circumstances, in the
    actual context of Keco Industries itself, the principle is
    mere dicta.  Furthermore, it should also be observed that the
    changes in Keco Industries, were not deductive, as here, but
    rather the extra work and costs were caused by the fact that
    the Government's original drawings specifications were
    defective.

    68 In Condor Reliability Services, Inc., the ASBCA stated:
    "The rule applicable to the price is . . . 'the difference
    between the reasonable cost of performing without the change
    or deletion and the reasonable cost of performing with the
    change or deletion.'  [Citation omitted.]  The result should
    not change the contractor's loss or profit position before
    the change occurred.  In other words, there should be no
    repricing of the contract as a whole.  [Emphasis added.]"
    Condor Reliability Services, Inc., supra, 90-3 BCA � 23,254,
    at 116,675-76.
    69 The contractor has the burden of proof of establishing
    that it performed additional work beyond its initial contract
    obligation for which it is entitled to extra compensation.
    Jan-Beck Associates, supra, 87-2 BCA � 19,831, at 100,322
    (citing, Schoenfeld Associates, supra, 87-2 BCA � 19,648).
    Such proof is clear from the record in this case.
    70 The Appellant initially quoted a printing and binding
    "Added Rate" for Jacket No. 245-004 of $128.20 per 1,000
    copies (R4 File, Tab E), which was subsequently changed to
    $129.20 per 1,000 (R4 File, Tab U).  For Jacket No. 245-006,
    at bid the "Added Rate" for printing and binding was $213.95
    per 1,000 copies (R4 File, Tab J).  When the Government
    ordered page reductions to each tax booklet, the Appellant
    lowered its "Added Rate" to $126.86 per 1,000 copies, and
    $209.34 per 1,000 copies, respectively (R4 File, Tabs U and
    V).
    71 The Appellant's refund includes a return of the credits
    which it had already given the Respondent for the paper
    savings achieved when the Government reduced the number of
    pages in the tax booklets.  See, OIG Audit Report, pp. 12
    (Appendix V, fn. 3), 14 (Appendix VI, fn. 2) (R4 File, Tab
    PP).