Photo: Dorothy Handelman
We offer paid positions and internships that provide strong experience in policy, litigation, development, and communications.
Riverkeeper is an equal opportunity employer. We encourage women and people of color to apply and provide equal employment opportunities to all employees and applicants, regardless of race, color, religion, gender, sexual orientation, national origin, age, disability, military status, or status as a Vietnam-era or special disabled veteran.
Read Oxford’s health plan transparency disclosure >
Background
Established in 1966, Riverkeeper protects and restores the Hudson River from source to sea and safeguards drinking water supplies, through advocacy rooted in community partnerships, science and law. More about us >
Position Overview
We are seeking a Director of Communications and Marketing who has extensive experience in environmental campaigns, preferably in the water protection space. The Director must be innovative, creative, and collaborative. This is a hands-on position where the Director will be responsible for strategic advances as well as substantial contributions to written materials, social media postings and keeping website content up to date. The successful applicant will be a dynamic leader who will create and implement a vision for Communications and Marketing that will elevate Riverkeeper’s voice, brand, and platform in order to engage key stakeholders and reach new audiences. We are looking for someone who can help us drive digital marketing and help strengthen our online and social media communications while managing a fast-paced daily flow of communications outputs. This role will also have oversight of Riverkeeper’s website redesign, which will include a data-driven water quality mapping portal as a part of the envisioned strategy.
This position reports directly to Riverkeeper’s President and works closely with other senior leaders in the development of public engagement strategies. They will oversee two full time staff members as well as outside designers, seasonal volunteers and interns.
Duties & Responsibilities
Specific duties and responsibilities include:
Organizational Leadership
Team Management
The listed responsibilities are intended to describe the essential functions of the position. They are not an exhaustive list of all job duties, responsibilities, and requirements.
Qualifications
Did you know that research shows that women and people from underrepresented groups often apply to jobs only if they meet 100% of the qualifications? Please know that no one ever meets 100% of the qualifications. If much of this describes you, we encourage you to apply.
This might be the right next role for you if you have at least 10 years of relevant experience, and would likely be described as:
Location
Riverkeeper is based in Ossining, New York, with an additional office in Kingston, NY. This position will be located in the Ossining office, but will have flexibility to have a hybrid (in-office and work from home) schedule. All in office staff follow Covid safety protocols as/when needed.
Compensation and Benefits
This is a band 3 position. Compensation is commensurate with experience ranging from $100-130K. This position is full time (37.5 hours/week) and must be flexible to work some nights and occasional weekends. Riverkeeper offers health, dental, vision, life and disability coverage, retirement match, vacation, sick, personal days, as well as parental leave and other benefits.
To Apply
Please submit a resume, cover letter, and four work samples that include two writing samples (e.g. press release, blog, article), one digital media campaign (e.g. social media campaign, website, action alert, fundraising campaign), and one example of a designed or art directed product (e.g. print piece, web design, poster design). Send materials via email to [email protected]. Please write ‘Communications and Marketing Director’ in the subject line. The position will be open until filled.
Riverkeeper is an AA/EEO employer. Riverkeeper is committed to attracting, developing, and retaining exceptional people, and to creating a work environment that is dynamic, rewarding, and enables each of us to realize our potential. Our work environment is safe and open to all employees and partners, respecting the full spectrum of race, color, religious creed, sex, gender identity, sexual orientation, national origin, political affiliation, ancestry, age, disability, genetic information, veteran status, and all other classifications protected by law.
People from diverse backgrounds are encouraged to apply.
Request for Proposals (RFP):
Riverkeeper is requesting proposals for qualified engineering firms to develop design plans to remove the Kenwood Mill Dam.
Project Overview:
The Kenwood Mill Dam (NYS ID: 226-1334, Federal ID: NY13732) located at 52 Washington St. in the City of Rensselaer is a 50-feet long and 6-foot high concrete, gravity dam built on Mill Creek. Mill Creek is a perennial tributary to the Hudson River and the Kenwood Mill Dam represents the first upstream barrier for diadromous species seeking upstream passage. The Kenwood Dam was built in 1917 to power machinery for Hyuck Felt Company. The felt company is no longer active and the mill has been converted into office space. Mill Creek now flows under the Capital View Office Park, which houses the NYS Children and Family Services.
Riverkeeper has obtained a binding agreement with the property owners to remove the Kenwood Mill Dam. In partial fulfillment of this objective, Riverkeeper has been awarded a NYSDEC Tributary Connectivity grant to develop plans to remove all the structural components of the dam. Riverkeeper has secured up to $117,000 to hire a qualified engineering firm with the technical expertise to design the plan (or phased plan) to remove the Kenwood Mill Dam and facilitate fish passage in the dam’s absence.
The full set of engineering plans should include the following elements: site assessment, investigation of the dam, local infrastructure assessment, structural analysis, hydrologic and hydraulic model (H&H), site survey, sediment analysis, historical analysis, construction costs, permitting costs, stability of revetments, restoration of disturbed areas, engineering schematics, and any other engineering design requirements needed to remove the Kenwood Dam, while ensuring the integrity of surrounding structures and infrastructure as well as the bidirectional passage of fish species. It is conceivable the available grant funding will not fully cover the costs for the entirety of the engineering plans. Prospective engineering firms should be prepared to propose how many of the required engineering plan elements they can produce with the available funding. The engineering firm chosen to produce the first phase of engineering plans may also be retained to produce the remaining engineering plan elements and carry out shovel-ready actions. The process for selection for subsequent phases will be determined after additional funding is secured.
Selection Procedure:
In order to apply for this RFP, prospective engineering firms must be able to demonstrate successful removal of 3 dams within the past 10 years. Selection preference may be scored higher for engineering firms that can demonstrate successful removal of a dam(s) in NYS within the past 5 years.
Additionally, qualified engineering firms must be able to demonstrate or articulate previous experience with some or all, but not be limited to the following criteria:
All proposals and contracts should include provisions with respect to bidder’s insurance coverage which are expected to be in amounts customary in the industry for similar type projects.
Riverkeeper will then initiate a competitive bidding process that begins with qualified engineering firms who meet the preliminary selection criteria. Applicants should contact George Jackman or Maddie Feaster from Riverkeeper via email to express intentions to compete for the bid. If the firms can demonstrate the minimum requirements, Riverkeeper will schedule a pre-proposal site visit for qualified firms to examine the project area. Upon visiting the site, competing engineers will have two weeks to answer preliminary questions, and three business weeks thereafter to return a full project proposal to Riverkeeper.
Following initial email inquiries, pre-proposal site visit, submission of written responses, and submission of the completed proposal, a review and possible interview will occur. Riverkeeper will then evaluate proposals based upon cost, clarity, appropriate answers to the written questions, presentation of the proposal, innovativeness, and cost-effective strategies to complete the project. Riverkeeper will rank the proposals in hiring preference. Riverkeeper will then enter contract negotiations with the top ranked firm. If contract negotiations with the selected firm fail for any reason, the next firm in the ranking will be notified.
Scope of Services:
The basic scope of services shall include to a greater or lesser extent, but may not be limited to the following project elements:
The scope of services may change with unforeseen circumstances. However, significant changes to the accepted plans will be subject to the approval of Riverkeeper in consultation with NYSDEC or other grant funders and/or property owners.
Currently, $117,000 is available and proposals for this RFP should not exceed that amount. Proposed activities covered within the aforementioned cost must be completed within 12 months of a signed contract between Riverkeeper and the selected firm. Extensions beyond 12 months may be considered, but will require additional approval. Firms should stipulate anticipated needs for extensions in their proposal. At logical phases in the project timeline, the firm may be required to provide progress reports to Riverkeeper who will distribute to property owners or grant funders as required.
Riverkeeper is actively pursuing additional funding sources to complete the entirety of the dam removal project. In addition to the materials below, applicants should provide a brief supplemental estimate of costs and a brief summary of the anticipated tasks that go beyond the scope of work in this first phase of the project but will be required to complete a comprehensive, final design plan and required permits for active removal phases of the dam. Supplemental estimates for services beyond the scope of work included in the $117,000 will not be considered binding, but will help inform Riverkeeper’s future fundraising efforts.
For future phases of the project beyond the scope of work agreed upon, the same firm may be granted the option to complete the plans to obtain a shovel-ready project.
Pre-Proposal Site Visit and Submission of Proposal:
A pre-proposal site visit will occur on two pre-selected dates that will be announced to accommodate the respondents. There will be no further chance to visit the property if the two dates are missed. According to contract agreements, all access to the project site must be scheduled beforehand and accompanied by Riverkeeper staff to ensure adequate notification to onsite security staff and the property manager. A pre-proposal site visit is not mandatory for this RFP, but is strongly suggested to comprehend the potential complexities associated with the project site.
Selection of the top-ranked firm will be based upon a predetermined set of evaluation criteria determined by Riverkeeper as outlined on page 2 of this RFP. Respondents must submit their proposal in strict accordance with all requirements of this RFP stated herein. The respondent’s proposal must not be marked as confidential or proprietary to the respondent. Riverkeeper may refuse to consider a proposal if so marked. All proposals will become the property of Riverkeeper, subject to disclosure laws and all Riverkeeper policies and procedures.
No obligation, either expressed or implied, exists on the part of Riverkeeper to issue an award or agree to compensate for any costs incurred in the preparation or submission of a proposal in response to this RFP. All costs associated with the preparation or submission of proposals covered by this RFP are solely the responsibility of the respondent. Engineering firms must maintain full transparency during all stages of the process with Riverkeeper staff assigned to this project if awarded the contract.
When applying to this RFP, please send all inquiries to George Jackman or Maddie Feaster. Contact information is listed below. Due to hybrid working conditions or in the field on other projects, all voice messages must be left on George’s mobile number listed below.
Proposal Elements and Request for Qualifications (RFQ):
All respondents must include the following information with your completed proposal:
Contact information:
George Jackman
Senior Habitat Restoration Manager
Riverkeeper, Inc.
[email protected]
(718) 736-3991
Maddie Feaster
Habitat Restoration Project Manager
Riverkeeper, Inc.
[email protected]
(631) 513-2399
Request for Proposals (RFP):
Riverkeeper is requesting proposals for qualified engineering firms to develop design plans to remove the Walsh Road Dam.
Project Overview:
The Walsh Road Dam (NYS ID# 195-0535C) is a 12-feet high, 160-feet long concrete gravity dam on the Quassaick Creek, a tributary of the Hudson River. Walsh Road Dam is an obsolete mill dam that no longer serves any purpose other than to block the movement of aquatic species and also presents flooding risks to adjacent community assets and critical infrastructure. The dam will soon be the first barrier to the Hudson River on the Quassaick Creek. The Walsh Road Dam is located approximately 300 feet south of the Mullins Courtyard Apartments, a public housing complex in the City of Newburgh. Some of the buildings are in close proximity to the creek.
Riverkeeper has an agreement with the Town of New Windsor to remove the Walsh Road Dam. In partial fulfillment of this objective, Riverkeeper has been awarded a National Fish and Wildlife (NFWF) grant to develop plans to remove all the structural components of the dam. Riverkeeper has secured up to $200,000 to hire a qualified engineering firm with the technical expertise to design the plan (or phased plan) to remove the Walsh Road Dam and ensure fish passage is accommodated in the dam’s absence.
The full set of engineering plans should include the following elements: site assessment, investigation of the dam, local infrastructure assessment, structural analysis, hydrologic and hydraulic model (H&H), site survey, sediment analysis, historical analysis, construction costs, permitting costs, stability of revetments, restoration of disturbed areas, engineering schematics, and any other engineering design requirements needed to remove the Walsh Road Dam, while ensuring the integrity of surrounding structures and infrastructure as well as the bidirectional passage of fish species. It is conceivable the available grant funding will not fully cover the costs for the entirety of the engineering plans. Prospective engineering firms should be prepared to propose how many of the required engineering plan elements they can produce with the available funding. The engineering firm chosen to produce the first phase of engineering plans may also be retained to produce the remaining engineering plan elements and carry out shovel-ready actions. The process for selection for subsequent phases will be determined after additional funding is secured.
Selection Procedure:
In order to apply for this RFP, prospective engineering firms must be able to demonstrate successful removal of 3 dams within the past 10 years. Selection preference may be scored higher for engineering firms that can demonstrate successful removal of a dam(s) in NYS within the past 5 years.
Additionally, qualified engineering firms must be able to demonstrate or articulate previous experience with some or all, but not be limited to the following criteria:
All proposals and contracts should include provisions with respect to bidder’s insurance coverage which are expected to be in amounts customary in the industry for similar type projects.
Riverkeeper will then initiate a competitive bidding process that begins with qualified engineering firms who meet the preliminary selection criteria. Applicants should contact Riverkeeper staff listed below via email to express intentions to compete for the bid. If the firms can demonstrate the minimum requirements, Riverkeeper will schedule a pre-proposal site visit for qualified firms to examine the project area. Upon visiting the site, competing engineers will have two weeks to answer preliminary questions, and three business weeks thereafter to return a full project proposal to Riverkeeper.
Following initial email inquiries, pre-proposal site visit, submission of written responses, and submission of the completed proposal, a review and possible interview will occur. Riverkeeper will then evaluate proposals based upon cost, clarity, appropriate answers to the written questions, presentation of the proposal, innovativeness, and cost-effective strategies to complete the project. Riverkeeper will rank the proposals in hiring preference. Riverkeeper will then enter contract negotiations with the top ranked firm. If contract negotiations with the selected firm fail for any reason, the next firm in the ranking will be notified.
Scope of Services:
The basic scope of services shall include to a greater or lesser extent, but may not be limited to the following project elements:
The scope of services may change with unforeseen circumstances. However, significant changes to the accepted plans will be subject to the approval of Riverkeeper in consultation with NFWF or other grant funders and/or property owners.
Currently, $200,000 is available and proposals for this RFP should not exceed that amount. Proposed activities covered within the aforementioned actions of the plan should be completed within 6 months of a signed contract between Riverkeeper and the selected firm. Extensions beyond 6 months may be considered, but will require additional approval. Firms should stipulate anticipated needs for extensions in their proposal. At logical phases in the project timeline, the firm may be required to provide progress reports to Riverkeeper who will distribute to property owners or grant funders as required.
Riverkeeper is actively pursuing additional funding sources to ensure the project to full completion of the dam removal project. In addition to the materials below, applicants should provide a brief supplemental estimate of costs and a brief summary of the anticipated tasks that go beyond the scope of work in this first phase of the project but will be required to complete a comprehensive, final design plan and required permits for active removal phases of the dam. Supplemental estimates for services beyond the scope of work included in the $200,000 will not be considered binding, but will help inform Riverkeeper’s future fundraising efforts.
For future phases of the project beyond the scope of work agreed upon, the same firm may be granted the option to complete the plans to obtain a shovel-ready project.
Pre-Proposal Site Visit and Submission of Proposal:
A pre-proposal site visit will occur on two pre-selected dates that will be announced to accommodate the respondents. A pre-proposal site visit is not mandatory for this RFP, but is strongly suggested to identify the potential complexities associated with the project site.
Selection of the top-ranked firm will be based upon predetermined evaluation criteria determined by Riverkeeper as outlined on page 2 of this RFP. Respondents must submit their proposal in strict accordance with all requirements of this RFP stated herein. The respondent’s proposal must not be marked as confidential or proprietary to the respondent. Riverkeeper may refuse to consider a proposal if so marked. All proposals will become the property of Riverkeeper, subject to disclosure laws and all Riverkeeper policies and procedures.
No obligation, either expressed or implied, exists on the part of Riverkeeper to issue an award or agree to compensate for any costs incurred in the preparation or submission of a proposal in response to this RFP. All costs associated with the preparation or submission of proposals covered by this RFP are solely the responsibility of the respondent. Engineering firms must maintain full transparency during all stages of the process with Riverkeeper staff assigned to this project if awarded the contract.
When applying to this RFP, please send all inquiries to George Jackman or Maddie Feaster. Contact information is listed below. Due to hybrid working conditions or in the field on other projects, all voice messages must be left on George’s mobile number listed below.
Proposal Elements and Request for Qualifications (RFQ):
All respondents must include the following information with your completed proposal:
Contact information:
George Jackman
Senior Habitat Restoration Manager
Riverkeeper, Inc.
[email protected]
(718) 736-3991
Maddie Feaster
Habitat Restoration Project Manager
Riverkeeper, Inc.
[email protected]
(631) 513-2399